Dam Tenders
Municipality Of Irosin, Sorsogon Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Irosin Memorial Park Improvement(phase Iii) 1. The Local Government Unit Of Irosin, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Pesos (p 3,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Irosin Memorial Park Improvement, Infr-04-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Irosin Memorial Park Improvement(phase Iii) Brief Description: Excavation/backfilling/construction Of 0.15m X 460.00 Square Meters Pccp And 30.00 Linear Meters Canal/construction Of Additional Burial Apartments And Laying Of 1,400 Linear Meters Distribution Pipes Contract : P 3,000,000.00 Source Of Fund : 20% Edf 2025 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Completion Of Works Is Ninety (90) Calendar Days. Bidders Should Have Completed At Least One Similar Project For The Last Five(5) Years And Whose Value, Of The Contract, Adjusted To Current Prices Using The Nso Consumer Price Indices Must Be Equal To 50% Of The Abc To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 Until February 18, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On February 5, 2025, 9:00am At The Conference Room, Office Of The Municipal Mayor, Municipal Compound, San Julian, Irosin, Sorsogon, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 18, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025, 9:00 Am At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza, Ce Municipal Engineer Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph Email Address: Bengabionza@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Posting: January 28, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Standard Form Number: Sf-infr-07 Revised On: July 29, 2004 Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ A) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives C) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located D) Tax Clearance Per Eo 398 E) Tax Clearance For Collection Purposes Technical Documents ⬜ (b) 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 ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Completed Within The Last Five(5) Years, Except Under Conditions Provided Under The Rules; And • The Statement Shall Include The Following: (1)name Of The Contract; (2)date Of The Contract; (3)contract Duration; (4)owner’s Name And Address; (5)nature Of Work; (6)contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (7)total Contract Value At Award; (8)date Of Completion Or Estimated Completion Time; (9)total Contract Value At Completion, If Applicable; (10)percentages Of Planned And Actual Accomplishments, If Applicable; (11)value Of Outstanding Works, If Applicable; (12)the Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (13)the Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; ⬜ (d) Valid Pcab License-category B, Size Range Medium A Or Higher/special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) 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 Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) 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. (h) Affidavit Of Site Inspection Financial Documents ⬜ (i) Audited Financial Statement Stamped Received By The Bureau Of Internal Revenue(bir) Or Its Duly Authorized Institutions, For The Immediately Preceding Calendar Year, Which Should Not Be Earlier From Two(2) Years From The Date Of Submission (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (k) 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 ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (m) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (n) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (o) Cash Flow By Quarter. Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Improvement/upgrading Of Super Health Center, With Project Identification Number Infr-04-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] 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 20% Edf 2025 In The Amount Of Three Million Pesos ( P 3,000,000.00). 2.2. The Source Of Funding Is: 20% Edf 2025 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. Subcontracting Is Not Allowed During The Bidding. 7.2. Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On February 5, 2025, 9:00am And Either At Its Physical Address Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon In A Face-to-face Manner As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 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 Special Pcab License In Case Of Joint Ventures, 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. 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 One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 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. 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: Irosin Memorial Park Improvement(phase Iii) I.excavation/backfilling Ii. Sub-grade Preparation Iii. Aggregate Base-course Iv. Portland Cement Concrete Pavement V. Line Canal Vi. Covered Line Canal W/ Box Culvert Vii. Burial Apartment Viii. Plumbing Works Spl-1 Ppe’s Spl-2 Temporary Facilities Spl-3 Project Signage 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 10.3 The Other Contractor’s License Or Permit Required Is Bir Registration. 10.4 Irosin Memorial Park Improvement(phase Iii) The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1. Foreman 2. He And Le Operator 3. Skilled Worker 4.laborer 10.5 Irosin Memorial Park Improvement(phase Iii) The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 1.road Grader 2. Road Roller 3. Water Truck 4. Concrete Mixer 5. Concrete Cutter 6. Bar Cutter 7. Concrete Vibrator 6. Enough Handtools 12 Value Engineering Clause Is Not Allowed. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Not Allowed. 20 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. 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 3.1 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. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 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. Section V. Special Conditions Of Contract Irosin Memorial Park Improvement Gcc Clause 2 Sectional Completion Is Not Applicable Since All Works Must Be Completed Within 90 Calendar Days. 4.1 The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part Is Seven(7) Calendar Days After The Issuance Of The Notice To Proceed(ntp). 6 The Site Investigation Reports Are: Additional Improvement Of Memorial Park. 7.2 In Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures: Fifteen (15) Years. In Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures: Five (5) Years. In Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures: Two (2) Years. 10 A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Not Applicable Days Of Delivery Of The Notice Of Award. Not Applicable Since The End-user, Municipal Engineering Office, Was The One Who Made The Program Of Work(pow). 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Not Applicable. Reason Was Stated In 11.1. 13 The Amount Of The Advance Payment Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment. 14 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is 90 Calendar Days After The Commencement Of Works. The Date By Which “as Built” Drawings Are Required Is 90 Calendar Days After The Commencement Of Works. 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 Not Applicable. Section Vi. Specifications Specifications Is Provided In The Program Of Work(pow) And Detailed Estimates Section Vii. Drawings Please Seek The Drawings At The Office Of The Municipal Engineer Of Local Government Unit Of Irosin. Section Viii. Bill Of Quantities Improvement Of Irosin Memorial Park(phase Iii) Item No. Scope Of Work Quantity Unit 1.direct Cost(dc) I Excavation/backfilling 5,256.20 Cu.m. Ii Sub-grade Preparation 456.83 Sq.m. Iii Aggregate Base Course 46.00 Cu.m. Iv Portland Cement Concrete Pavement 69.00 Cu.m. V Line Canal 30.00 L.m. Vi Covered Line Canal W/ Box Culvert 18.88 L.m. Vii Burial Apartment 1.00 Lot Viii Plumbing Works 1.400.00 L.m. Spl-1 Ppe’s 1.00 Lot Spl-2 Temporary Facilities 1.00 Lot Spl-3 Project Signage 1.00 Lot 2 Indirect Cost(ic), Contractor’s Mark-up 2.1 Contractor’s Profit(10% Of Direct Cost) 2.2 Ocm(15% Of Direct Cost) 2.3 Vat Component (5% Of Contractor’s Profit+dc+ocm) 2.4 Mobilization Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form Form Of Contract Agreement Omnibus Sworn Statement Affidavit Of Site Inspection Bid Securing Declaration Bid Form Date: Project Id No.: Infr-04-2025 To: [name And Address Of Procuring Entity] Having Examine The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers ______, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: (a) We Have Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Projects, Irosin Memorial Park Improvement(phase Iii); (b) We Offer To Execute The Works For This Contract In Accordance With The Pbds; (c) The Total Price Of Our Bid In Words And Figures , Excluding Any Discounts Offered Below Is (insert Information); (d) The Discounts Offered And The Methodology For Their Application Are: [insert Information) (e) The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax, Income Tax, Local Taxes And Other Fiscal Levies And Duties Which Are Itemized Herein And Reflected In The Detailed Estimates; (f) Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; (g) 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, Or A Performance Securing Declaration In Lieu Of The Allowable Forms Of The Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; (h) 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; (i) 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 (j) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. (k) 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 Irosin Memorial Park Improvement(phase Iii). (l) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Infrastructure Projects(revised) __________________________________________________________________________ This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity] (hereinafter Called The“entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: A. Philippine Bidding Documents(pbds) I.drawings/plans; Ii.specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins B. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The Works For The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Contractor: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Municipal Engineer Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit 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] As Shown In The Attached Duly Notarized Special Power Of Attorney; 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], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, 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, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 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; 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) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing 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. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Infr-04-2025 Irosin Memorial Park Improvement(phase Iii) Irosin, Sorsogon Standard Form Number: Sf-infr-51 Revised On: August 11, 2004 Affidavit Of Site Inspection I, ________________________, Of Legal Age, _____________, Filipino And Residing At __________________________, Under Oath, Hereby Depose And Say: 1. That I Am The _________________________ Of The ____________________________________________, With Office Address At ______________________________; 2. That I Have Inspected The Site For Irosin Memorial Park Improvement(phase Iii); 3. That I Am Making This Statement As Part Of The Requirement For The Technical Proposal Of The _________________________ Of ___________________________. In Faith Whereof, I Hereby Affix My Signature This ______ Day Of ________, 2025 At _________________________, Philippines. ___________________ Affiant Subscribed And Sworn To Before Me This ____ Day Of _________ 2025, Affiant Exhibiting To Me His/her Community Tax Certificate No. _______________ Issued On ________________ At ______________________________, Philippines. _______________________ Notary Public Until ______________ Ptr No. ______________ Date ______________ Place ______________ Tin ______________ Doc No. __________ Page No. _________ Book No. _________ Series Of _________. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. Infr-04-2025 To: [insert Name And Address Of 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 Will Be Automatically Disqualified From Bidding For Any Procurement 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 The 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(f) Of The Irr Of Ra No. 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 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; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025.
Closing Date18 Feb 2025
Tender AmountPHP 3 Million (USD 51.8 K)
Municipality Of Irosin, Sorsogon Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Improvement/upgrading Of Super Health Center 1. The Local Government Unit Of Irosin, Through The 20% Edf 2025 Intends To Apply The Sum Of One Million Eight Hundred Nine Thousand Eight Hundred Forty Five Pesos (p 1,809,845.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Improvement/upgrading Of Super Health Center, Infr-05-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Improvement/upgrading Of Super Health Center Brief Description: Fabrication/installation Of Forms & Rsb And Concrete Pouring For Concrete Counters/tile Setting For Lavatories And Counters/acp Cladding Of Cabinets/installation Of Plumbing And Electrical Fixtures And Fabrication/installation Of Canopies Approved Budget For The Contract : P 1,809,845.00 Source Of Fund : 20% Edf 2025 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Completion Of Works Is Ninety (90) Calendar Days. Bidders Should Have Completed At Least One Similar Project For The Last Five(5) Years And Whose Value, Of The Contract, Adjusted To Current Prices Using The Nso Consumer Price Indices Must Be Equal To 50% Of The Abc To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 Until February 18, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On February 5, 2025, 2:00pm At The Conference Room, Office Of The Municipal Mayor, Municipal Compound, San Julian, Irosin, Sorsogon, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 18, 2025, 1:59 Pm At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025, 2025, 2:00 Pm At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza, Ce Municipal Engineer Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph Email Address: Bengabionza@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Posting: January 28, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Standard Form Number: Sf-infr-07 Revised On: July 29, 2004 Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ A) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives C) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located D) Tax Clearance Per Eo 398 E) Tax Clearance For Collection Purposes Technical Documents ⬜ (b) 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 ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Completed Within The Last Five(5) Years, Except Under Conditions Provided Under The Rules; And • The Statement Shall Include The Following: (1)name Of The Contract; (2)date Of The Contract; (3)contract Duration; (4)owner’s Name And Address; (5)nature Of Work; (6)contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (7)total Contract Value At Award; (8)date Of Completion Or Estimated Completion Time; (9)total Contract Value At Completion, If Applicable; (10)percentages Of Planned And Actual Accomplishments, If Applicable; (11)value Of Outstanding Works, If Applicable; (12)the Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (13)the Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; ⬜ (d) Valid Pcab License-category B, Size Range Medium A Or Higher/special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) 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 Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) 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. (h) Affidavit Of Site Inspection Financial Documents ⬜ (i) Audited Financial Statement Stamped Received By The Bureau Of Internal Revenue(bir) Or Its Duly Authorized Institutions, For The Immediately Preceding Calendar Year, Which Should Not Be Earlier From Two(2) Years From The Date Of Submission (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (k) 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 ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (m) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (n) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (o) Cash Flow By Quarter. Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Improvement/upgrading Of Super Health Center, With Project Identification Number Infr-05-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] 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 20% Edf 2025 In The Amount Of One Million Eight Hundred Nine Thousand Eight Hundred Forty Five Pesos (p 1,809,845.00). 2.2. The Source Of Funding Is: 20% Edf 2025 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. Subcontracting Is Not Allowed During The Bidding. 7.2. Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On February 18, 2025, 9:00am And Either At Its Physical Address Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon In A Face-to-face Manner As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 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 Special Pcab License In Case Of Joint Ventures, 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. 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 One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 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. 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: Improvement/upgrading Of Super Health Center I.forms And Scaffolding Works Ii. Rsb Works Iii. Concrete Works Iv. Tile Works V. Ceiling Works Vi. Electrical Works Vii. Painting Works Viii. Doors And Windows Ix. Canopy Works X. Other Works Spl-1 Amenities Spl-2 Ppe’s Spl-3 Project Signage 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 10.3 The Other Contractor’s License Or Permit Required Is Bir Registration. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Improvement/upgrading Of Super Health Center Key Personnel General Experience Relevant Experience 1. Foreman 2. Skilled Worker 3.laborer 10.5 Improvement/upgrading Of Super Health Center The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 1.concrete Mixer 2. Water Truck 3.welding Machine 4. Enough Hand Tools 12 Value Engineering Clause Is Not Allowed. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Not Allowed. 20 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. 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 3.1 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. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 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. Section V. Special Conditions Of Contract Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Gcc Clause 2 Sectional Completion Is Not Applicable Since All Works Must Be Completed Within 90 Calendar Days. 4.1 The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part Is Seven(7) Calendar Days After The Issuance Of The Notice To Proceed(ntp). 6 The Site Investigation Reports Are: Upgrading Of Super Health Center. 7.2 In Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures: Fifteen (15) Years. In Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures: Five (5) Years. In Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures: Two (2) Years. 10 A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Not Applicable Days Of Delivery Of The Notice Of Award. Not Applicable Since The End-user, Municipal Engineering Office, Was The One Who Made The Program Of Work(pow). 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Not Applicable. Reason Was Stated In 11.1. 13 The Amount Of The Advance Payment Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment. 14 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is 90 Calendar Days After The Commencement Of Works. The Date By Which “as Built” Drawings Are Required Is 90 Calendar Days After The Commencement Of Works. 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 Not Applicable. Section Vi. Specifications Specifications Is Provided In The Program Of Work(pow) And Detailed Estimates Section Vii. Drawings Please Seek The Drawings At The Office Of The Municipal Engineer Of Local Government Unit Of Irosin. Section Viii. Bill Of Quantities Improvement/upgrading Of Super Health Center Item No. Scope Of Work Quantity Unit 1.direct Cost(dc) I Forms And Scaffolding Works 1.00 Lot Ii Rsb Works 166.00 Kgs Iii Concrete Works 5.00 Cu.m. Iv Tile Works 205.00 Sq.m. V Ceiling Works 335.24 Sq.m. Vi Electrical Works 1.00 Lot Vii Painting Works 1.00 Lot Viii Doors And Windows 1.00 Lot Ix Canopy Works 1.00 Lot X Other Works 1.00 Lot Spl-1 Amenities 1.00 Lot Spl-2 Ppe’s 1.00 Lot Spl-3 Project Signage 1.00 Lot 2 Indirect Cost(ic), Contractor’s Mark-up 2.1 Contractor’s Profit(10% Of Direct Cost) 2.2 Ocm(15% Of Direct Cost) 2.3 Vat Component (5% Of Contractor’s Profit+dc+ocm) 2.4 Mobilization Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form Form Of Contract Agreement Omnibus Sworn Statement Affidavit Of Site Inspection Bid Securing Declaration Bid Form Date: Project Id No.: Infr-05-2025 To: [name And Address Of Procuring Entity] Having Examine The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers ______, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: (a) We Have Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Projects, Improvement/upgrading Of Super Health Center; (b) We Offer To Execute The Works For This Contract In Accordance With The Pbds; (c) The Total Price Of Our Bid In Words And Figures , Excluding Any Discounts Offered Below Is (insert Information); (d) The Discounts Offered And The Methodology For Their Application Are: [insert Information) (e) The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax, Income Tax, Local Taxes And Other Fiscal Levies And Duties Which Are Itemized Herein And Reflected In The Detailed Estimates; (f) Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; (g) 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, Or A Performance Securing Declaration In Lieu Of The Allowable Forms Of The Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; (h) 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; (i) 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 (j) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. (k) 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 Improvement/upgrading Of Super Health Center. (l) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Infrastructure Projects(revised) __________________________________________________________________________ This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity] (hereinafter Called The“entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: A. Philippine Bidding Documents(pbds) I.drawings/plans; Ii.specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins B. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The Works For The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Contractor: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Municipal Engineer Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit 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] As Shown In The Attached Duly Notarized Special Power Of Attorney; 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], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, 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, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 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; 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) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing 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. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Infr-05-2025 Improvement/upgrading Of Super Health Center Irosin, Sorsogon Standard Form Number: Sf-infr-51 Revised On: August 11, 2004 Affidavit Of Site Inspection I, ________________________, Of Legal Age, _____________, Filipino And Residing At __________________________, Under Oath, Hereby Depose And Say: 1. That I Am The _________________________ Of The ____________________________________________, With Office Address At ______________________________; 2. That I Have Inspected The Site For Improvement/upgrading Of Super Health Center; 3. That I Am Making This Statement As Part Of The Requirement For The Technical Proposal Of The _________________________ Of ___________________________. In Faith Whereof, I Hereby Affix My Signature This ______ Day Of ________, 2025 At _________________________, Philippines. ___________________ Affiant Subscribed And Sworn To Before Me This ____ Day Of _________ 2025, Affiant Exhibiting To Me His/her Community Tax Certificate No. _______________ Issued On ________________ At ______________________________, Philippines. _______________________ Notary Public Until ______________ Ptr No. ______________ Date ______________ Place ______________ Tin ______________ Doc No. __________ Page No. _________ Book No. _________ Series Of _________. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. Infr-05-2025 To: [insert Name And Address Of 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 Will Be Automatically Disqualified From Bidding For Any Procurement 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 The 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(f) Of The Irr Of Ra No. 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 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; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025.
Closing Date18 Feb 2025
Tender AmountPHP 1.8 Million (USD 31.2 K)
Municipality Of Irosin, Sorsogon Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Irosin Memorial Park Improvement 1. The Local Government Unit Of Irosin, Through The 20% Edf 2024 Intends To Apply The Sum Of Two Million Forty Eight Thousand Nine Hundred Fifty Pesos (p 2,048,950.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Irosin Memorial Park Improvement, Infr-02-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Irosin Memorial Park Improvement Brief Description: Clearing,excavation,backfilling And Construction Of 0.20m X 56.10 Square Meters Pccp Contract : P 2,048,950.00 Source Of Fund : 20% Edf 2024 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Completion Of Works Is Sixty (60) Calendar Days. Bidders Should Have Completed At Least One Similar Project For The Last Five(5) Years And Whose Value, Of The Contract, Adjusted To Current Prices Using The Nso Consumer Price Indices Must Be Equal To 50% Of The Abc To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 Until January 31, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On January 16, 2025, 2:00pm At The Conference Room, Office Of The Municipal Mayor, Municipal Compound, San Julian, Irosin, Sorsogon, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 31, 2025, 1:59 Pm At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 31, 2025, 2:00 Pm At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza, Ce Municipal Engineer Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph Email Address: Bengabionza@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Posting: January 9, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Standard Form Number: Sf-infr-07 Revised On: July 29, 2004 Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ A) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives C) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located D) Tax Clearance Per Eo 398 E) Tax Clearance For Collection Purposes Technical Documents ⬜ (b) 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 ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Completed Within The Last Five(5) Years, Except Under Conditions Provided Under The Rules; And • The Statement Shall Include The Following: (1)name Of The Contract; (2)date Of The Contract; (3)contract Duration; (4)owner’s Name And Address; (5)nature Of Work; (6)contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (7)total Contract Value At Award; (8)date Of Completion Or Estimated Completion Time; (9)total Contract Value At Completion, If Applicable; (10)percentages Of Planned And Actual Accomplishments, If Applicable; (11)value Of Outstanding Works, If Applicable; (12)the Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (13)the Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; ⬜ (d) Valid Pcab License-category B, Size Range Medium A Or Higher/special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) 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 Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) 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. (h) Affidavit Of Site Inspection Financial Documents ⬜ (i) Audited Financial Statement Stamped Received By The Bureau Of Internal Revenue(bir) Or Its Duly Authorized Institutions, For The Immediately Preceding Calendar Year, Which Should Not Be Earlier From Two(2) Years From The Date Of Submission (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (k) 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 ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (m) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (n) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (o) Cash Flow By Quarter. Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Irosin Memorial Park Improvement, With Project Identification Number Infr-02-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] 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 20% Edf 2024 In The Amount Of Two Million Forty Eight Thousand Nine Hundred Fifty Pesos ( P 2,048,950.00). 2.2. The Source Of Funding Is: 20% Edf 2024 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. Subcontracting Is Not Allowed During The Bidding. 7.2. Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 16, 2025, 2:00pm And Either At Its Physical Address Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon In A Face-to-face Manner As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 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 Special Pcab License In Case Of Joint Ventures, 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. 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 One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 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. 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: Irosin Memorial Park Improvement I.clearing And Grubbing Ii. Excavation/backfilling Iii. Sub-grade Preparation Iv. Aggregate Base-course V. Portland Cement Concrete Pavement Spl-1 Ppe’s Spl-2 Temporary Facilities Spl-3 Project Signage 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 10.3 The Other Contractor’s License Or Permit Required Is Bir Registration. 10.4 Irosin Memorial Park Improvement The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1. Foreman 2. He And Le Operator 3. Skilled Worker 4.laborer 10.5 Irosin Memorial Park Improvement The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 1.backhoe 2. Road Roller 3. Concrete Mixer 4. Concrete Cutter 5. Bar Cutter 6. Concrete Vibrator 6. Enough Handtools 12 Value Engineering Clause Is Not Allowed. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Not Allowed. 20 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. 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 3.1 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. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 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. Section V. Special Conditions Of Contract Irosin Memorial Park Improvement Gcc Clause 2 Sectional Completion Is Not Applicable Since All Works Must Be Completed Within 60 Calendar Days. 4.1 The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part Is Seven(7) Calendar Days After The Issuance Of The Notice To Proceed(ntp). 6 The Site Investigation Reports Are: Additional Facilities For The Municipal Cemetery. 7.2 In Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures: Fifteen (15) Years. In Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures: Five (5) Years. In Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures: Two (2) Years. 10 A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Not Applicable Days Of Delivery Of The Notice Of Award. Not Applicable Since The End-user, Municipal Engineering Office, Was The One Who Made The Program Of Work(pow). 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Not Applicable. Reason Was Stated In 11.1. 13 The Amount Of The Advance Payment Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment. 14 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is 120 Calendar Days After The Commencement Of Works. The Date By Which “as Built” Drawings Are Required Is 120 Calendar Days After The Commencement Of Works. 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 Not Applicable. Section Vi. Specifications Specifications Is Provided In The Program Of Work(pow) And Detailed Estimates Section Vii. Drawings Please Seek The Drawings At The Office Of The Municipal Engineer Of Local Government Unit Of Irosin. Section Viii. Bill Of Quantities Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Item No. Scope Of Work Quantity Unit 1.direct Cost(dc) I Clearing And Grubbing Ii Excavation/backfilling Iii Sub-grade Preparation Iv Aggregate Base Course V Portland Cement Concrete Pavement Spl-1 Ppe’s Spl-2 Temporary Facilities Spl-3 Project Signage 2 Indirect Cost(ic), Contractor’s Mark-up 2.1 Contractor’s Profit(10% Of Direct Cost) 2.2 Ocm(15% Of Direct Cost) 2.3 Vat Component (5% Of Contractor’s Profit+dc+ocm) 2.4 Mobilization Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form Form Of Contract Agreement Omnibus Sworn Statement Affidavit Of Site Inspection Bid Securing Declaration Bid Form Date: Project Id No.: Infr-02-2025 To: [name And Address Of Procuring Entity] Having Examine The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers ______, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: (a) We Have Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Projects, Irosin Memorial Park Improvement; (b) We Offer To Execute The Works For This Contract In Accordance With The Pbds; (c) The Total Price Of Our Bid In Words And Figures , Excluding Any Discounts Offered Below Is (insert Information); (d) The Discounts Offered And The Methodology For Their Application Are: [insert Information) (e) The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax, Income Tax, Local Taxes And Other Fiscal Levies And Duties Which Are Itemized Herein And Reflected In The Detailed Estimates; (f) Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; (g) 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, Or A Performance Securing Declaration In Lieu Of The Allowable Forms Of The Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; (h) 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; (i) 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 (j) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. (k) 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 Irosin Memorial Park Improvement. (l) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Infrastructure Projects(revised) __________________________________________________________________________ This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity] (hereinafter Called The“entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: A. Philippine Bidding Documents(pbds) I.drawings/plans; Ii.specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins B. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The Works For The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Contractor: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Municipal Engineer Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit 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] As Shown In The Attached Duly Notarized Special Power Of Attorney; 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], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, 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, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 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; 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) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing 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. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Infr-02-2025 Irosin Memorial Park Improvement Irosin, Sorsogon Standard Form Number: Sf-infr-51 Revised On: August 11, 2004 Affidavit Of Site Inspection I, ________________________, Of Legal Age, _____________, Filipino And Residing At __________________________, Under Oath, Hereby Depose And Say: 1. That I Am The _________________________ Of The ____________________________________________, With Office Address At ______________________________; 2. That I Have Inspected The Site For Irosin Memorial Park Improvement; 3. That I Am Making This Statement As Part Of The Requirement For The Technical Proposal Of The _________________________ Of ___________________________. In Faith Whereof, I Hereby Affix My Signature This ______ Day Of ________, 2025 At _________________________, Philippines. ___________________ Affiant Subscribed And Sworn To Before Me This ____ Day Of _________ 2025, Affiant Exhibiting To Me His/her Community Tax Certificate No. _______________ Issued On ________________ At ______________________________, Philippines. _______________________ Notary Public Until ______________ Ptr No. ______________ Date ______________ Place ______________ Tin ______________ Doc No. __________ Page No. _________ Book No. _________ Series Of _________. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. Infr-02-2025 To: [insert Name And Address Of 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 Will Be Automatically Disqualified From Bidding For Any Procurement 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 The 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(f) Of The Irr Of Ra No. 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 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; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025.
Closing Date31 Jan 2025
Tender AmountPHP 2 Million (USD 34.9 K)
Province Of Iloilo Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Improvement Of Water System At Western Visayas Goat Nuclues Farm, Brgy. Calamigan, Concepcion, Iloilo Bid No. Agr-25-147-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 3 Section I. Invitation To Bid 6 Section Ii. Instructions To Bidders 8 1. Scope Of Bid 8 2. Funding Information 8 3. Bidding Requirements 8 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 8 5. Eligible Bidders 9 6. Origin Of Associated Goods 9 7. Subcontracts 9 8. Pre-bid Conference 9 9. Clarification And Amendment Of Bidding Documents 9 10. Documents Comprising The Bid: Eligibility And Technical Components 10 11. Documents Comprising The Bid: Financial Component 10 12. Alternative Bids 10 13. Bid Prices 10 14. Bid And Payment Currencies 11 15. Bid Security 11 16. Sealing And Marking Of Bids 11 17. Deadline For Submission Of Bids 11 18. Opening And Preliminary Examination Of Bids 11 19. Detailed Evaluation And Comparison Of Bids 12 20. Post Qualification 12 21. Signing Of The Contract 12 Section Iii. Bid Data Sheet 13 Section Iv. General Conditions Of Contract 15 1. Scope Of Contract 15 2. Sectional Completion Of Works 15 3. Possession Of Site 15 4. The Contractor’s Obligations 15 5. Performance Security 16 6. Site Investigation Reports 16 7. Warranty 16 8. Liability Of The Contractor 16 9. Termination For Other Causes 16 10. Dayworks 17 11. Program Of Work 17 12. Instructions, Inspections And Audits 17 13. Advance Payment 17 14. Progress Payments 17 15. Operating And Maintenance Manuals 17 Section V. Special Conditions Of Contract 18 Section Vi. Specifications 19 Section Vii. Drawings 23 Section Viii. Bill Of Quantities 25 Section Ix. Checklist Of Technical And Financial Documents 28 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. 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. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations. Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Improvement Of Water System At Western Visayas Goat Nuclues Farm, Calamigan, Concepcion, Iloilo Bid No. Agr-25-147-b 1. The Iloilo Provincial Government, Through The 20% Nta Development Fund Fy 2025 Intends To Apply The Sum Of Five Hundred Thousand Pesos (p500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-147-b For The Improvement Of Water System At Western Visayas Goat Nucleus Farm, Calamigan, Concepcion, Iloilo For The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 02, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p1, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On None At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before April 10, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On April 10, 2025, 9:01 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph March 26, 2025 Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Improvement Of Water System At Western Visayas Goat Nucleus Farm, Calamigan, Concepcion, Iloilo, With Project Identification Number Agr-25-147-b. 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 2025 In The Amount Of Five Hundred Thousand Pesos ( ₱ 500,000.00) 2.2. The Source Of Funding Is: A.) Lgu’s, 20% Nta Development Fund Fy 2025, As Approved By Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address At Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 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. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. 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. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until August 08, 2025 Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 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. Section Iii. 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: A) Installation Of Water Tank B) Establishment Of Dugwell With Cover C) Installation Of Centrifugal Pump Motor With Pipe Connections D) Electrical Works 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 Special Philippines Contractors Accreditors Board License 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience Project Engineer 1 Year 1 Year Material Engineer 1 Year 1 Year Electrical Engineer 1 Year 1 Year Agricultural & Biosystems Engineer 1 Year 1 Year Health & Safety Officer 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Welding Machine - 1 One Bagger Mixer - 1 Minor Tools - 12 Alternative Bids Are Not Allowed 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 16 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 16.1 All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “improvement Of Water System At Western Visayas Goat Nucleus Farm, Calamigan, Concepcion, Iloilo” B. Bear The Name And Address Of The Bidder In Capital Letters; C. Addressed To: Atty. Dennis T. Ventilacion, Chairperson, Bids And Awards Committee: D. Bear The Specific Identification Of This Procurement: “agr-25-147-b” E. Bear A Warning “do Not Open Before April 10, 2025” Indicating The Date And Time For The Submission Of Bids On The Blank: Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder 19.2 Partial Bids Are Not Allowed 20 No Further Instructions. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm 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. 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 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. 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. Section V. Special Conditions Of Contract Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Shall Be At Least 10 Days Prior To The Final Billing. 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 1% Of The Final Contract Amount. Section Vi. Specification General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Project Engineer. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Work The Works Include Furnishing Of Labor, Materials, Tools, Equipment’s And Other Incidentals Necessary To Complete The Project Such As Clearing, Grubbing & Staking, Excavation Works, Backfill, Concreting, Steel Works, Form Works, Pre-painted Rib Type Wall, Plastering Works, Roofing Works, Ceiling Works, Doors, Rice Mill, Water Tank, Electrical Works. General Condition A. The Works To Be Done Herein Shall Be The Construction Of Rice Mill As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Projects Status Project Status Remarks Duration Started Target Date Of Completion Percentage Of Completion As Of (date) Cost Incurred To Date Date Completed Pao Billboard Republic Of The Philippines Province Of Iloilo Provincial Agriculture Office Iloilo City Name Of Project: Location Of Project: Contractor: Implementing Agency: Appropriation: Fund Source: Contract Duration: Project Starting Date: Project Completion Date: Another Priority Project Of The Iloilo Provincial Government The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White 8ft X 8ft (coa) 4ft X 8ft (pao) B. Resolution 70 Dpi; C. Font Helvetica; D. Font Size: Main Information – 3”; E. Sub Information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of The Project Billboard Shall Be In Accordance With Provisions Of This Specifications. Basis Of Payment No Additional Payment Shall Be Made In This Regard. Description Of Works: Clearing And Grubbing Clearing And Grubbing And Cutting Of Trees Shall Include Handling, Salvaging, Piling And Disposing Off The Cleared Materials With All Leads And Lifts. Trees Shall Be Cut In Sections From The Top Downwards. All Timber Shall Not Be Used By The Contractor For Any Purpose And Shall Remain The Property Of The Provincial Agriculture Office. Clearing Shall Consist Of The Cutting, Removing And Disposal Of All Trees, Bushes, Shrubs, Grass, Weeds, Other Vegetation, Anthills, Rubbish, Fences, Top Organic Soil And Rocks And Boulders Exposed Or Lying On The Surface. The Construction Site Shall Be Leveled According To The Plans And Cleared Of Rubbish, Roots And Other Perishable And Objectionable Matters To A Suitable Subgrade. All Such Unsuitable Materials Shall Be Removed From The Construction Site And Spread Uniformly Over The Areas Adjacent To The Proposed Building, Or Otherwise Disposed Of As Maybe Directed By The Architect/engineer In-charge Of The Construction. Materials Obtained From Clearing And Grubbing Shall Be Disposed Off In Borrow Pits Or Other Suitable Places And Be Covered Up With Soil Or Gravel As Directed By The Engineer. The Burning Of Combustible Materials Shall Not Be Permitted. During The Period Of Commencement Of Works, The Contractor Shall Survey The Construction Area And Confirm The Levels. He Shall Immediately Notify The Engineer Of Any Discrepancies And Shall Agree With The Engineer Any Amended Values On The Plan. All Stations And Reference Points Shall Be Clearly Marked And Protected To The Satisfaction Of The Engineer. All Working Benchmarks Shall Be Near Major/medium Structure Sites. Accurate Establishment Of The Centerlines Based On The Drawing Is Required. The Existing Profile And Cross-section Shall Be Jointly Taken With The Engineer. Excavation Foundation Trench Shall Be Dug To The Exact Width And Depth And Levels As Indicated In The Drawings. Sides Of The Trenches Shall Be Vertical. In Case Soil Does Not Permit Vertical Sides, The Contractor Shall Protect The Sides With Timber Shoring. Excavated Earth Shall Not Be Placed Within 1.5 Meters Of The Edge Of The Trench. The Project Engineer May Direct The Contractor To Be Excavated Earth At A Particular Site Up To 30 Meters Away From The Proposed Building. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Concrete Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type 1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement And Miscellaneous Materials: Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross Sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. H. Proportioning Of Concrete For Concrete Works Use 1:2:4 I. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. J. Removal Of Forms: Forms Shall Be Removed In Such A Manner As Not To Impair The Safety And Serviceability Of The Structures. Installation Of Water Tank Use Brand New 2000 Liters Vertical Stainless Water Tank And 2”x2”x4mm Angle Bars With Two (2) Coats Of Metal Primer For The Tank Stand. Establishment Of Dugwell With Cover For The Installation Of The Dugwell, Use 610mm Rc Pipe. For Concrete Works, Use A Mix Ratio Of 1:2:4 For The Dugwell Cover, With 150mm Cement Mortar And A Wall Thickness Of 100 Mm For Both Inside And Outside Diameter. Cement Shall Be Portland Cement (type 1) With A Weight Of 40 Kgs/bag. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi). Installation Of Centrifugal Pump Motor With Pipe Connections Use A 1.5 Hp Centrifugal Pump Motor With A 2”x3m Pvc Blue Pipe For Suction, Along With A 2” Foot Valve. For The Discharge, Use 1 ¼” Hdpe Sdr 11. Electrical Works The Electrical Installation Shall Be Done In Accordance With The Approved Plans And Under The Direct Supervision And Control Of A Professional Electrical Engineer And Or Registered Electrical Engineer. All Electrical Works And Materials Shall Conform To The Provisions Of The Latest Edition Of The Philippine National Electrical Code. There Shall Only One Service To Be Dropped From The Nearest Or Local Electrical Company Pole For The Proposed Building. See Attached Plans For Details And Specifications. Section Vii. Drawings All Annexes Shall Be Annexed And The Title Shall Be Specified As To What Plan The Drawing Pertain To Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-147-b Item Description Quantity Unit Unit Cost Total Cost No. I. Clearing And Grubbing 209 Sq.m Pesos And Ctvs. (p ) / Sq.m P Ii. Excavation 0.71 Cu.m Pesos And Ctvs. (p ) / Cu.m P Iii. Concrete Works A. Concreting 0.74 Cu.m Pesos And Ctvs. (p ) / Cu.m P B. Steel Works 66.53 Kgs Pesos And Ctvs. (p ) / Kgs P C. Form Works 3.60 Sq. M Pesos And Ctvs. (p ) / Sq.m P Itemno. Description Quantity Unit Unit Cost Total Cost Iv. Installation Of Water Tank 1 Lot Pesos And Ctvs. (p ) / Lot P V. Establishment Of Dugwell With Cover 1 Lot Pesos And Ctvs. (p ) / Lot P Vi. Installation Of Centrifugal Pump Motor With Pipe Connections 1 Lot Pesos And Ctvs. (p )/lot P Vii. Electrical Works 1 Lot Pesos And Ctvs. (p )/ Lot P Total Bid Cost In Figures P Total Bid Cost In Words Summary Of Costs Item No. Bid Amount I. Clearing And Grubbing ₱ ________________________________ Ii. Excavation ₱ ________________________________ Iii. Concrete Works A. Concreting ₱ ________________________________ B. Steel Works ₱ ________________________________ C. Formworks ₱ ________________________________ Iv. Installation Of Water Tank ₱ ________________________________ V. Establishment Of Dugwell With Cover ₱ ________________________________ Vi. Installation Of Centrifugal Pump Motor With Pipe Connections ₱ ________________________________ Vii. Electrical Works ₱ ________________________________ Total Bid Amount ₱ ________________________________ Section Ix. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) 1. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship Or Cda For Cooperatives, Or Any Proof Of Such Registration. 2. Mayor’s Permit Issued By The City Or Municipality – Where The Principal Place Of Business Of The Prospective Bidder Is Located; 3. Tax Clearance Per Executive Order 398, Series Of 2005, A S Finally Reviewed And Approved By The Bir 4. Audited Financial Statements, Showing, Among Others, The Prospective 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; For The Type And Cost Of The Contract To Be Bid Technical Documents ⬜ (b) 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 ⬜ (c) 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 ⬜ (d) Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) 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 Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) 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 ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) 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 ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ Cash Flow By Quarter.
Closing Date10 Apr 2025
Tender AmountPHP 500 K (USD 8.7 K)
Province Of Iloilo Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Construction Of Rice Mill Phase Ii At Brgy. San Jose, Miag-ao, Iloilo Bid No. Agr-25-72-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section I. Invitation To Bid 7 Section Ii. Instructions To Bidders 9 1. Scope Of Bid 9 2. Funding Information 9 3. Bidding Requirements 9 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 9 5. Eligible Bidders 10 6. Origin Of Associated Goods 10 7. Subcontracts 10 8. Pre-bid Conference 10 9. Clarification And Amendment Of Bidding Documents 10 10. Documents Comprising The Bid: Eligibility And Technical Components 11 11. Documents Comprising The Bid: Financial Component 11 12. Alternative Bids 11 13. Bid Prices 11 14. Bid And Payment Currencies 12 15. Bid Security 12 16. Sealing And Marking Of Bids 12 17. Deadline For Submission Of Bids 12 18. Opening And Preliminary Examination Of Bids 12 19. Detailed Evaluation And Comparison Of Bids 13 20. Post Qualification 13 21. Signing Of The Contract 13 Section Iii. Bid Data Sheet 14 Section Iv. General Conditions Of Contract 16 1. Scope Of Contract 16 2. Sectional Completion Of Works 16 3. Possession Of Site 16 4. The Contractor’s Obligations 16 5. Performance Security 17 6. Site Investigation Reports 17 7. Warranty 17 8. Liability Of The Contractor 17 9. Termination For Other Causes 17 10. Dayworks 18 11. Program Of Work 18 12. Instructions, Inspections And Audits 18 13. Advance Payment 18 14. Progress Payments 18 15. Operating And Maintenance Manuals 18 Section V. Special Conditions Of Contract 19 Section Vi. Specifications 20 Section Vii. Drawings 25 Section Viii. Bill Of Quantities Error! Bookmark Not Defined. Section Ix. Checklist Of Technical And Financial Documents 31 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. 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. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Construction Of Rice Mill Phase Ii At Brgy. San Jose, Miag-ao, Iloilo Bid No. Agr-25-72-b 1. The Iloilo Provincial Government, Through The Capital Outlay – Supplemental Budget No. 1 Cy 2023 Intends To Apply The Sum Of Six Hundred Thousand Pesos (p 600,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-72-b For The Construction Of Rice Mill Phase Ii At Brgy. San Jose, Miag-ao, Iloilo For The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 9, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p1, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On None. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before June 17, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On June 17, 2025, 9:00 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Construction Of Rice Mill Phase Ii At Brgy. San Jose, Miag-ao,iloilo, With Project Identification Number Agr-25-72-b. 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 2023 In The Amount Of Six Hundred Thousand Pesos ( ₱ 600,000.00) 2.2. The Source Of Funding Is: A.) Capital Outlay – Supplemental Budget No. 1 C.y. 2023 As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address At Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 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. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. 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. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until October 15, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 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. Section Iii. 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: A) Construction Of Rice Mill 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 Special Philippines Contractors Accreditors Board License 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience Project Engineer 1 Year 1 Year Material Engineer 1 Year 1 Year Agricultural & Biosystems Engineer 1 Year 1 Year Health & Safety Officer 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Generator - 1 Welding Machine - 1 Bar Cutter - 1 12 Alternative Bids Are Not Allowed 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 16 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “construction Of Rice Mill Phase Ii At Brgy. San Jose, Miag Ao, Iloilo” B. Bear The Name And Address Of The Bidder In Capital Letters; C. Addressed To: Atty. Dennis T. Ventilacion, Chairperson, Bids And Awards Committee: D. Bear The Specific Identification Of This Procurement: “agr-25-72-b” E. Bear A Warning “do Not Open Before June 17, 2025” Indicating The Date And Time For The Submission Of Bids On The Blank: Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder 19.2 Partial Bids Are Not Allowed 20 All Communications With Regards To This Procurement Shall Be Submitted Through Personal Receipt By Bidder To The Bac Secretariat Or Through Electronic Mail. Official Communications Through Email Shall Be Sent To The Official Email Address Ipg_bacs@yahoo.com. Only Communications Through Bidder’s Official Email Address Or Authorized Representative Shall Be Entertained. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm 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. 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 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. 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. Section V. Special Conditions Of Contract Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Shall Be At Least 10 Days Prior To The Final Billing. 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 1% Of The Final Contract Amount. Section Vi. Specification General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Project Engineer. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Work The Works Include Furnishing Of Labor, Materials, Tools, Equipments And Other Incidentals Necessary To Complete The Project Such As Clearing & Grubbing, Concrete Works (concreting, Steel Works, Form Works), Pre-painted Rib Type Wall, Plastering Works, Roofing Works, Ceiling Works, Doorsl, Water Tank, Electrical Works, Painting Works, Installation Of Logo. General Condition A. The Works To Be Done Herein Shall Be The Construction Of Rice Mill As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Clearing, Grubbing And Staking Clearing And Grubbing And Cutting Of Trees Shall Include Handling, Salvaging, Piling And Disposing Off The Cleared Materials With All Leads And Lifts. Trees Shall Be Cut In Sections From The Top Downwards. All Timber Shall Not Be Used By The Contractor For Any Purpose And Shall Remain The Property Of The Provincial Agriculture Office. Clearing Shall Consist Of The Cutting, Removing And Disposal Of All Trees, Bushes, Shrubs, Grass, Weeds, Other Vegetation, Anthills, Rubbish, Fences, Top Organic Soil And Rocks And Boulders Exposed Or Lying On The Surface. The Construction Site Shall Be Leveled According To The Plans And Cleared Of Rubbish, Roots And Other Perishable And Objectionable Matters To A Suitable Subgrade. All Such Unsuitable Materials Shall Be Removed From The Construction Site And Spread Uniformly Over The Areas Adjacent To The Proposed Building, Or Otherwise Disposed Of As Maybe Directed By The Architect/engineer In-charge Of The Construction. Materials Obtained From Clearing And Grubbing Shall Be Disposed Off In Borrow Pits Or Other Suitable Places And Be Covered Up With Soil Or Gravel As Directed By The Engineer. The Burning Of Combustible Materials Shall Not Be Permitted. During The Period Of Commencement Of Works, The Contractor Shall Survey The Construction Area And Confirm The Levels. He Shall Immediately Notify The Engineer Of Any Discrepancies And Shall Agree With The Engineer Any Amended Values On The Plan. All Stations And Reference Points Shall Be Clearly Marked And Protected To The Satisfaction Of The Engineer. All Working Benchmarks Shall Be Near Major/medium Structure Sites. Accurate Establishment Of The Centerlines Based On The Drawing Is Required. The Existing Profile And Cross-section Shall Be Jointly Taken With The Engineer. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Projects Status Project Status Remarks Duration Started Target Date Of Completion Percentage Of Completion As Of (date) Cost Incurred To Date Date Completed Pao Billboard Republic Of The Philippines Province Of Iloilo Provincial Agriculture Office Iloilo City Name Of Project: Location Of Project: Contractor: Implementing Agency: Appropriation: Fund Source: Contract Duration: Project Starting Date: Project Completion Date: Another Priority Project Of The Iloilo Provincial Government The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White 8ft X 8ft (coa) 4ft X 8ft (pao) B. Resolution 70 Dpi; C. Font Helvetica; D. Font Size: Main Information – 3”; E. Sub Information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of The Project Billboard Shall Be In Accordance With Provisions Of This Specifications. Basis Of Payment No Additional Payment Shall Be Made In This Regard. Description Of Works: Concrete Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type 1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement And Miscellaneous Materials: Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross Sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. H. Proportioning Of Concrete For Concrete Works Use 1:2:4 I. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. J. Removal Of Forms: Forms Shall Be Removed In Such A Manner As Not To Impair The Safety And Serviceability Of The Structures. Pre-painted Rib Type Wall All Wall Must Be Pre-painted Rib Type With 0.4mm Thick Shall Be Brand New As Approved By The Engineer. All Purlins (1.2mm Thick) Shall Be Carbon Steel Conforming Astm A570 Or Astm A611 And Having Yielded Strength Not Less Than 227mpa (33,000) And Shall Be Metal Primer Red Oxide Painted. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. Do Not Field Weld Materials Lighter Than 18 Gauge. Plastering Mixture For Plastering: Thickness Of Plaster 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Roofing Works 1. Use 0.4 Mm Thick Pre-painted Rib Type Thermoplastic Long Span Roofing With Compatible Flashing, Fascia And Ridge Roll. It Shall Be Brand New As Approved By The Project Engineer. A. All Trusses Shall Be 1/4” Thick X 2” X 2” Angle Bars For Top And Bottom Chord And 1/4” Thick X 1-1/2” X 1-1/2” Angle Bar For All Web Members. B. For Girt Use 1/4” Thick X 2” X 2” Angle Bar For Top And Bottom Chord And 1/4” Thick X 1-1/2” X 1-1/2” Angle Bar For All Web Members. C. For Fascia Frame Use 1/4” Thick X 1” X 1” Angle Bar For Main Frame With 1”x1/8” Thk Flatbar For Braces. D. Use 2” X 3” Light Gauge C-purlins. 2. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. Do Not Field Weld Materials Lighter Than 18 Gauge. See Attached Plans For Details And Specifications. 3. Complete Painting Covers All Metal Surfaces And Other Interior Parts Except Otherwise Specified. Areas To Be Painted Shall Be Cleaned And Sanded Before Applying The Paint. Painting Works Should Be Done With Good Quality Workmanship By A Skilled Painter. 4. Paint To Be Used Shall Be Leading Brand Available In The Market With The Approval Of The Project Engineer. Apply Two (2) Coats As Paint Follows: 1st Coat = Metal Primer Red Oxide Paint Shall Be Thoroughly Dry Before Applying The Succeeding Coat No Exterior Painting Shall Be Done With The Surface To Be Applied Is Damp Or During Rainy Weather. Proper Works At All Times By Suitable Materials As Work Progress, Upon Completion Of Work, Remove All Paints Stains And Varnish Spots From Floors And Other Surfaces, Leave Work Clean And In Acceptable Condition. Ceiling Works All Materials Shall Be Of Kind And Size Specified On Plans. Exterior Ceiling Will Use 4 Inches Spandrel As Ceiling Board With A Carrying Channel, Metal Furring, End Moulding, Center Moulding, Metal Wall Angle For Corner As Main Frame. Use Blind Rivets To Fix The Spandrel To The Main Frame. All Materials Shall Be Brand New. It Should Be Done With A Good Quality Workmanship By A Skilled Worker. Doors (roll Up Door) Use Motorized Roll Up Door With 3.70m X 3.70m Dimension With Complete Accessories At Front Elevation And Right Elevation. Water Tank Use Brand New 500 Liter Vertical Stainless Water Tank Attached With 2 Inches Diameter Pvc Blue Pipe Which Supply Water For The Engine Cooling System. Electrical Works The Electrical Installation Shall Be Done In Accordance With The Approved Plans And Under The Direct Supervision And Control Of A Professional Electrical Engineer And Or Registered Electrical Engineer. All Electrical Works And Materials Shall Conform To The Provisions Of The Latest Edition Of The Philippine National Electrical Code. There Shall Only One Service To Be Dropped From The Nearest Or Local Electrical Company Pole For The Proposed Building. See Attached Plans For Details And Specifications. Painting Works Complete Painting Covers All Concrete And Other Interior Parts Except Otherwise Specified. Apply Three (3) Coats As Paint Follows: 1st Coat = Sealer 2nd Coat = Primer 3rd Coat = Color Selected And Approved (2 Coats) Paint Shall Be Thoroughly Dry Before Applying The Succeeding Coat No Exterior Painting Shall Be Done With The Surface To Be Applied Is Damp Or During Rainy Weather Proper Works At All Times By Suitable Materials As Work Progress, Upon Completion Of Work, Remove All Paints Stains And Varnish Spots From Floors And Other Surfaces, Leave Work Clean And In Acceptable Condition. Installation Of Logo A) Iloilo Provincial Government (ipg) And Department Of Interior Local Government (dilg) Logo : Use Stainless (202) Size: 33.5" Diameter Logo B) Morprogress : Use Stainless (304) For Big Letters - Size Letters 7" C) Morprogress : Use Stainless (304) For Small Letters - Size: 5.3" D) Iloilo: Use Stainless (304) - Size:8.3" Section Vii. Drawings All Annexes Shall Be Annexed And The Title Shall Be Specified As To What Plan The Drawing Pertain To Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-72-b Item Description Quantity Unit Unit Cost Total Cost No. I. Clearing And Grubbing 100 Sq.m Pesos And Ctvs. (p ) / Sq.m P Ii. Concrete Works A. Concreting 1.42 Cu.m Pesos And Ctvs. (p ) / Cu.m P B. Steel Works 159 Kgs Pesos And Ctvs. (p ) / Kg P C. Formworks 3.96 Sq.m And Ctvs. (p ) / Sq.m P Iii. Pre-painted Rib Type Wall 94.14 Sq. M Pesos And Ctvs. (p ) / Sq.m P Iv. Plastering Works 11.61 Sq. M Pesos And Ctvs. (p ) / Sq.m P V. Roofing Works 125.28 Sq. M Pesos And Ctvs. (p ) / Sq.m P Vi. Ceiling Works 37.24 Sq. M Pesos And Ctvs. (p ) / Sq.m P Vii. Doors 2 Sets Pesos And Ctvs. (p ) / Set P Viii. Water Tank 1 L.s Pesos And Ctvs. (p )/l.s P Ix. Electrical Works 1 L.s Pesos And Ctvs. (p )/ L.s P X. Painting Works 103.92 Sq.m Pesos And Ctvs. ) / Sq.m P Xi. Installation Of Logo 1 Lot Pesos And Ctvs. (p ) /lot P Total Bid Cost In Figures P Total Bid Cost In Words Summary Of Costs Item No. Bid Amount I. Clearing And Grubbing ₱ ________________________________ Ii. Concrete Works A. Concreting ₱ ________________________________ B. Steel Works ₱ ________________________________ C. Formworks ₱ ________________________________ Iii. Pre-painted Rib Type Wall ₱ ________________________________ Iv. Plastering Works ₱ ________________________________ V. Roofing Works ₱ ________________________________ Vi. Ceiling Works ₱ ________________________________ Vii. Doors ₱ ________________________________ Viii. Water Tank ₱ ________________________________ Ix. Electrical Works ₱ ________________________________ X. Painting Works ₱ ________________________________ Xi. Installation Of Logo ₱ ________________________________ Total Bid Amount ₱ ________________________________ Section Ix. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) 1. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship Or Cda For Cooperatives, Or Any Proof Of Such Registration. 2. Mayor’s Permit Issued By The City Or Municipality – Where The Principal Place Of Business Of The Prospective Bidder Is Located; 3. Tax Clearance Per Executive Order 398, Series Of 2005, A S Finally Reviewed And Approved By The Bir 4. Audited Financial Statements, Showing, Among Others, The Prospective 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; For The Type And Cost Of The Contract To Be Bid Technical Documents ⬜ (b) 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 ⬜ (c) 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 ⬜ (d) Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) 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 Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) 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 ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) 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 ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ Cash Flow By Quarter.
Closing Date17 Jun 2025
Tender AmountPHP 600 K (USD 10.7 K)
BARANGAY MAGRAFIL GONZAGA, CAGAYAN Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Preface These Philippine Bidding Documents (pbds) For The Procurement Of Infrastructure Projects (hereinafter Referred To Also As The “works”) Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By All Branches, Agencies, Departments, Bureaus, Offices, Or Instrumentalities Of The Government, Including Government-owned And/or -controlled Corporations, Government Financial Institutions, State Universities And Colleges, Local Government Units, And Autonomous Regional Government. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. The Pbds Are Intended As A Model For Admeasurements (unit Prices Or Unit Rates In A Bill Of Quantities) Types Of Contract, Which Are The Most Common In Works Contracting. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Duration; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Works To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Infrastructure Projects. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Project. B. Specific Details, Such As The Continuation Of Peri- Meter Fence And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Note In Italics Included In The Invitation To Bid, Bds, General Conditions Of Contract, Special Conditions Of Contract, Specifications, Drawings, And Bill Of Quantities Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Names Of The Project, Contract, And Procuring Entity, In Addition To Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreignassisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 5 Section I. Invitation To Bid 7 Section Ii. Instructions To Bidders 10 1. Scope Of Bid 10 2. Funding Information 10 3. Bidding Requirements 11 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 11 5. Eligible Bidders 11 6. Origin Of Associated Goods 12 7. Subcontracts 12 8. Pre-bid Conference 13 9. Clarification And Amendment Of Bidding Documents 13 10. Documents Comprising The Bid: Eligibility And Technical Components 13 11. Documents Comprising The Bid: Financial Component 14 12. Alternative Bids 14 13. Bid Prices 14 14. Bid And Payment Currencies 14 15. Bid Security 15 16. Sealing And Marking Of Bids 15 17. Deadline For Submission Of Bids 15 18. Opening And Preliminary Examination Of Bids 15 19. Detailed Evaluation And Comparison Of Bids 16 20. Post Qualification 16 21. Signing Of The Contract 16 Section Iii. Bid Data Sheet 17 Section Iv. General Conditions Of Contract 18 1. Scope Of Contract 19 2. Sectional Completion Of Works 19 3. Possession Of Site 19 4. The Contractor’s Obligations 19 5. Performance Security 20 6. Site Investigation Reports 20 7. Warranty 20 8. Liability Of The Contractor 20 9. Termination For Other Causes 20 10. Dayworks 21 11. Program Of Work 21 12. Instructions, Inspections And Audits 21 13. Advance Payment 21 14. Progress Payments 21 15. Operating And Maintenance Manuals 22 Section V. Special Conditions Of Contract 23 Section Vi. Specifications 26 Section Vii. Drawings 28 Section Viii. Bill Of Quantities 29 Section Ix. Checklist Of Technical And Financial Documents 33 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. 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. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria. The Ib Should Be Incorporated Into The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Republic Of The Philippines Province Of Cagayan Municipality Of Gonzaga Barangay Magrafil Invitation To Bid For The Backfilling & Concreting Of Multi-purpose Gym At Magrafil, Gonzaga, Cagayan 1. The Backfilling & Concreting Of Multi-purpose Gym At Magrafil, Gonzaga, Cagayan, Through The Funding Intends To Apply The Sum Of Three Hundred Twenty Six Thousand Two Hundred Pesos (326,200.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Magrafil -infra-001-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Backfilling & Concreting Of Multi-purpose Gym Magrafil, Gonzaga, Cagayan. Completion Of The Works Is Required 30 Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information On The Backfilling & Concreting Of Multi-purpose Gym At Magrafil, Gonzaga, Cagayan. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 From Given Address And Website/s Below {insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Via Email. 6. The Bac Will Hold A Pre-bid Conference On [january 28, 2025] At [lnb Hall Municipal Compound Barangay Magrafil, Gonzaga, Cagayan] {[insert If Applicable] And/or Through Videoconferencing/webcasting Via [insert Website, Application Or Technology To Be Used].}, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 28, 2025 At 9:14 Am At The Given Address At {lnb Hall, Municipal Compound Barangay Smart Gonzaga, Cagayan] And/or Through [insert Website, Application, Or Technology To Be Used].} Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Backfilling & Concreting Of Multi-purpose Gym Magrafil, Gonzaga, Cagayan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Flordelisa I. Javier Secretariat Bids And Awards Committee Barangay Hall Barangay Magrafil, Gonzaga, Cagayan Email: Lisaidmilao32@gmail.com 09999779655-09065742240 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [indicate Websites] [if Applicable] For Online Bid Submission: [indicate Website] January 16, 2025 ________________________________ Wilfrey Loy S. Idmilao Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, [barangay Magrafil, Gonzaga, Cagayan] Invites Bids For The Backfilling & Concreting Of Multi-purpose Gym Magrafil, Gonzaga, Cagayan, With Project Identification Number Magrafil-infra-001-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] 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 2025 In The Amount Of Three Hundred Twenty Six Thousand Two Hundred Pesos. 2.2. The Source Of Funding Is: [if An Early Procurement Activity, Select One And Delete Others:] A. Nga, The National Expenditure Program. B. Gocc And Gfis, The Proposed Corporate Operating Budget. C. Lgus, The Proposed Local Expenditure Program. [if Not An Early Procurement Activity, Select One And Delete Others:] A. Nga, The General Appropriations Act Or Special Appropriations. B. Gocc And Gfis, The Corporate Operating Budget. C. Lgus, The Annual Or Supplemental Budget, As Approved By The Sangguniang. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: [select One, Delete Other/s] A. Subcontracting Is Allowed. The Portions Of Project And The Maximum Percentage Allowed To Be Subcontracted Are Indicated In The Bds, Which Shall Not Exceed Fifty Percent (50%) Of The Contracted Works. B. Subcontracting Is Not Allowed. 7.1. [if Procuring Entity Has Determined That Subcontracting Is Allowed During The Bidding , State:] The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criterial Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.2. [if Subcontracting Is Allowed During The Contract Implementation Stage, State:] The Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address {[insert If Applicable] And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 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. 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: [select One, Delete Other/s] A. Philippine Pesos. B. [indicate Currency If Procurement Involves A Foreign-denominated Bid As Allowed By The Procuring Entity, Which Shall Be Tradeable Or Acceptable By The Bsp.] 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 [indicate Date]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 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. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet (bds) The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A. Information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B. Amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. 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: [provide Description/clarification Of What Are Major Categories Of Work]. 7.1 [specify The Portions Of Works And The Maximum Percentage Allowed To Be Subcontracted, Which Shall Not Be Significant Or Material Components Of The Project As Determined By The Procuring Entity.] 10.3 [specify If Another Contractor License Or Permit Is Required. ] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 12 [insert Value Engineering Clause If Allowed.] 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than __________ [insert Two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than __________ [insert Five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Allowed, As Follows: [insert Grouping Of Lots By Specifying The Items And The Quantity For Every Identified Lot.] 20 [list Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It, E.g. Environmental Compliance Certificate, Certification That The Project Site Is Not Within A Geohazard Zone, Etc.] 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And Scurve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Contractor, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 4.1. The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 4.2. If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 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. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Works Procured. In Preparing This Section, The Following Aspects Should Be Checked: A. Information That Complements Provisions Of The Gcc Must Be Incorporated. B. Amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 2 [if Different Dates Are Specified For Completion Of The Works By Section, I.e. “sectional Completion,” These Dates Should Be Listed Here.] 4.1 [specify The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part.] 6 The Site Investigation Reports Are: [list Here The Required Site Investigation Reports.] 7.2 [select One, Delete The Other.] [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. [in Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures:] Five (5) Years. [in Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures:] Two (2) Years. 10 [select One, Delete The Other:] A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. B. No Dayworks Are Applicable To The Contract. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within [insert Number] Days Of Delivery Of The Notice Of Award. 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Three Hundred Six Thousand Pesos. 13 The Amount Of The Advance Payment Is [insert Amount As Percentage Of The Contract Price That Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment]. 14 [if Allowed By The Procuring Entity, State:] Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is [date]. The Date By Which “as Built” Drawings Are Required Is [date]. 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 [amount In Local Currency]. Section Vi. Specifications Notes On Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Or Conditioning Their Bids. In The Context Of International Competitive Bidding, The Specifications Must Be Drafted To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Economy, Efficiency, And Fairness In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation Facilitated. The Specifications Should Require That All Goods And Materials To Be Incorporated In The Works Be New, Unused, Of The Most Recent Or Current Models, And Incorporate All Recent Improvements In Design And Materials Unless Provided Otherwise In The Contract. Samples Of Specifications From Previous Similar Projects Are Useful In This Respect. The Use Of Metric Units Is Mandatory. Most Specifications Are Normally Written Specially By The Procuring Entity Or Its Representative To Suit The Works At Hand. There Is No Standard Set Of Specifications For Universal Application In All Sectors In All Regions, But There Are Established Principles And Practices, Which Are Reflected In These Pbds. There Are Considerable Advantages In Standardizing General Specifications For Repetitive Works In Recognized Public Sectors, Such As Highways, Ports, Railways, Urban Housing, Irrigation, And Water Supply, In The Same Country Or Region Where Similar Conditions Prevail. The General Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Construction, Although Not Necessarily To Be Used In A Particular Works Contract. Deletions Or Addenda Should Then Adapt The General Specifications To The Particular Works. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Goods, Materials, And Workmanship, Recognized International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Goods, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure Substantially Equal Or Higher Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Scc. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Contract To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished, And Work Performed Or Tested, The Provisions Of The Latest Current Edition Or Revision Of The Relevant Standards And Codes In Effect Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National, Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure A Substantially Equal Or Higher Quality Than The Standards And Codes Specified Will Be Accepted Subject To The Procuring Entity’s Representative’s Prior Review And Written Consent. Differences Between The Standards Specified And The Proposed Alternative Standards Shall Be Fully Described In Writing By The Contractor And Submitted To The Procuring Entity’s Representative At Least Twenty-eight (28) Days Prior To The Date When The Contractor Desires The Procuring Entity’s Representative’s Consent. In The Event The Procuring Entity’s Representative Determines That Such Proposed Deviations Do Not Ensure Substantially Equal Or Higher Quality, The Contractor Shall Comply With The Standards Specified In The Documents. These Notes Are Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Should Not Be Included In The Final Bidding Documents. Section Vii. Drawings Section Viii. Bill Of Quantities Notes On The Bill Of Quantities Objectives The Objectives Of The Bill Of Quantities Are: A. To Provide Sufficient Information On The Quantities Of Works To Be Performed To Enable Bids To Be Prepared Efficiently And Accurately; And B. When A Contract Has Been Entered Into, To Provide A Priced Bill Of Quantities For Use In The Periodic Valuation Of Works Executed. In Order To Attain These Objectives, Works Should Be Itemized In The Bill Of Quantities In Sufficient Detail To Distinguish Between The Different Classes Of Works, Or Between Works Of The Same Nature Carried Out In Different Locations Or In Other Circumstances Which May Give Rise To Different Considerations Of Cost. Consistent With These Requirements, The Layout And Content Of The Bill Of Quantities Should Be As Simple And Brief As Possible. Daywork Schedule A Daywork Schedule Should Be Included Only If The Probability Of Unforeseen Work, Outside The Items Included In The Bill Of Quantities, Is High. To Facilitate Checking By The Entity Of The Realism Of Rates Quoted By The Bidders, The Daywork Schedule Should Normally Comprise The Following: A. A List Of The Various Classes Of Labor, Materials, And Constructional Plant For Which Basic Daywork Rates Or Prices Are To Be Inserted By The Bidder, Together With A Statement Of The Conditions Under Which The Contractor Will Be Paid For Work Executed On A Daywork Basis. B. Nominal Quantities For Each Item Of Daywork, To Be Priced By Each Bidder At Daywork Rates As Bid. The Rate To Be Entered By The Bidder Against Each Basic Daywork Item Should Include The Contractor’s Profit, Overheads, Supervision, And Other Charges. Provisional Sums A General Provision For Physical Contingencies (quantity Overruns) May Be Made By Including A Provisional Sum In The Summary Bill Of Quantities. Similarly, A Contingency Allowance For Possible Price Increases Should Be Provided As A Provisional Sum In The Summary Bill Of Quantities. The Inclusion Of Such Provisional Sums Often Facilitates Budgetary Approval By Avoiding The Need To Request Periodic Supplementary Approvals As The Future Need Arises. Where Such Provisional Sums Or Contingency Allowances Are Used, The Scc Should State The Manner In Which They Will Be Used, And Under Whose Authority (usually The Procuring Entity’s Representative’s). The Estimated Cost Of Specialized Work To Be Carried Out, Or Of Special Goods To Be Supplied, By Other Contractors Should Be Indicated In The Relevant Part Of The Bill Of Quantities As A Particular Provisional Sum With An Appropriate Brief Description. A Separate Procurement Procedure Is Normally Carried Out By The Procuring Entity To Select Such Specialized Contractors. To Provide An Element Of Competition Among The Bidders In Respect Of Any Facilities, Amenities, Attendance, Etc., To Be Provided By The Successful Bidder As Prime Contractor For The Use And Convenience Of The Specialist Contractors, Each Related Provisional Sum Should Be Followed By An Item In The Bill Of Quantities Inviting The Bidder To Quote A Sum For Such Amenities, Facilities, Attendance, Etc. Signature Box A Signature Box Shall Be Added At The Bottom Of Each Page Of The Bill Of Quantities Where The Authorized Representative Of The Bidder Shall Affix His Signature. Failure Of The Authorized Representative To Sign Each And Every Page Of The Bill Of Quantities Shall Be A Cause For Rejection Of His Bid. These Notes For Preparing A Bill Of Quantities Are Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Should Not Be Included In The Final Documents. Section Ix. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A. Gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B. Any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 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 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 Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (r) Cash Flow By Quarter.
Closing Date18 Feb 2025
Tender AmountPHP 326.2 K (USD 5.6 K)
Province Of Iloilo Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Z Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section Ii. Instructions To Bidders 8 1. Scope Of Bid 8 2. Funding Information 8 3. Bidding Requirements 8 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 8 5. Eligible Bidders 9 6. Origin Of Associated Goods 9 7. Subcontracts 9 8. Pre-bid Conference 9 9. Clarification And Amendment Of Bidding Documents 10 10. Documents Comprising The Bid: Eligibility And Technical Components 10 11. Documents Comprising The Bid: Financial Component 10 12. Alternative Bids 11 13. Bid Prices 11 14. Bid And Payment Currencies 11 15. Bid Security 11 16. Sealing And Marking Of Bids 11 17. Deadline For Submission Of Bids 12 18. Opening And Preliminary Examination Of Bids 12 19. Detailed Evaluation And Comparison Of Bids 12 20. Post Qualification 12 21. Signing Of The Contract 12 Section Iii. Bid Data Sheet 13 Section Iv. General Conditions Of Contract 15 1. Scope Of Contract 15 2. Sectional Completion Of Works 15 3. Possession Of Site 15 4. The Contractor’s Obligations 15 5. Performance Security 16 6. Site Investigation Reports 16 7. Warranty 16 8. Liability Of The Contractor 16 9. Termination For Other Causes 16 10. Dayworks 17 11. Program Of Work 17 12. Instructions, Inspections And Audits 17 13. Advance Payment 17 14. Progress Payments 17 15. Operating And Maintenance Manuals 18 Section V. Special Conditions Of Contract 19 Section Vi. Specification 20 Section Vii. Drawings 26 Section Viii. Bill Of Quantities 29 Section Ix. Checklist Of Technical And Financial Documents 30 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. 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. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations. Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Improvement Of Multi-commodity Nursery At Art-center, Brgy. Nanga, Pototan, Iloilo Bid No. Agr-25-370-b 1. The Iloilo Provincial Government, Through The 20% Nta Development Fund Cy 2025 Intends To Apply The Sum Of Nine Hundred Seventy Thousand Pesos (p970,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-370-b For The Improvement Of Multi-commodity Nursery At Art-center, Brgy. Nanga, Pototan, Iloilo For The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 07 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p1, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On None At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before April 15, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On April 15, 2025, 9:01 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph March 28, 2025 Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Construction Of Multi-commodity Nursery At Art-center, Brgy. Nanga, Pototan, Iloilo, With Project Identification Number Agr-25-370-b. 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 2025 In The Amount Of Nine Hundred Seventy Thousand Pesos (p970,000.00) 2.2. The Source Of Funding Is: A.) Lgu’s, 20% Nta Development Fund Fy 2025, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address At Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 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. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. 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. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until August 13, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 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. Section Iii. 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: A) Construction/ Improvement Of A Building 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 [specify If Another Contractor License Or Permit Is Required] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1-project Engineer 1 Year 1 Year 1-material Engineer 1 Year 1 Year 1- Health & Safety Officer 1 Year 1 Year 1-construction Foreman 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Welding Machine - 1 One Bagger Concrete Mixer - 1 12 Alternative Bids Are Not Allowed 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 16 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. Itb Clause 16 All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “improvement Of Multi-coomudity Nursery At Art Center, Brgy. Nanga, Pototan, Iloilo” B. Bear The Name And Address Of The Bidder In Capital Letters; A. Addressed To: Atty. Dennis T. Ventilacion, Chairperson, Bids And Awards Committee: D. Bear The Specific Identification Of This Procurement: “agr-25-370-b” E. Bear A Warning “do Not Open Before April 15, 2025” Indicating The Date And Time For The Submission Of Bids On The Blank: Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder 20 No Further Instructions. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm 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. 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 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. 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. Section V. Special Conditions Of Contract Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Shall Be Prior To The Final Inspection. 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 1% Of The Final Contract Amount. Section Vi. Specification General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Project Engineer. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Work The Works Include Clearing, Grubbing And Staking, Excavation, Embankment, Gravel Bedding, Concrete Works, Masonry Works With Plastering, Roofing Works And Installation Of Pipelines. General Condition A. The Works To Be Done Herein Shall Be The Improvement Of Multi-commodity Nursery As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Name Of Agency Business Address Project: _________________________________________________ Cost: - - - - - - - - - - - - Location: Fund Source/s: Implementing Agency/ies: Development Partner/: Contractor Supplier: Brief Description Of Project: Project Details: Projects Status Project Status Remarks Duration Started Target Date Of Completion Percentage Of As Of Completion (date) Cost Incurred To Date Date Completed For Particulars Or Complaints About This Project, Please Contact The Regional Office Cluster Which Has Audit Jurisdiction On This Project: Coa Regional Office No./ Cluster: Address: Contact No.: Pao Billboard Republic Of The Philippines Province Of Iloilo Provincial Agriculture Office Iloilo City Name Of Project: Location Of Project: Contractor: Implementing Agency: Appropriation: Fund Source: Contract Duration: Project Starting Date: Project Completion Date: Another Priority Project Of The Iloilo Provincial Government The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White 8ft X 8ft (coa) 4ft X 8ft (pao) B. Resolution 70 Dpi; C. Font Helvetica; D. Font Size: Main Information – 3”; E. Sub Information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of The Project Billboard Shall Be In Accordance With Provisions Of This Specifications. Basis Of Payment No Additional Payment Shall Be Made In This Regard. Description Of Works: I. Clearing, Grubbing And Staking Clearing And Grubbing And Cutting Of Trees Shall Include Handling, Salvaging, Piling And Disposing Off The Cleared Materials With All Leads And Lifts. Trees Shall Be Cut In Sections From The Top Downwards. All Timber Shall Not Be Used By The Contractor For Any Purpose And Shall Remain The Property Of The Provincial Agriculture Office. Clearing Shall Consist Of The Cutting, Removing And Disposal Of All Trees, Bushes, Shrubs, Grass, Weeds, Other Vegetation, Anthills, Rubbish, Fences, Top Organic Soil And Rocks And Boulders Exposed Or Lying On The Surface. The Construction Site Shall Be Leveled According To The Plans And Cleared Of Rubbish, Roots And Other Perishable And Objectionable Matters To A Suitable Subgrade. All Such Unsuitable Materials Shall Be Removed From The Construction Site And Spread Uniformly Over The Areas Adjacent To The Proposed Building, Or Otherwise Disposed Of As Maybe Directed By The Architect/engineer In-charge Of The Construction. Materials Obtained From Clearing And Grubbing Shall Be Disposed Off In Borrow Pits Or Other Suitable Places And Be Covered Up With Soil Or Gravel As Directed By The Engineer. The Burning Of Combustible Materials Shall Not Be Permitted. Staking-out The Building Lines Shall Be Staked Out On The Lines And Grades Shown In The Drawings Established Before Any Excavation Is Started. Batter Boards And Reference Marks Shall Be Erected At Such Place Where They Will Not Be Disturbed During The Excavation Of The Building. During The Period Of Commencement Of Works, The Contractor Shall Survey The Construction Area And Confirm The Levels. He Shall Immediately Notify The Engineer Of Any Discrepancies And Shall Agree With The Engineer Any Amended Values On The Plan. All Stations And Reference Points Shall Be Clearly Marked And Protected To The Satisfaction Of The Engineer. All Working Benchmarks Shall Be Near Major/medium Structure Sites. Accurate Establishment Of The Centerlines Based On The Drawing Is Required. The Existing Profile And Cross-section Shall Be Jointly Taken With The Engineer. Ii. Excavation Foundation Trench Shall Be Dug To The Exact Width And Depth And Levels As Indicated In The Drawings. Sides Of The Trenches Shall Be Vertical. In Case Soil Does Not Permit Vertical Sides, The Contractor Shall Protect The Sides With Timber Shoring. Excavated Earth Shall Not Be Placed Within 1.5 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Iii. Embankment And Gravel Bedding Promptly Backfill Excavation As Work Permits. Use Earth Or Sand Free From Waste And Objectionable Materials. Place Embank/backfill In Uniform Horizontal Layer Not More 150mm Thick At A Time, Puddle And Tamper Each Layer As Required To Make Firm Adequate Compaction. Fill Bottom Of Excavation For Structured Foundation With At Least 75mm Thick Gravel Before Placing Reinforcing Steel Bars And Pouring Concrete. V. Concrete Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross Sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. Vi. Masonry Works With Plastering 1. For Concrete Seed Bed, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Vii. Roofing Works A. For Roofing, Use 75%-80% Seed Net B. For Roof Frame And Post Use 2” Diameter X 6m G.i. Pipe S-40 C. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. Viii. Installation Of Pipelines A. Use 1 ¼” Diameter Hdpe Sdr11 Pipe From Source And ½” Diameter Hdpe Sdr11 Pipe For Water Line B. Use ½” Diameter Faucet With Hose Bibb Compatible To Garden Hose C. Use ½” Diameter Garden Hose With Hose Clip D. Faucet Must Be Attached To The G.i. Post Using ½” X 1 ¼” Diameter Pvc Saddle Clamp Section Vii – Schedule Of Drawings All Annexes Shall Be Annexed And The Title Shall Be Specified As To What Plan The Drawing Pertain To Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii – Bill Of Quantities Bid No. Agr-25-370-b Item No. Description Quantity Unit Unit Cost Total Cost I. Clearing, Grubbing And Staking 193.64 Sq.m. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ……………………….) / Sq.m. ₱ …………… Ii. Excavation 6.26 Cu.m. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ……………………… .) / Cu.m. ₱…………… Iii. Embankment 309.79 Cu.m. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ………………………) /cu.m. ₱ …………… Iv. Gravel Bedding 13.76 Cu.m. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ………………………) / Cu.m. ₱ …………… V. Concrete Works 21.33 Cu.m. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ……………………...) / Cu.m. ₱ …………… Vi. Masonry Works With Plastering 33.80 M. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ……………………..) /m. ₱ …………… Vii. Roofing Works 122.84 Sq.m. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ …………………….) / Sq.m. ₱ …………… Viii. Installation Of Pipelines 1.00 Lot Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ………………………) /lot ₱ …………… Total Bid Cost In Figures ₱ …………… Total Bid Cost In Words ……………………………………………………………………………………. ………………………………………………………………………………………………………………………………. Summary Of Costs Bid No. Agr- 25-370-b Item No. Description Bid Amount I. Clearing, Grubbing And Staking ₱ __________________________ Ii. Excavation ₱ __________________________ Iii. Embankment ₱ __________________________ Iv. Gravel Bedding ₱ __________________________ V. Concrete Works ₱ __________________________ Vi. Masonry Works With Plastering ₱ __________________________ Vii. Roofing Works ₱ __________________________ Viii. Installation Of Pipelines ₱ __________________________ Section Ix. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) 1. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship Or Cda For Cooperatives, Or Any Proof Of Such Registration. 2. Mayor’s Permit Issued By The City Or Municipality – Where The Principal Place Of Business Of The Prospective Bidder Is Located; 3. Tax Clearance Per Executive Order 398, Series Of 2005, As Finally Reviewed And Approved By The Bir 4. Audited Financial Statements, Showing, Among Others, The Prospective 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; For The Type And Cost Of The Contract To Be Bid. Technical Documents ⬜ (b) 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 ⬜ (c) 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 ⬜ (d) Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) 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 Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) 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 ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) 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 ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ Cash Flow By Quarter. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] Bid Form Date : Project Identification No. : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: A. We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; B. We Offer To Execute The Works For This Contract In Accordance With The Pbds; C. The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; D. The Discounts Offered And The Methodology For Their Application Are: [insert Information]; E. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, F. Our Bid Shall Be Valid Within The A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; G. 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, Or A Performance Securing Declaration In Lieu Of The The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; H. 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; I. 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 J. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. K. 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]. L. 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: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration Project Identification No.: [insert 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 Procurement 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 The 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 No. 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; And C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. 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 Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit 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], As Shown In The Attached Duly Notarized Special Power Of Attorney; [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], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, 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, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 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; 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 Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing 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. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date15 Apr 2025
Tender AmountPHP 970 K (USD 16.9 K)
Province Of Iloilo Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Construction Of Rice Mill Phase Ii At Brgy. Wayang, Miag-ao, Iloilo Bid No. Agr-25-85-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section I. Invitation To Bid 7 Section Ii. Instructions To Bidders 9 1. Scope Of Bid 9 2. Funding Information 9 3. Bidding Requirements 9 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 10 5. Eligible Bidders 10 6. Origin Of Associated Goods 10 7. Subcontracts 10 8. Pre-bid Conference 10 9. Clarification And Amendment Of Bidding Documents 11 10. Documents Comprising The Bid: Eligibility And Technical Components 11 11. Documents Comprising The Bid: Financial Component 11 12. Alternative Bids 12 13. Bid Prices 12 14. Bid And Payment Currencies 12 15. Bid Security 12 16. Sealing And Marking Of Bids 12 17. Deadline For Submission Of Bids 13 18. Opening And Preliminary Examination Of Bids 13 19. Detailed Evaluation And Comparison Of Bids 13 20. Post Qualification 13 21. Signing Of The Contract 13 Section Iii. Bid Data Sheet 14 Section Iv. General Conditions Of Contract 16 1. Scope Of Contract 16 2. Sectional Completion Of Works 16 3. Possession Of Site 16 4. The Contractor’s Obligations 16 5. Performance Security 17 6. Site Investigation Reports 17 7. Warranty 17 8. Liability Of The Contractor 17 9. Termination For Other Causes 17 10. Dayworks 18 11. Program Of Work 18 12. Instructions, Inspections And Audits 18 13. Advance Payment 18 14. Progress Payments 18 15. Operating And Maintenance Manuals 18 Section V. Special Conditions Of Contract 19 Section Vi. Specifications 20 Section Vii. Drawings 26 Section Viii. Bill Of Quantities 27 Section Ix. Checklist Of Technical And Financial Documents 30 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. 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. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations. Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Construction Of Rice Mill Phase Ii At Brgy. Wayang, Miag-ao, Iloilo Bid No. Agr-25-85-b 1. The Iloilo Provincial Government, Through The Capital Outlay - Supplemental Budget No. 1 Fy 2023 Intends To Apply The Sum Of One Million Four Hundred Twenty-seven Thousand Three Hundred Forty-five Pesos (p1,427,345.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-85-b For The Construction Of Rice Mill Phase Ii At Brgy. Wayang, Miag-ao, Iloilo For The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Ninety 90 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 9, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p5, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On None At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before June 17, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On June 17, 2025, 9:01 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Construction Of Rice Mill Phase Ii At Brgy. Wayang, Miag-ao, Iloilo, With Project Identification Number Agr-25-85-b. 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 2023 In The Amount Of One Million Four Hundred Twenty-seven Thousand Three Hundred Forty-five Pesos (p1,427,345.00) 2.2. The Source Of Funding Is: A.) Lgu’s, Capital Outlay – Supplemental Budget No. 1 Cy 2023 As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address At Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 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. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. 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. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until October 15, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 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 Section Iii. 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: A) Construction Of Rice Mill 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 Special Philippine Contractors Accreditation Board License 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1-project Engineer 1 Year 1 Year 1-material Engineer 1 Year 1 Year 1-agricultural And 1biosystems Engineer 1 Year 1 Year 1-health & Safety Officer 1 Year 1 Year 1-foreman 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Generator - 1 One Bagger Mixer - 1 Concrete Vibrator - 1 Bar Cutter - 1 Welding Machine - 1 Compactor - 1 12 Alternative Bids Are Not Allowed 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 16 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “construction Of Rice Mill Phase 11 At Brgy. Wayang, Miag-ao, Iloilo” B. Bear The Name And Address Of The Bidder In Capital Letters; C. Addressed To: Atty. Dennis T. Ventilacion, Chairperson, Bids And Awards Committee: D. Bear The Specific Identification Of This Procurement: “agr-25-85-b” E. Bear A Warning “do Not Open Before June 17, 2025” Indicating The Date And Time For The Submission Of Bids On The Blank: Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder 19.2 Partial Bid Is Not Allowed 20 No Further Instructions. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm 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. 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 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. 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. Section V. Special Conditions Of Contract Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 Materials And Equipment Delivered On The Site But Not Completely Installed Or Constructed Shall Not Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Shall Be At Least 10 Days Prior To The Final Billing. 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 1% Of The Final Contract Amount. Section Vi. Specification General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Authorized Representative Or The Engineer In-charge. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Works The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project Such As Clearing And Grubbing, Excavation, Backfilling, Concrete Works, Masonry Works, Plastering Works, Roofing Works, Ceiling Works, Tile Works, Door And Windows With Complete Accessories, Plumbing Works, Electrical Works, Painting Works, And Installation Of Logo. General Condition A. The Works To Be Done Herein Shall Be The Construction Of Rice Mill Phase Ii As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Pao Billboard The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White, 8ft X 8ft (coa) And 4ft X 8ft (pao): B. Resolution: 70 Dpi; C. Font: Helvetica; D. Font Size: Main Information – 3”; E. Sub-information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of Project Billboard Shall Be In Accordance With Provisions Of This Specification. Basis Of Payment No Additional Payment Shall Be Made In This Regard. Clearing And Grubbing Clearing And Grubbing And Cutting Of Trees Shall Include Handling, Salvaging, Piling And Disposing Off The Cleared Materials With All Leads And Lifts. Trees Shall Be Cut In Sections From The Top Downwards. All Timber Shall Not Be Used By The Contractor For Any Purpose And Shall Remain The Property Of The Provincial Agriculture Office. Clearing Shall Consist Of The Cutting, Removing And Disposal Of All Trees, Bushes, Shrubs, Grass, Weeds, Other Vegetation, Anthills, Rubbish, Fences, Top Organic Soil And Rocks And Boulders Exposed Or Lying On The Surface. The Construction Site Shall Be Cleared Of Rubbish, Roots And Other Perishable And Objectionable Matters To A Suitable Subgrade. All Such Unsuitable Materials Shall Be Removed From The Construction Site And Spread Uniformly Over The Areas Adjacent To The Proposed Building, Or Otherwise Disposed Of As Maybe Directed By The Architect/engineer In-charge Of The Construction. Materials Obtained From Clearing And Grubbing Shall Be Disposed Of In Borrow Pits Or Other Suitable Places And Be Covered Up With Soil Or Gravel As Directed By The Engineer. The Burning Of Combustible Materials Shall Not Be Permitted. During The Period Of Commencement Of Works, The Contractor Shall Survey The Construction Area And Confirm The Levels. He Shall Immediately Notify The Engineer Of Any Discrepancies And Shall Agree With The Engineer Any Amended Values On The Plan. All Stations And Reference Points Shall Be Clearly Marked And Protected To The Satisfaction Of The Engineer. All Working Benchmarks Shall Be Near Major/medium Structure Sites. Accurate Establishment Of The Centerlines Based On The Drawing Is Required. The Existing Profile And Cross-section Shall Be Jointly Taken With The Engineer. Excavation Foundation Trench Shall Be Dug To The Exact Width And Depth And Levels As Indicated In The Drawings. Sides Of The Trenches Shall Be Vertical. In Case Soil Does Not Permit Vertical Sides, The Contractor Shall Protect The Sides With Timber Shoring. Excavated Earth Shall Not Be Placed Within 1.5 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Backfill And Gravel Bedding Use Earth Or Sand Free From Waste And Objectionable Materials. Place Backfill In Uniform Horizontal Layer Not More 150mm Thick At A Time, Puddle And Tamper Each Layer As Required To Make Firm Adequate Compaction. Fill Bottom Of Excavation For Structured Foundation With At Least 100mm Thick Gravel Before Placing Reinforcing Steel Bars And Pouring Concrete. Concrete, Masonry And Plastering Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross-sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. I. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. J. Removal Of Forms: Forms Shall Be Removed In Such A Manner As Not To Impair The Safety And Serviceability Of The Structures. K. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Roof & Roof Framing A. All Roofing Must Be 0.5mm Pre-painted Rib-type Long Span With Compatible Ridge Roll, And Fascia. B. All Trusses And Rafter Shall Be 1/4” Thick X 2” X 2” Angle Bars For Top And Bottom Chord And All Web Members. C. For Girt Use 1/4” Thick X 2” X 2” Angle Bar For Top And Bottom Chord And All Web Members. D. For Fascia Frame Use 1/4” Thick X 2” X 2” Angle Bar. E. Use 2” X 6” Light Gauge C-purlins. F. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. G. All Metal Surfaces Must Be Metal Primer Red Oxide Painted. Ceiling Works All Materials Shall Be Of Kind And Size Specified On Plans. Interior And Exterior Ceiling Will Use 6” Spandrel Ceiling With A Carrying Channel, Metal Furring And Wall Angle For Corner As Main Frame. Use Blind Rivets To Fix The Spandrel To The Main Frame. Tile Works Tiles Should Be Installed In Office And Comfort Room Using A 0.60mx0.60m Granite Tile. Shall Have Tile Trim At The Edges And Provide Tile Grout Between Tiles. It Should Be Done By A Tile Setter To Ensure Quality Workmanship. Doors And Windows Use Wooden Panel Door 0.80m X 2.10m Dimension With Complete Accessories At Office Area And Pvc Door 0.70m X 2.10m Dimension With Complete Accessories At Comfort Room. Use Chain Operated Roll-up Door With 3.20m X 3m Dimension. Windows Are Concrete Louver With 0.15m X 0.15m Dimension, Analoc Sliding Glass Window With 1.20m X 1.20m Dimension, Clear Fixed Glass Window With 1.20m X 1.20m Dimension, And Analoc Awning Glass Window With 0.40m X 0.40m Dimension That Should Be Install In Comfort Room. Electrical Works The Electrical Installation Shall Be Done In Accordance With The Approved Plans And Under The Direct Supervision And Control Of A Professional Electrical Engineer And Or Registered Electrical Engineer. All Electrical Works And Materials Shall Conform To The Provisions Of The Latest Edition Of The Philippine National Electrical Code. The Type Of Electrical Services To Be Supplied To The Building Shall Be 240v, Ac Single Phase Or Three Phase. There Shall Only One Service To Be Dropped From The Nearest Or Local Electrical Company Pole For The Proposed Building. See Attached Plans For Specifications. Plumbing Works All Works Shall Be Done In Accordance With The Provisions Of The Latest Edition Of The Plumbing Code And Local Ordinance. All Works Shall Be Done Under The Direct Supervision Of A Duly Licensed Master Plumber. See Attached Plans For Specifications. A. Use 1 Roll 1-1/2” Hdpe Pipe For Connection From Main Source Of Water To The Building For The Operation Of Comfort Room And Rice Mill Machine. B. Use 2" G.i Pipe Schedule 40 For Connection From Engine Of The Rice Mill To The Concrete Tank. Painting Works I. Complete Painting Covers All Concrete Surfaces And Other Interior Parts Except Otherwise Specified. Ii. Apply Three (3) Coats As Paint Follows: 1st Coat = Sealer 2nd Coat = Primer 3rd Coat = Color Selected And Approved (2 Coats) Iii. Paint Shall Be Thoroughly Dry Before Applying The Succeeding Coat No Exterior Painting Shall Be Done With The Surface To Be Applied Is Damp Or During Rainy Weather Iv. Proper Works At All Times By Suitable Materials As Work Progress, Upon Completion Of Work, Remove All Paints Stains And Varnish Spots From Floors And Other Surfaces, Leave Work Clean And In Acceptable Condition. Installation Of Logo A. Iloilo Provincial Government (ipg) And Department Of Interior And Local Government (dilg) Logo: Use 33.5" Ø Stainless (202) B. Morpogres: Use 7” And 5.3” Stainless (304) For Big And Small Letters, Respectively. C. Iloilo: Use 8.3” Stainless (304) Section Vii. Drawings Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-85-b Item Description Quantity Unit Unit Cost Total Cost No. I. Clearing And Grubbing 6.50 Sq.m Pesos And Ctvs. (p ) / Sq.m P Ii. Excavation Works 13.15 Cu.m Pesos And Ctvs. (p ) / Cu.m P Iii. Backfill 2.00 Cu.m Pesos And Ctvs. (p ) / Cu.m P Iv. Concrete Works Includes Septic Tank And Engine Cooling Tank A. Concreting 6.50 Cu.m. Pesos And Ctvs. (p ) / Cu.m P B. Gravel Bedding 1.00 Cu.m. Pesos And Ctvs. (p ) / Cu.m P C. Steel Works 713.00 Kgs Pesos And Ctvs. (p ) / Kgs P D. Formworks 71.26 Sq.m Pesos And Ctvs. ) / Sq.m P Item Description Quantity Unit Unit Cost Total Cost No. V. Masonry 55.18 Sq.m Pesos And Ctvs. (p ) / Sq.m P Vi. Plastering Works 359.48 Sq.m Pesos And Ctvs. (p ) / Sq.m P Vii. Roofing Works 110.00 Sq.m Pesos And Ctvs. (p ) / Sq.m P Viii. Ceiling Works 25.21 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Ix. Tile Works 19.30 Sq.m Pesos And Ctvs. (p ) Sq.m P X. Doors And Windows With 1.00 Lot Pesos Complete Accessories And Ctvs. (p ) Lot P Item Description Quantity Unit Unit Cost Total Cost No. Xi. Plumbing Works 1.00 Lot Pesos And Ctvs. (p ) / Lot P Xii. Electrical Works 1.00 Lot Pesos And Ctvs. (p ) / Lot P Xiii. Painting Works 424.50 Sq.m Pesos And Ctvs. (p ) / Sq.m P Xiv. Installation Of Logo 1.00 Lot Pesos And Ctvs. (p ) / Lot P Total Bid Cost In Figures P Total Bid Cost In Words Summary Of Costs Item No. Bid Amount I. Clearing And Grubbing Ii. Excavation Works Iii. Backfill Iv. Concrete Works Includes Septic Tank And Engine Cooling Tank A. Concreting B. Gravel Bedding C. Steel Works D. Formworks V. Masonry Vi. Plastering Works Vii. Roofing Works Viii. Ceiling Works Ix. Tile Works X. Doors And Windows With Complete Accessories Xi. Plumbing Works Xii. Electrical Works Xiii. Painting Works Xiv. Installation Of Logo Total Bid Amount Section Ix. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) 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 ⬜ (c) 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 ⬜ (d) Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) 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 Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) 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 ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) 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 ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ Cash Flow By Quarter. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] Bid Form Date : Project Identification No. : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: A. We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; B. We Offer To Execute The Works For This Contract In Accordance With The Pbds; C. The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; D. The Discounts Offered And The Methodology For Their Application Are: [insert Information]; E. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, F. Our Bid Shall Be Valid Within The A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; G. 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, Or A Performance Securing Declaration In Lieu Of The The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines12 For This Purpose; H. 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; I. 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 J. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. 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: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: 12 Currently Based On Gppb Resolution No. 09-2020 Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration Project Identification No.: [insert 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 Procurement 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 The 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 No. 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; And C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. 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 Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit 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], As Shown In The Attached Duly Notarized Special Power Of Attorney; [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], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, 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, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 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; 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 Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing 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. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date17 Jun 2025
Tender AmountPHP 1.4 Million (USD 25.5 K)
Province Of Iloilo Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description ’ Philippine Bidding Documents (as Harmonized With Development Partners) Construction Of Rice Mill (phase 2) At Brgy. Banbanan, Miagao, Iloilo Bid No. Agr-25-87-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section I. Invitation To Bid 6 Section Ii. Instructions To Bidders 8 1. Scope Of Bid 8 2. Funding Information 8 3. Bidding Requirements 8 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 9 5. Eligible Bidders 9 6. Origin Of Associated Goods 9 7. Subcontracts 9 8. Pre-bid Conference 10 9. Clarification And Amendment Of Bidding Documents 10 10. Documents Comprising The Bid: Eligibility And Technical Components 10 11. Documents Comprising The Bid: Financial Component 10 12. Alternative Bids 11 13. Bid Prices 11 14. Bid And Payment Currencies 11 15. Bid Security 11 16. Sealing And Marking Of Bids 11 17. Deadline For Submission Of Bids 12 18. Opening And Preliminary Examination Of Bids 12 19. Detailed Evaluation And Comparison Of Bids 12 20. Post Qualification 12 21. Signing Of The Contract 12 Section Iii. Bid Data Sheet 13 Section Iv. General Conditions Of Contract 15 1. Scope Of Contract 15 2. Sectional Completion Of Works 15 3. Possession Of Site 15 4. The Contractor’s Obligations 15 5. Performance Security 16 6. Site Investigation Reports 16 7. Warranty 16 8. Liability Of The Contractor 16 9. Termination For Other Causes 16 10. Dayworks 17 11. Program Of Work 17 12. Instructions, Inspections And Audits 17 13. Advance Payment 17 14. Progress Payments 17 15. Operating And Maintenance Manuals 17 Section V. Special Conditions Of Contract 18 Section Vi. Specifications 19 Section Vii. Drawings 24 Section Viii. Bill Of Quantities 26 Section Ix. Checklist Of Technical And Financial Documents 30 Glossary Of Terms, Abbreviations, And Acronym 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. 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. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For The Construction Of Rice Mill (phase 2) At Brgy. Banbanan, Miagao, Iloilo Bid No. Agr-25-87-b 1. The Iloilo Provincial Government, Through The Capital Outlay- Supplemental Budget No. 1 Fy 2023 Intends To Apply The Sum Of Three Million Fourteen Thousand Three Hundred Sixty-six Pesos And Thirty-six Centavos (p3,014,366.36) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-87-b For The Construction Of Rice Mill (phase 2) At Brgy. Banbanan, Miagao, Iloilo For The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred Twenty (120) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 9, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p5, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On June 17, 2025, 9:00 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before July 1, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On July 1, 2025, 9:01 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Construction Of Rice Mill (phase 2) At Brgy. Banbanan, Miagao, Iloilo, With Project Identification Number Agr-25-87-b. 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 2023 In The Amount Of Three Million Fourteen Thousand Three Hundred Sixty Six Pesos And Thirty Six Centavos (p3,014,366.36) 2.2. The Source Of Funding Is: A.) Lgu’s, Capital Outlay- Supplemental Budget No. 1 Cy 2023, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address At Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 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. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. 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. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until October 29, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 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. Section Iii. 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: A) Construction Of Rice Mill 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 Special Philippine Contractors Accreditation Board License 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Welding Machine 1 Generator Set 1 Compactor 1 One Bagger Mixer 1 Concrete Vibrator 1 Bar Cutter 1 12 Alternative Bids Are Not Allowed 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 16 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. Itb Clause 16 All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “construction Of Rice Mill (phase Ii) At Brgy. Banbanan, Miagao, Iloilo” B. Bear The Name And Address Of The Bidder In Capital Letters; C. Addressed To: Atty. Dennis T. Ventilacion, Chairperson, Bids And Awards Committee: D. Bear The Specific Identification Of This Procurement: “agr-25-87-b” E. Bear A Warning “do Not Open Before July 1, 2025” Indicating The Date And Time For The Submission Of Bids On The Blank: Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder 19.2 Partial Bid Is Not Allowed 20 No Further Instructions. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm 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. 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 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. 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. Section V. Special Conditions Of Contract Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Shall Be At Least 10 Days Prior To The Final Billing. 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 1% Of The Final Contract Amount. Section Vi. Specifications General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Authorized Representative Or The Engineer In-charge. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Works The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project Such As Clearing, Grubbing & Staking, Excavation, Backfilling, Embankment, Concrete Works, Masonry Works, Plastering Works, Roofing Works, Ceiling Works, Tile Works, Door And Windows With Complete Accessories, Plumbing Works, Electrical Works, Painting Works, And Installation Of Logo. General Condition A. The Works To Be Done Herein Shall Be The Construction Of Rice Mill (phase 2) As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Pao Billboard The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White, 8ft X 8ft (coa) And 4ft X 8ft (pao): B. Resolution: 70 Dpi; C. Font: Helvetica; D. Font Size: Main Information – 3”; E. Sub-information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of Project Billboard Shall Be In Accordance With Provisions Of This Specification. Basis Of Payment No Additional Payment Shall Be Made In This Regard. Clearing, Grubbing And Staking Clearing And Grubbing And Cutting Of Trees Shall Include Handling, Salvaging, Piling And Disposing Off The Cleared Materials With All Leads And Lifts. Trees Shall Be Cut In Sections From The Top Downwards. All Timber Shall Not Be Used By The Contractor For Any Purpose And Shall Remain The Property Of The Provincial Agriculture Office. Clearing Shall Consist Of The Cutting, Removing And Disposal Of All Trees, Bushes, Shrubs, Grass, Weeds, Other Vegetation, Anthills, Rubbish, Fences, Top Organic Soil And Rocks And Boulders Exposed Or Lying On The Surface. The Construction Site Shall Be Leveled According To The Plans And Cleared Of Rubbish, Roots And Other Perishable And Objectionable Matters To A Suitable Subgrade. All Such Unsuitable Materials Shall Be Removed From The Construction Site And Spread Uniformly Over The Areas Adjacent To The Proposed Building, Or Otherwise Disposed Of As Maybe Directed By The Architect/engineer In-charge Of The Construction. Materials Obtained From Clearing And Grubbing Shall Be Disposed Off In Borrow Pits Or Other Suitable Places And Be Covered Up With Soil Or Gravel As Directed By The Engineer. The Burning Of Combustible Materials Shall Not Be Permitted. Staking-out The Building Lines Shall Be Staked Out On The Lines And Grades Shown In The Drawings Established Before Any Excavation Is Started. Batter Boards And Reference Marks Shall Be Erected At Such Place Where They Will Not Be Disturbed During The Excavation Of The Building. During The Period Of Commencement Of Works, The Contractor Shall Survey The Construction Area And Confirm The Levels. He Shall Immediately Notify The Engineer Of Any Discrepancies And Shall Agree With The Engineer Any Amended Values On The Plan. All Stations And Reference Points Shall Be Clearly Marked And Protected To The Satisfaction Of The Engineer. All Working Benchmarks Shall Be Near Major/medium Structure Sites. Accurate Establishment Of The Centerlines Based On The Drawing Is Required. The Existing Profile And Cross-section Shall Be Jointly Taken With The Engineer. Excavation Foundation Trench Shall Be Dug To The Exact Width And Depth And Levels As Indicated In The Drawings. Sides Of The Trenches Shall Be Vertical. In Case Soil Does Not Permit Vertical Sides, The Contractor Shall Protect The Sides With Timber Shoring. Excavated Earth Shall Not Be Placed Within 1.5 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Backfill, Embankment And Gravel Bedding Use Earth Or Sand Free From Waste And Objectionable Materials. Place Backfill And Embank In Uniform Horizontal Layer Not More 150mm Thick At A Time, Puddle And Tamper Each Layer As Required To Make Firm Adequate Compaction. Fill Bottom Of Excavation For Structured Foundation With At Least 100mm Thk Gravel Before Placing Reinforcing Steel Bars And Pouring Concrete. Concrete, Masonry And Plastering Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross Sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. I. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. J. Removal Of Forms: Forms Shall Be Removed In Such A Manner As Not To Impair The Safety And Serviceability Of The Structures. K. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Roof & Roof Framing A. All Roofing Must Be 0.5mm Pre-painted Rib-type Long Span With Compatible Ridge Roll, Gutter And Fascia. B. All Trusses And Rafter Shall Be ¼” Thick X 2” X 2” Angle Bars For Top And Bottom Chord And All Web Members. C. For Girt Use ¼” Thick X 2” X 2” Angle Bar For Top And Bottom Chord And All Web Members. D. For Fascia Frame Use 3/16” Thick X 2” X 2” Angle Bar. E. Use 2” X 6” Light Gauge C-purlins. F. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. G. All Metal Surfaces Must Be Metal Primer Red Oxide Painted. Ceiling Works All Materials Shall Be Of Kind And Size Specified On Plans. Interior And Exterior Ceiling Will Use 4” Spandrel Ceiling With A Carrying Channel, Metal Furring And Wall Angle For Corner As Main Frame. Use Blind Rivets To Fix The Spandrel To The Main Frame. Tile Works Tiles Should Be Installed In Office And Comfort Room Using A 0.60mx0.60m Granite Tile. Shall Have Tile Trim At The Edges And Provide Tile Grout Between Tiles. It Should Be Done By A Tile Setter To Ensure Quality Workmanship. Doors And Windows With Complete Accessories Use Wooden Panel Door 0.80m X 2.10m Dimension With Complete Accessories At Office Area And Pvc Door 0.70m X 2.10m Dimension With Complete Accessories At Comfort Room. Use Chain Operated Roll-up Door With 3.20m X 3m Dimension. Windows Are Concrete Louver With 0.15m X 0.15m Dimension, Analoc Sliding Glass Window With 1.20m X 1.20m Dimension, Clear Fixed Glass Window With 1.20m X 1.20m Dimension, And Analoc Awning Glass Window With 0.40m X 0.40m Dimension That Should Be Install In Comfort Room. Electrical Works The Electrical Installation Shall Be Done In Accordance With The Approved Plans And Under The Direct Supervision And Control Of A Professional Electrical Engineer And Or Registered Electrical Engineer. All Electrical Works And Materials Shall Conform To The Provisions Of The Latest Edition Of The Philippine National Electrical Code. The Type Of Electrical Services To Be Supplied To The Building Shall Be 240v, Ac Single Phase Or Three Phase. There Shall Only One Service To Be Dropped From The Nearest Or Local Electrical Company Pole For The Proposed Building. See Attached Plans For Specifications. Plumbing Works All Works Shall Be Done In Accordance With The Provisions Of The Latest Edition Of The Plumbing Code And Local Ordinance. All Works Shall Be Done Under The Direct Supervision Of A Duly Licensed Master Plumber. See Attached Plans For Specifications. A. Use 1-roll 1-1/2” Hdpe Pipe For Connection From Water Source To The Building For The Operation Of Comfort Room And Rice Mill Machine. B. Use 2" G.i Pipe Schedule 40 For Connection From Engine Of The Rice Mill To The Concrete Tank. Painting Works I. Complete Painting Covers All Concrete And Other Interior Parts Except Otherwise Specified. Ii. Apply Three (3) Coats As Paint Follows: 1st Coat = Sealer 2nd Coat = Primer 3rd Coat = Color Selected And Approved (2 Coats) Iii. Paint Shall Be Thoroughly Dry Before Applying The Succeeding Coat No Exterior Painting Shall Be Done With The Surface To Be Applied Is Damp Or During Rainy Weather Iv. Proper Works At All Times By Suitable Materials As Work Progress, Upon Completion Of Work, Remove All Paints Stains And Varnish Spots From Floors And Other Surfaces, Leave Work Clean And In Acceptable Condition. Installation Of Logo A) For Iloilo Provincial Government (ipg) And Department Of Interior Local Government (dilg) Logo: Use Stainless (202) Size: 33.5” Diameter Logo B) For Morprogres: Use Stainless (304) For Big Letter- Size 7” Use Stainless (304) For Small Letter- Size 5.3” C. For Iloilo: Use Stainless (304)- Size 8.3” Section Vii. Drawings Annex A – Architectural Design Annex B – Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-87-b Item Description Quantity Unit Unit Cost Total Cost No. I. Clearing, Grubbing And Staking 156.25 Sq.m. Pesos And Ctvs. (p ) / Sq.m. P Ii. Excavation Works 33.93 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Iii. Backfilling 26.83 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Iv. Embankment (spreading And Compaction) 116.00 Cu.m Pesos And Ctvs. (p ) / Cu.m P V. Concrete Works Includes Engine Cooling Tank A. Concreting 42.09 Cu.m. Pesos And Ctvs. (p ) / Cu.m. P B. Steel Works 4,785.60 Kg Pesos And Ctvs. (p ) / Kg P Item Description Quantity Unit Unit Cost Total Cost No. C. Form Works 181.13 Sq.m. Pesos And Ctvs. (p ) / Sq.m. P D. Gravel Bedding 12.00 Cu.m. Pesos And Ctvs. (p ) / Cu.m. Vi. Masonry Works (includes Septic Tank) 223.79 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Vii. Plastering Works 699.85 Sq.m Pesos And Ctvs. (p ) / Sq.m P Viii Roofing Works 154.00 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Ix. Ceiling Works 24.85 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Item Description Quantity Unit Unit Cost Total Cost No. X. Tile Works 19.92 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Xi. Door And Windows With Complete Accessories 1.00 Lot Pesos And Ctvs. (p ) / Lot P Xii. Plumbing Works 1.00 Lot Pesos And Ctvs. (p ) / Lot P Xiii. Electrical Works 1.00 Lot Pesos And Ctvs. ) / Lot P Xiv. Painting Works 653.46 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Xv. Installation Of Logo 1.00 Lot Pesos And Ctvs. (p ) / Lot P Total Bid Cost In Figures P Total Bid Cost In Words Summary Of Costs Item No. Bid Amount I. Clearing, Grubbing & Staking ₽________________________________ Ii. Excavation Works ₽________________________________ Iii. Backfilling ₽________________________________ Iv. Embankment (spreading And Compacting) V. Concrete Works Includes Engine Cooling Tank ₽________________________________ A. Concreting ₽________________________________ B. Steel Works ₽________________________________ C. Form Works ₽________________________________ D. Gravel Bedding ₽________________________________ Vi. Masonry Works (includes Septic Tank) ₽________________________________ Vii. Plastering Works ₽________________________________ Viii. Roofing Works ₽________________________________ Ix. Ceiling Works ₽________________________________ X. Tile Works ₽________________________________ Xi. Door And Windows With Complete Accessories ₽________________________________ Xii. Plumbing Works ₽________________________________ Xiii. Electrical Works ₽________________________________ Xiv. Painting Works ₽________________________________ Xv. Installation Of Logo ₽________________________________ Total Bid Amount ₽________________________________ Section Ix. Checklist Of Technical And Financial Documents I. Technical Component Envelope Ii. Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; 1. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship Or Cda For Cooperatives, Or Any Proof Of Such Registration. 2. Mayor’s Permit Issued By The City Or Municipality – Where The Principal Place Of Business Of The Prospective Bidder Is Located; 3. Tax Clearance Per Executive Order 398,series Of 2005,a S Finally Reviewed And Approved By The Bir 4. Audited Financial Statements, Showing, Among Others, The Prospective 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; For The Type And Cost Of The Contract To Be Bid (b) Technical Documents ⬜ (b) 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 ⬜ (c) 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 ⬜ (d) Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) 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 Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) 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 ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). (i) Class “b” Documents ⬜ (j) 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. (k) Ii.financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (m) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And (n) ⬜ (o) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And (p) ⬜ Cash Flow By Quarter. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] Bid Form Date : Project Identification No. : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: A. We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; B. We Offer To Execute The Works For This Contract In Accordance With The Pbds; C. The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; D. The Discounts Offered And The Methodology For Their Application Are: [insert Information]; E. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, F. Our Bid Shall Be Valid Within The A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; G. 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, Or A Performance Securing Declaration In Lieu Of The The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines12 For This Purpose; H. 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; I. 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 J. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. K. We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute 12 Currently Based On Gppb Resolution No. 09-2020 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]. L. 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: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration Project Identification No.: [insert 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 Procurement 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 The 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 No. 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; And C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. 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 Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit 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], As Shown In The Attached Duly Notarized Special Power Of Attorney; [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], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, 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, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 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; 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 Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing 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. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date1 Jul 2025
Tender AmountPHP 3 Million (USD 53.2 K)
Province Of Iloilo Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Construction Of Warehouse And Drying Facility At Art Center, Brgy. Nanga, Pototan, Iloilo Bid No. Agr-25-149-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section I. Invitation To Bid 6 Section Ii. Instructions To Bidders 8 1. Scope Of Bid 8 2. Funding Information 8 3. Bidding Requirements 8 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 8 5. Eligible Bidders 9 6. Origin Of Associated Goods 9 7. Subcontracts 9 8. Pre-bid Conference 9 9. Clarification And Amendment Of Bidding Documents 9 10. Documents Comprising The Bid: Eligibility And Technical Components 10 11. Documents Comprising The Bid: Financial Component 10 12. Alternative Bids 10 13. Bid Prices 11 14. Bid And Payment Currencies 11 15. Bid Security 11 16. Sealing And Marking Of Bids 11 17. Deadline For Submission Of Bids 11 18. Opening And Preliminary Examination Of Bids 12 19. Detailed Evaluation And Comparison Of Bids 12 20. Post Qualification 12 21. Signing Of The Contract 12 Section Iii. Bid Data Sheet 13 Section Iv. General Conditions Of Contract 16 1. Scope Of Contract 16 2. Sectional Completion Of Works 16 3. Possession Of Site 16 4. The Contractor’s Obligations 16 5. Performance Security 17 6. Site Investigation Reports 17 7. Warranty 17 8. Liability Of The Contractor 17 9. Termination For Other Causes 17 10. Dayworks 18 11. Program Of Work 18 12. Instructions, Inspections And Audits 18 13. Advance Payment 18 14. Progress Payments 18 15. Operating And Maintenance Manuals 18 Section V. Special Conditions Of Contract 19 Section Vi. Specifications 20 Section Vii. Drawings 24 Section Viii. Bill Of Quantities 30 Section Ix. Checklist Of Technical And Financial Documents 37 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. 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. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations. Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Construction Of Warehouse And Drying Facility At Art Center, Brgy. Nanga, Pototan, Iloilo Bid No. Agr-25-149-b 1. The Iloilo Provincial Government, Through The 20% Nta Development Fund – Fy 2025 Intends To Apply The Sum Of Twenty Million Pesos (p 20,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-149-b For The Construction Of Warehouse And Drying Facility At Art Center, Brgy. Nanga, Pototan, Iloilo For The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Eighty 180 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 28, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (p10, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On April 8, 2025, 9:00 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before April 22, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On April 22, 2025, 9:01 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph March 17, 2025 Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Construction Of Warehouse And Drying Facility At Art Center, Brgy. Nanga, Pototan, Iloilo, With Project Identification Number Agr-25-149-b. 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 2025 In The Amount Of Twenty Million Pesos (p 20,000,000.00) 2.2. The Source Of Funding Is: A. Lgu’s 20% Nta Development Fund – Fy 2025 As Approved By Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address At Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 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. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. 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. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until August 20, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 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. Section Iii. 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: A) Construction Of Warehouse/buildings 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 [specify If Another Contractor License Or Permit Is Required.] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1-project Engineer 1 Year 1 Year 1-materials Engineer 1 Year 1 Year 1-agricultural And Biosystems Engineer 1 Year 1 Year 1-health & Safety Officer 1 Year 1 Year 1-foreman 1 Year 1 Year 1-carpenter 1 Year 1 Year 1-steelman 1 Year 1 Year 1-mason 1 Year 1 Year 1-welder 1 Year 1 Year 1-electrician 1 Year 1 Year 1-plumber 1 Year 1 Year 1-painter 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Dump Truck - 1 Chainsaw - 1 Backhoe - 1 Pneumatic Tire Roller - 1 One Bagger Mixer - 1 Bar Cutter - 1 Welding Machine - 1 Electric Drill - 1 12 Alternative Bids Are Not Allowed 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 16 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. Itb Clause 16 All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “construction Of Warehouse And Drying Facility At Art Center, Brgy, Nanga, Pototan, Iloilo” B. Bear The Name And Address Of The Bidder In Capital Letters; C. Addressed To: Atty. Dennis T. Ventilacion, Chairperson, Bids And Awards Committee: D. Bear The Specific Identification Of This Procurement: “agr-25-149-b” E. Bear A Warning “do Not Open Before April 22, 2025” Indicating The Date And Time For The Submission Of Bids On The Blank: Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder 19.2 Partial Bid Is Not Allowed 20 No Further Instructions. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm 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. 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 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. 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. Section V. Special Conditions Of Contract Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 Materials And Equipment Delivered On The Site But Not Completely Installed Or Constructed Shall Not Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Prior To The Final Billing. 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 1% Of The Final Contract Amount. Section Vi. Specification General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Authorized Representative Or The Engineer In-charge. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Works The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project Such As Mobilization/demobilization, Clearing, Grubbing & Staking, Excavation Works, Backfilling, Embankment With Compaction, Concrete Works, Masonry Works, Plastering Works, Wall Installation, Roof Framing, Roofing Works, Ceiling Works, Tile Works, Door And Windows With Complete Accessories, Plumbing Works, Painting Works, Construction Of Catch Basin, Installation Of Logo & Installation Of Electrical Works And Fire Alarm System. General Condition A. The Works To Be Done Herein Shall Be The Construction Of Warehouse And Drying Facility As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Pao Billboard The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White, 8ft X 8ft (coa) And 4ft X 8ft (pao): B. Resolution: 70 Dpi; C. Font: Helvetica; D. Font Size: Main Information – 3”; E. Sub-information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of Project Billboard Shall Be In Accordance With Provisions Of This Specification. Basis Of Payment No Additional Payment Shall Be Made In This Regard. A. Construction Of Warehouse I. Mobilization/demobilization Mobilization And Demobilization The Work Consists Of The Mobilization And Demobilization Of The Contractor’s Forces And Equipment Necessary For Performing The Work Required Under The Contract. It Does Not Include Mobilization And Demobilization For Specific Items Of Work In Fulfilling The Contract Requirements For The Commencement Of Work. Equipment And Material Mobilization Shall Include All Activities And Associated Costs For Transportation Of Contractor’s Personnel, Equipment, And Operating Supplies To The Site; Establishment Of Offices, Buildings, And Other Necessary General Facilities For The Contractor’s Operations At The Site. Demobilization Demobilization Shall Include All Activities And Associated Costs For Transportation Of Personnel, Equipment, And Supplies Not Required Or Included In The Contract From The Site; Including The Disassembly, Removal, And Site Cleanup Of Offices, Buildings, And Other Facilities Assembled On The Site Specifically For This Contract. Ii. Clearing, Grubbing And Staking Clearing And Grubbing And Cutting Of Trees Shall Include Handling, Salvaging, Piling And Disposing Off The Cleared Materials With All Leads And Lifts. Trees Shall Be Cut In Sections From The Top Downwards. All Timber Shall Not Be Used By The Contractor For Any Purpose And Shall Remain The Property Of The Provincial Agriculture Office. Clearing Shall Consist Of The Cutting, Removing And Disposal Of All Trees, Bushes, Shrubs, Grass, Weeds, Other Vegetation, Anthills, Rubbish, Fences, Top Organic Soil And Rocks And Boulders Exposed Or Lying On The Surface. The Construction Site Shall Be Leveled According To The Plans And Cleared Of Rubbish, Roots And Other Perishable And Objectionable Matters To A Suitable Subgrade. All Such Unsuitable Materials Shall Be Removed From The Construction Site And Spread Uniformly Over The Areas Adjacent To The Proposed Building, Or Otherwise Disposed Of As Maybe Directed By The Architect/engineer In-charge Of The Construction. Materials Obtained From Clearing And Grubbing Shall Be Disposed Off In Borrow Pits Or Other Suitable Places And Be Covered Up With Soil Or Gravel As Directed By The Engineer. The Burning Of Combustible Materials Shall Not Be Permitted. Staking-out The Building Lines Shall Be Staked Out On The Lines And Grades Shown In The Drawings Established Before Any Excavation Is Started. Batter Boards And Reference Marks Shall Be Erected At Such Place Where They Will Not Be Disturbed During The Excavation Of The Building. During The Period Of Commencement Of Works, The Contractor Shall Survey The Construction Area And Confirm The Levels. He Shall Immediately Notify The Engineer Of Any Discrepancies And Shall Agree With The Engineer Any Amended Values On The Plan. All Stations And Reference Points Shall Be Clearly Marked And Protected To The Satisfaction Of The Engineer. All Working Benchmarks Shall Be Near Major/medium Structure Sites. Accurate Establishment Of The Centerlines Based On The Drawing Is Required. The Existing Profile And Cross-section Shall Be Jointly Taken With The Engineer. Iii. Excavation Foundation Trench Shall Be Dug To The Exact Width And Depth And Levels As Indicated In The Drawings. Sides Of The Trenches Shall Be Vertical. In Case Soil Does Not Permit Vertical Sides, The Contractor Shall Protect The Sides With Timber Shoring. Excavated Earth Shall Not Be Placed Within 1.5 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Iv. Backfilling, Embankment With Compaction And Gravel Bedding Use Earth Or Sand Free From Waste And Objectionable Materials. Place Backfill And Embank In Uniform Horizontal Layer Not More 150mm Thick At A Time, Puddle And Tamper Each Layer As Required To Make Firm Adequate Compaction. Fill Bottom Of Excavation For Structured Foundation With At Least 100mm Thick Gravel Before Placing Reinforcing Steel Bars And Pouring Concrete. V. Concrete, Masonry And Plastering Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross-sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. I. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. J. Removal Of Forms: Forms Shall Be Removed In Such A Manner As Not To Impair The Safety And Serviceability Of The Structures. K. Proportions Of All Materials Entering Into Concrete Shall Be Of Class “a”. L. Mixture For Concrete Slab: Thickness Of Slab Shall Be 200mm Thick. A Mixture Of Washed Sand, Screened Gravel And Portland Cement. M. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Vi. Wall Installation Use 0.5mm Thk G.i. Rib-type Longspan Prepainted For Wall Cladding And 2” X 4” X 1.5mm X 6m C-purlins For Wall Cladding Framing. Vii. Roofing Works And Framing A. Roofing Must Be 0.5mm Pre-painted Rib-type Long Span With Compatible Ridge Roll, And Fascia With Skylight Roof. B. For Full Truss 1 & 2 And Half Truss 1, Trusses And Rafter Shall Be 2” X 2” X 5mm Thk Angle Bars For Top And Bottom Chord And 1-1/2” X 1-1/2” X 4.5mm Thk Angle Bar For All Web Members. C. For Half Truss 2, Use 2” Ø G.i. Pipe Schedule 40 For All Members. D. For Girt Use 2” X 2” X 5mm Thk Angle Bars For Top And Bottom Chord And 1-1/2” X 1-1/2” X 4.5mm Thk Angle Bar For All Web Members. E. For Fascia Frame Use 1” X 1” X 3/16” Thk Angle Bar For All Members. F. Use 2” X 6” X 1.5mm Thk C-purlins. Please Refer To The Attached Plan For Specifications. G. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. H. All Metal Surfaces Must Be Metal Primer Red Oxide Painted. Ix. Ceiling Works All Materials Shall Be Of Kind And Size Specified On Plans. Interior And Exterior Ceiling Will Use 0.4mm Thk Spandrel Ceiling With A Carrying Channel, Metal Furring And Wall Angle For Corner As Main Frame. Use Blind Rivets To Fix The Spandrel To The Main Frame. X. Tile Works Tiles Should Be Installed In Comfort Room Using A 0.60m X 0.60m Polished Tiles. For Wall Tiles, Height Should Be 1.5m From The Finished Floor Line. Shall Have Tile Trim At The Edges And Provide Tile Grout Between Tiles. It Should Be Done By A Tile Setter To Ensure Quality Workmanship. Xi. Installation Of Doors A. For Sliding Door, Use G.a. 18 Plain Sheet For Door And 2” Ø G.i. Pipe Schedule 40 For The Frame With Heavy Duty Rack And Complete Accessories Including Installation. B. For Louver Windows, Use 0.5mm Plain Sheet Bended Louver Panels And 2” X 4” Rectangular Tube Framing With Complete Accessories Including Installation. C. For Comfort Room, Use 0.7m X 2.1m Pvc Door With Complete Accessories, Louver, Dr Pad And Lockset, And Use 6mm Thk X 0.4m X 0.6m Clear Glass Window On Analok Aluminum Tubular Frame With Complete Accessories. D. Use 0.9m X 2.1m Swing Panel Door, Kiln Dried Panel Door With 3mm Thk Lead Sheet With Heavy Duty Door Knob And Hinges On 2” X 6” Wooden Door Jamb. E. For Doors And Windows, Use #6, 4.5mm Steel Matting 2” X 2” X 4’ X 8’ And Use 3/16” X 1” X 6m Flat Bar And 2” Ø G.i. Pipe Schedule 40 For Framing. Xii. Plumbing Works All Works Shall Be Done In Accordance With The Provisions Of The Latest Edition Of The Plumbing Code And Local Ordinance. All Works Shall Be Done Under The Direct Supervision Of A Duly Licensed Master Plumber. See Attached Plans For Specifications. A. Use 1"ø Pvc Blue X 3m With Fittings And Accessories For Connection From Main Source Of Water To The Building For The Operation Of Comfort Room. B. Use 1/2"ø Pvc Blue X 3m With Fittings And Accessories For Faucets. C. Use 2"ø Pvc Sanitary X 3m S1000 With Fittings And Accessories For Floor Drain. D. Use 4"ø Pvc Sanitary X 3m S1000 With Fittings And Accessories For Septic Tank. Xiii. Painting Works I. Complete Painting Covers All Concrete Surfaces And Other Interior Parts Except Otherwise Specified. Ii. Apply Three (3) Coats As Paint Follows: 1st Coat = Sealer 2nd Coat = Primers 3rd Coat = Color Selected And Approved (2 Coats) Iii. Paint Shall Be Thoroughly Dry Before Applying The Succeeding Coat No Exterior Painting Shall Be Done With The Surface To Be Applied Is Damp Or During Rainy Weather Iv. Proper Works At All Times By Suitable Materials As Work Progress, Upon Completion Of Work, Remove All Paints Stains And Varnish Spots From Floors And Other Surfaces, Leave Work Clean And In Acceptable Condition. B. Construction Of Catch Basin And Septic Tank I. Excavation Foundation Trench Shall Be Dug To The Exact Width And Depth And Levels As Indicated In The Drawings. Sides Of The Trenches Shall Be Vertical. In Case Soil Does Not Permit Vertical Sides, The Contractor Shall Protect The Sides With Timber Shoring. Excavated Earth Shall Not Be Placed Within 1.5 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Ii. Concrete, Masonry And Plastering Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross-sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. I. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. J. Removal Of Forms: Forms Shall Be Removed In Such A Manner As Not To Impair The Safety And Serviceability Of The Structures. K. Proportions Of All Materials Entering Into Concrete Shall Be Of Class “b”. L. Mixture For Concrete Slab: Thickness Of Slab Shall Be 100mm Thick. A Mixture Of Washed Sand, Screened Gravel And Portland Cement. M. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Iii. Pipings Use 6” Ø Pvc Sanitary Pipe X 3m S1000 With Complete Fittings And Accessories. It Should Be Installed By A Skilled Plumber To Ensure Quality Workmanship. Please Refer To The Attached Plan For Specifications. C. Installation Of Logo Use 1.5m Ø X 4” Thk Stainless 202 Round Logo For The Iloilo Provincial Government Seal With Installation. It Should Be Installed By A Skilled Worker To Ensure Quality Workmanship. Please Refer To The Attached Plan For Specifications. D. Installation Of Electrical Works And Fire Alarm System Electrical Works The Electrical Installation Shall Be Done In Accordance With The Approved Plans And Under The Direct Supervision And Control Of A Professional Electrical Engineer And Or Registered Electrical Engineer. 1. All Electrical Works And Materials Shall Conform To The Provisions Of The Latest Edition Of The Philippine National Electrical Code. The Rules, Regulations And Requirements Of The Local Authorities That Have Jurisdiction Over The Project, And Of The Local Utility Companies For Electrical And Communication. 2. Power Service To The Building Shall Be 230 Vac, 3ø + Ground, & 60hz 3. Unless Otherwise Indicated, All Wiring Method Shall Be Done In Rigid Steel Conduit (rsc), Condulet Fittings & Metal Boxes. 4. All Electrical Materials/equipment To Be Used Shall Be New And Of The Approved Type In Accordance With Drawings And Specifications For Both Location And Purpose. 5. Unless Otherwise Specified In The Plans, The Minimum Size Of The Wire And Conduit To Be Used Shall Be 3.5mm2 Thhn And 20mmø, Respectively. All Wires Shall Be Insulated For 600v And Except As Specified In The Plan. 6. All Non-current Carrying Metal Parts Of Electrical Equipments, Panel Board & Other Devices Shall Be Effectively Bonded To The Ground. 7. The Entire Electrical Works Herein Shall Be Done Under Direct Supervision Of A Competent Registered Electrical Engineer. 8. Where So Required, Provide All Fittings, Condulets/boxes For All Systems. 9. Use Wire With Color Red For Line 1, Yellow For Line 2, Blue For Line 3, And Green For Line Ground. 10. Electrical Works/system Shall Be Commissioned With The Present Of Project Engineer. Fire Alarm System 1. Installation Of Fire Detection And Alarm System (fdas) Will Be In Accordance With The National Fire Protection Association (nfpa) 72 And 70 And Local Fire Code Of The Philippines. 2. All Wiring Will Be In Accordance With Fdas Manufacturer’s Recommendations To Properly Conduct The Circuit Current: -awg #16 Tf Wire Signaling Line Circuit -awg #16 Tf Wire 24vdc Auxiliary Circuit 3. Smoke Detectors And Heat Detectors Are To Be Installed According To The Recommended Spacing As Per Nfpa 72 And Manufacturer’s Listing: -smoke Detector 9.1m (area Coverage 0.7 Times Listed Spacing) -heat Detector 13.9m (area Coverage 0.7 Times Listed Spacing) 4. All Audible Devices Is At Least 15dba Above The Average Ambient Sound 5. Wiring Method Will Be In Electrical Metal Tubing (imc) And All Electrical Box Are Galvanized Ga #16 Minimum. 6. All Materials To Be Used Are New And Will Be Installed In Application For Which They Are Intended. Section Vii. Drawings Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-149-b Item Description Quantity Unit Unit Cost Total Cost No. A. Construction Of Warehouse And Drying Facility I. Mobilization/demobilization 1.00 L.s. Pesos And Ctvs. (p ) / L.s. P Ii. Clearing, Grubbing & Staking 1080.00 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Iii. Excavation Works 265.90 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Iv. Backfilling 155.38 Cu.m. Pesos And Ctvs. (p ) / Cu.m P V. Embankment With Compaction 2067.00 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Vi. Concrete Works A. Concreting 349.07 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Item Description Quantity Unit Unit Cost Total Cost No. B. Gravel Bedding 151.01 Cu.m. Pesos And Ctvs. (p ) / Cu.m. P C. Steelworks 28,624.00 Kgs. Pesos And Ctvs. (p ) / Kgs. P D. Formworks 1,415.66 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Vii. Masonry Works 186.12 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Viii. Plastering Works 1,249.04 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Ix. Wall Installation 764.47 Sq.m. Pesos And Ctvs. (p ) /sq.m. P X. Roof Framing 17,556.15 Kgs. Pesos And Ctvs. (p ) /kgs. P Item Description Quantity Unit Unit Cost Total Cost No. Xi. Roofing Works 619.50 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Xii. Ceiling Works 22.33 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Xiii. Tile Works 14.38 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Xiv. Installation Of Doors And Windows A. Sliding Door (4.95m X 4.8m, 3.00 Units Pesos G.a. 18 Plain Sheet And 2” Ø G.i. Pipe S-40) W/ Heavy Duty Rack And Complete Accessories With Installation And Ctvs. (p ) /unit P B. Louver Windows (4.7m X Tube 18.00 Units Pesos 0.6mm, 2” X 4” Rectangular Framing And 0.5mm Plain Sheet Bended Louver Panels) W/ Complete Accessories With And Ctvs. Installation (p ) /unit P C. Panel/pvc/steel Matting Door 13.65 Sq.m. Pesos And Window And Clear Glass Window Installation And Ctvs. (p ) /sq.m. P Item Description Quantity Unit Unit Cost Total Cost No. Xv. Plumbing Works 1.00 L.s. Pesos And Ctvs. (p ) /l.s. P Xvi. Painting Works 3,727.18 Sq.m. Pesos And Ctvs. (p ) /sq.m. P B. Construction Of Catch Basin And Septic Tank I. Excavation Works 16.86 Cu.m. Pesos And Ctvs. (p ) /cu.m. P Ii. Concrete Works A. Concreting 3.30 Cu.m. Pesos And Ctvs. (p ) /cu.m. P B. Steel Works 178.00 Kgs. Pesos And Ctvs. (p ) /kgs. P C. Formworks 21.90 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Iii. Masonry Works 40.60 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Itemno. Description Quantity Unit Unit Cost Total Cost Iv. Plastering Works 77.90 Sq.m. Pesos And Ctvs. (p ) /sq.m. P V. Pipings 1.00 L.s. Pesos And Ctvs. (p ) /l.s. P C. Installation Of Logo (1.5m Ø 1.00 L.s. Pesos X 4” Thk Stainless 202 Round Logo With Installation) And Ctvs. (p ) /l.s. P D. Installation Of Electrical Works & Fire Alarm System I. Installation Of Primary Lines, & 1.00 L.s. Pesos Metering & Three (3) Units Of 25 Kva Distribution Transformers (ileco Ii Works Recommended Materials) And Ctvs. (p ) /l.s. P Ii. Secondary Power Distribution 1.00 L.s. Pesos System And Ctvs. (p ) /l.s. P Iii. Fire Alarm System 1.00 L.s. Pesos And Ctvs. (p ) /l.s. P Total Bid Cost In Words Summary Of Costs Item No. Bid Amount A. Construction Of Warehouse And Drying Facility I. Mobilization/demobilization ₱ _____________________________ Ii. Clearing, Grubbing & Staking ₱ _____________________________ Iii. Excavation Works ₱ _____________________________ Iv. Backfilling ₱ _____________________________ V. Embankment With Compaction ₱ _____________________________ Vi. Concrete Works A. Concreting ₱ _____________________________ B. Gravel Bedding ₱ _____________________________ C. Steelworks ₱ _____________________________ D. Formworks ₱ _____________________________ Vii. Masonry Works ₱ _____________________________ Viii. Plastering Works ₱ _____________________________ Ix. Wall Installation ₱ _____________________________ X. Roof Framing ₱ _____________________________ Xi. Roofing Works ₱ _____________________________ Xii. Ceiling Works ₱ _____________________________ Xiii. Tile Works ₱ _____________________________ Xiv. Installation Of Doors And Windows A. Sliding Door (4.95m X 4.8m, G.a. 18 Plain Sheet And 2"ø G.i. Pipe S-40) W/ Heavy Duty Rack And Complete Accessories With Installation ₱ _____________________________ B. Louver Windows (4.7m X 0.6m, 2" X 4" Rectangular Tube Framing And 0.5mm Plain Sheet Bended Louver Panels) W/ Complete Accessories With Installation ₱ _____________________________ C. Panel/pvc/steel Matting Door And Window And Clear Glass Window Installation ₱ _____________________________ Xv. Plumbing Works ₱ _____________________________ Xvi. Painting Works ₱ _____________________________ B. Construction Of Catch Basin And Septic Tank I. Excavation Works ₱ _____________________________ Ii. Concrete Works A. Concreting ₱ _____________________________ B. Steelworks ₱ _____________________________ C. Formworks ₱ _____________________________ Iii. Masonry Works ₱ _____________________________ Iv. Plastering Works ₱ _____________________________ V. Pipings ₱ _____________________________ C. Installation Of Logo ₱ _____________________________ D. Installation Of Electrical Works & Fire Alarm System I. Installation Of Primary Lines, Metering & Three (3) Units Of 25 Kva Distribution Transformers (ileco Ii Works & Recommended Materials) ₱ _____________________________ Ii. Secondary Power Distribution System ₱ _____________________________ Iii. Fire Alarm System ₱ _____________________________ Total Bid Amount ₱ _____________________________ Section Ix. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) 1. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship Or Cda For Cooperatives, Or Any Proof Of Such Registration. 2. Mayor’s Permit Issued By The City Or Municipality – Where The Principal Place Of Business Of The Prospective Bidder Is Located; 3. Tax Clearance Per Executive Order 398,series Of 2005,a S Finally Reviewed And Approved By The Bir 4. Audited Financial Statements, Showing, Among Others, The Prospective 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; For The Type And Cost Of The Contract To Be Bid Technical Documents ⬜ (b) 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 ⬜ (c) 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 ⬜ (d) Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) 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 Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) 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 ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) 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 ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ Cash Flow By Quarter. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] Bid Form Date : Project Identification No. : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: A. We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; B. We Offer To Execute The Works For This Contract In Accordance With The Pbds; C. The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; D. The Discounts Offered And The Methodology For Their Application Are: [insert Information]; E. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, F. Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; G. 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, Or A Performance Securing Declaration In Lieu Of The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines12 For This Purpose; H. 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; I. 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 J. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. K. We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute 12 Currently Based On Gppb Resolution No. 09-2020 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]. L. 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: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration Project Identification No.: [insert 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 Procurement 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 The 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 No. 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; And C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. 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 Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit 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], As Shown In The Attached Duly Notarized Special Power Of Attorney; [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], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, 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, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 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; 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 Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing 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. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date22 Apr 2025
Tender AmountPHP 20 Million (USD 352.7 K)
9731-9740 of 9746 archived Tenders