Road Construction Tenders
Road Construction Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Details: Description Invitation To Bid (cw-01-2025-006) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (sports Complex), Ibaan, Batangas Contract Id No. : 25dd0184 Project Location : Ibaan, Batangas Scope Of Works : Construction Of Two (2) Storey Multi-purpose Building (3,469.00 Sq.m. Sports Complex) Including Structural Works And Electrical Works Approved Budget For The Contract : Php 99,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of Batangas- Lobo Road, Taysan, Batangas Contract Id No. : 25dd0185 Project Location : Taysan, Batangas Scope Of Works : Rehabilitation/reblocking Of 1,771.50 L.m., 180.00 L.m. And 67.50 L.m. Reinforced Concrete Pavement With Width Of 6.10m, 2.50m And 3.80m Respectively And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base Including Construction Of Slope Protection Using Sheet Pile (hot Rolled Z-type Pile) Approved Budget For The Contract : Php 72,375,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 242 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of San Juan- Laiya Road, San Juan, Batangas Contract Id No. : 25dd0186 Project Location : San Juan, Batangas Scope Of Works : "section I : Asphalt Overlay With Intermittent Reblocking And Rotomilling Of 821.80 L.m. Road With Width Of 8.10m And Thickness Of 50mm Section Ii : Repair Of 229.30 L.m. Sidewalk And Curb & Gutter Including Manhole Section Iii : Construction Of 770.90 L.m. Sidewalk And Curb & Gutter Section Iv : Asphalt Overlay With Intermittent Reblocking Of 962.00 L.m. Road With Width Of 8.20m And Thickness Of 50mm; Repair Of 211.50 L.m. Sidewalk And Curb & Gutter Section V : Paving Of 1,195.50 L.m. Shoulder (both Sides) With Width Of 2.58m And Thickness Of 0.28m" Approved Budget For The Contract : Php 72,375,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 213 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Barangay Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 25dd0187 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Two (2) Storey Multi-purpose Building (43.40m X 20.60m) Including Structural Works, Finishing Works, Electrical Works, Auxiliary Works, Installation Of 3-75kva Transformer, Mechanical Works, Airconditioning Units, Plumbing Works And Water Tank Approved Budget For The Contract : Php 54,450,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 210 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.5 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of San Jose - Mavalor Barangay Road, Rosario, Batangas Contract Id No. : 25dd0188 Project Location : Rosario, Batangas Scope Of Works : Rehabilitation Of 1,235.80 L.m. Road With Width Of 6.10m And Thickness Of 0.30m Including 100.00 L.m. - 910mm Dia. Rcpc Drainage On Both Sides Including Sidewalk, Manhole, Curb & Gutter And Grouted Riprap Approved Budget For The Contract : Php 49,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 288 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation Of Street Lights, Taysan, Batangas Contract Id No. : 25dd0189 Project Location : Taysan, Batangas Scope Of Works : Installation Of 3,140.00 L.m. (324 Poles) Streetlights Including Removal Of Structure/obstruction Approved Budget For The Contract : Php 49,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 148 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation/improvement Of Road Including Drainage At Barangay Balintawak, Lipa City, Batangas Contract Id No. : 25dd0190 Project Location : Lipa City, Batangas Scope Of Works : Intermittent Reblocking Of 663.00 L.m. Road With Varying Width From 2.30m To 5.30m And Thickness Of 0.23m; Asphalt Overlay Of 812.00 L.m. Road With Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings; Construction Of 447.00 L.m. - 9100mm Dia. Rcpc Drainage Approved Budget For The Contract : Php 29,400,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 241 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road Including Drainage Structure, Barangay Isidro, Lipa City, Batangas Contract Id No. : 25dd0191 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 255.00 L.m., 200.00 L.m. And 477.00 L.m. Road With Varying Width From 2.60m To 5.00m, Width Of 4.00 And 5.00m Respectively And Thickness Of 0.20m Including 760mm Dia. Rcpc Drainage On One Side And Removal Of Existing Drainage Approved Budget For The Contract : Php 19,600,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 186 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Concrete Road, Barangay Dayapan, Ibaan, Batangas Contract Id No. : 25dd0192 Project Location : Ibaan, Batangas Scope Of Works : "section I : Construction Of 370.00 L.m.with Width Of 6.00m And Thickness Of 0.20m Including Unsuitable Excavation And Embankment Works Section Ii : Construction Of 174.00 L.m.with Width Of 4.00m And Thickness Of 0.20m Including Flaring And 300mm Dia. Rcpc Cross Drainage Section Iii : Construction Of 203.35 L.m.with Width Of 5.00m And Thickness Of 0.20m Including Unsuitable Excavation And Embankment Works" Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 112 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.10 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building At Gb Lontok Memorial School, Barangay Sabang, Lipa City, Batangas Contract Id No. : 25dd0193 Project Location : Lipa City, Batangas Scope Of Works : Completion Of Two (2) Storey Auditorium Building (25.50m X 18.80m) Including Architectural Works, Finishing Works, Finishing Hardware, Power House, Electrical Works, Auxiliary Works And 250kw Generator Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.11 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Rizal Integrated National High School, Brgy. Rizal, Lipa City, Batangas Contract Id No. : 25dd0194 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 6-bays Covered Court (36.40m X 14.00m) Including Construction Of Stage With Backstage, Finishing Works, Finishing Hardware, Auxiliary Works, Electrical Works And Installation Of 1-15kva Transformer Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.12 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Barangay Banay-banay, Lipa City, Batangas Contract Id No. : 25dd0195 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 6-bays Covered Court (30.00m X 20.50m) And Construction Of Office Building (6.00m X 8.00m) Including Storage Room, Toilet, Structural Works, Plumbing Works, Electrical Works, Auxiliary Works, Installation Of 1-15kva Pole Mounted Distribution Transformer, Mechanical Works, Airconditioning Unit And Ventilating System Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.13 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (daycare Center & Health Center) At Brgy Mabini, Lipa City Batangas Contract Id No. : 25dd0196 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Two (2) Multi-purpose Building (12.65m X 7.90m) Including Demolition, Structural Works, Plumbing Works, Architectural Works, Electrical Works And Mechanical Works Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (covered Court) In Manggas Elementary School, Brgy. Manggas, Padre Garcia, Batangas Contract Id No. : 25dd0197 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of Stage (20.00m X 8.25m) Including Demolition, Structural Works, Roofing Works And Electrical Works; Construction Of Covered Court Including Demolition, Structural Works, Steel Roofing Works (2 Bays) And Stone Masonry Approved Budget For The Contract : Php 6,930,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multipurpose Building (day Care Center) In Brgy. Poblacion, San Juan, Batangas Contract Id No. : 25dd0198 Project Location : San Juan, Batangas Scope Of Works : Construction Of 1sty2cl Day Care Center (12.70m X 13.80m) Including Structural Works, Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-15kva Transformer, Mechanical Works, Demolition And Removal Of Trees Approved Budget For The Contract : Php 6,930,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction/ Rehabilitation Of Road, Sitio Niyugan, Brgy. Calamias, Ibaan, Batangas Contract Id No. : 25dd0199 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 570.00 L.m. Road With Width Of 5.00m And Thickness Of 0.23m Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 71 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multipurpose Building (fire Station) In The Municipality Of Taysan, Batangas Contract Id No. : 25dd0200 Project Location : Taysan, Batangas Scope Of Works : Rehabilitation Of Three (3) Storey Multi-purpose Building (14.00m X 12.50m) Including Extension Of Second Floor, Roofing Works Of Third Floor, Electrical Works, Mechanical Works And Canopy Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 60 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 30, 2025 To February 18, 2025, 8:00 A.m.-5:00 P.m.; February 19, 2025, 8:00 A.m.-8:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents Indicated On The Above Table. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Dpwh Website, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On February 07, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before February 19, 2025 At 08:30 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9. Bid Opening Shall Be On February 19, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. "if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid." 11. The Dpwh-batangas Iv District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Two (2) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph January 29, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: January 30, 2025 To February 05, 2025 Publication: Dpwh Website/ Philgeps
Closing Date19 Feb 2025
Tender AmountPHP 19.6 Million (USD 338.8 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Details: Description Invitation To Bid (cw-01-2025-006) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (sports Complex), Ibaan, Batangas Contract Id No. : 25dd0184 Project Location : Ibaan, Batangas Scope Of Works : Construction Of Two (2) Storey Multi-purpose Building (3,469.00 Sq.m. Sports Complex) Including Structural Works And Electrical Works Approved Budget For The Contract : Php 99,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of Batangas- Lobo Road, Taysan, Batangas Contract Id No. : 25dd0185 Project Location : Taysan, Batangas Scope Of Works : Rehabilitation/reblocking Of 1,771.50 L.m., 180.00 L.m. And 67.50 L.m. Reinforced Concrete Pavement With Width Of 6.10m, 2.50m And 3.80m Respectively And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base Including Construction Of Slope Protection Using Sheet Pile (hot Rolled Z-type Pile) Approved Budget For The Contract : Php 72,375,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 242 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of San Juan- Laiya Road, San Juan, Batangas Contract Id No. : 25dd0186 Project Location : San Juan, Batangas Scope Of Works : "section I : Asphalt Overlay With Intermittent Reblocking And Rotomilling Of 821.80 L.m. Road With Width Of 8.10m And Thickness Of 50mm Section Ii : Repair Of 229.30 L.m. Sidewalk And Curb & Gutter Including Manhole Section Iii : Construction Of 770.90 L.m. Sidewalk And Curb & Gutter Section Iv : Asphalt Overlay With Intermittent Reblocking Of 962.00 L.m. Road With Width Of 8.20m And Thickness Of 50mm; Repair Of 211.50 L.m. Sidewalk And Curb & Gutter Section V : Paving Of 1,195.50 L.m. Shoulder (both Sides) With Width Of 2.58m And Thickness Of 0.28m" Approved Budget For The Contract : Php 72,375,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 213 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Barangay Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 25dd0187 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Two (2) Storey Multi-purpose Building (43.40m X 20.60m) Including Structural Works, Finishing Works, Electrical Works, Auxiliary Works, Installation Of 3-75kva Transformer, Mechanical Works, Airconditioning Units, Plumbing Works And Water Tank Approved Budget For The Contract : Php 54,450,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 210 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.5 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of San Jose - Mavalor Barangay Road, Rosario, Batangas Contract Id No. : 25dd0188 Project Location : Rosario, Batangas Scope Of Works : Rehabilitation Of 1,235.80 L.m. Road With Width Of 6.10m And Thickness Of 0.30m Including 100.00 L.m. - 910mm Dia. Rcpc Drainage On Both Sides Including Sidewalk, Manhole, Curb & Gutter And Grouted Riprap Approved Budget For The Contract : Php 49,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 288 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation Of Street Lights, Taysan, Batangas Contract Id No. : 25dd0189 Project Location : Taysan, Batangas Scope Of Works : Installation Of 3,140.00 L.m. (324 Poles) Streetlights Including Removal Of Structure/obstruction Approved Budget For The Contract : Php 49,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 148 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation/improvement Of Road Including Drainage At Barangay Balintawak, Lipa City, Batangas Contract Id No. : 25dd0190 Project Location : Lipa City, Batangas Scope Of Works : Intermittent Reblocking Of 663.00 L.m. Road With Varying Width From 2.30m To 5.30m And Thickness Of 0.23m; Asphalt Overlay Of 812.00 L.m. Road With Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings; Construction Of 447.00 L.m. - 9100mm Dia. Rcpc Drainage Approved Budget For The Contract : Php 29,400,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 241 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road Including Drainage Structure, Barangay Isidro, Lipa City, Batangas Contract Id No. : 25dd0191 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 255.00 L.m., 200.00 L.m. And 477.00 L.m. Road With Varying Width From 2.60m To 5.00m, Width Of 4.00 And 5.00m Respectively And Thickness Of 0.20m Including 760mm Dia. Rcpc Drainage On One Side And Removal Of Existing Drainage Approved Budget For The Contract : Php 19,600,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 186 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Concrete Road, Barangay Dayapan, Ibaan, Batangas Contract Id No. : 25dd0192 Project Location : Ibaan, Batangas Scope Of Works : "section I : Construction Of 370.00 L.m.with Width Of 6.00m And Thickness Of 0.20m Including Unsuitable Excavation And Embankment Works Section Ii : Construction Of 174.00 L.m.with Width Of 4.00m And Thickness Of 0.20m Including Flaring And 300mm Dia. Rcpc Cross Drainage Section Iii : Construction Of 203.35 L.m.with Width Of 5.00m And Thickness Of 0.20m Including Unsuitable Excavation And Embankment Works" Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 112 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.10 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building At Gb Lontok Memorial School, Barangay Sabang, Lipa City, Batangas Contract Id No. : 25dd0193 Project Location : Lipa City, Batangas Scope Of Works : Completion Of Two (2) Storey Auditorium Building (25.50m X 18.80m) Including Architectural Works, Finishing Works, Finishing Hardware, Power House, Electrical Works, Auxiliary Works And 250kw Generator Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.11 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Rizal Integrated National High School, Brgy. Rizal, Lipa City, Batangas Contract Id No. : 25dd0194 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 6-bays Covered Court (36.40m X 14.00m) Including Construction Of Stage With Backstage, Finishing Works, Finishing Hardware, Auxiliary Works, Electrical Works And Installation Of 1-15kva Transformer Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.12 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Barangay Banay-banay, Lipa City, Batangas Contract Id No. : 25dd0195 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 6-bays Covered Court (30.00m X 20.50m) And Construction Of Office Building (6.00m X 8.00m) Including Storage Room, Toilet, Structural Works, Plumbing Works, Electrical Works, Auxiliary Works, Installation Of 1-15kva Pole Mounted Distribution Transformer, Mechanical Works, Airconditioning Unit And Ventilating System Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.13 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (daycare Center & Health Center) At Brgy Mabini, Lipa City Batangas Contract Id No. : 25dd0196 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Two (2) Multi-purpose Building (12.65m X 7.90m) Including Demolition, Structural Works, Plumbing Works, Architectural Works, Electrical Works And Mechanical Works Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (covered Court) In Manggas Elementary School, Brgy. Manggas, Padre Garcia, Batangas Contract Id No. : 25dd0197 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of Stage (20.00m X 8.25m) Including Demolition, Structural Works, Roofing Works And Electrical Works; Construction Of Covered Court Including Demolition, Structural Works, Steel Roofing Works (2 Bays) And Stone Masonry Approved Budget For The Contract : Php 6,930,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multipurpose Building (day Care Center) In Brgy. Poblacion, San Juan, Batangas Contract Id No. : 25dd0198 Project Location : San Juan, Batangas Scope Of Works : Construction Of 1sty2cl Day Care Center (12.70m X 13.80m) Including Structural Works, Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-15kva Transformer, Mechanical Works, Demolition And Removal Of Trees Approved Budget For The Contract : Php 6,930,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction/ Rehabilitation Of Road, Sitio Niyugan, Brgy. Calamias, Ibaan, Batangas Contract Id No. : 25dd0199 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 570.00 L.m. Road With Width Of 5.00m And Thickness Of 0.23m Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 71 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multipurpose Building (fire Station) In The Municipality Of Taysan, Batangas Contract Id No. : 25dd0200 Project Location : Taysan, Batangas Scope Of Works : Rehabilitation Of Three (3) Storey Multi-purpose Building (14.00m X 12.50m) Including Extension Of Second Floor, Roofing Works Of Third Floor, Electrical Works, Mechanical Works And Canopy Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 60 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 30, 2025 To February 18, 2025, 8:00 A.m.-5:00 P.m.; February 19, 2025, 8:00 A.m.-8:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents Indicated On The Above Table. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Dpwh Website, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On February 07, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before February 19, 2025 At 08:30 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9. Bid Opening Shall Be On February 19, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. "if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid." 11. The Dpwh-batangas Iv District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Two (2) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph January 29, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: January 30, 2025 To February 05, 2025 Publication: Dpwh Website/ Philgeps
Closing Date19 Feb 2025
Tender AmountPHP 6.9 Million (USD 119.8 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Details: Description Invitation To Bid (cw-01-2025-006) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (sports Complex), Ibaan, Batangas Contract Id No. : 25dd0184 Project Location : Ibaan, Batangas Scope Of Works : Construction Of Two (2) Storey Multi-purpose Building (3,469.00 Sq.m. Sports Complex) Including Structural Works And Electrical Works Approved Budget For The Contract : Php 99,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of Batangas- Lobo Road, Taysan, Batangas Contract Id No. : 25dd0185 Project Location : Taysan, Batangas Scope Of Works : Rehabilitation/reblocking Of 1,771.50 L.m., 180.00 L.m. And 67.50 L.m. Reinforced Concrete Pavement With Width Of 6.10m, 2.50m And 3.80m Respectively And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base Including Construction Of Slope Protection Using Sheet Pile (hot Rolled Z-type Pile) Approved Budget For The Contract : Php 72,375,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 242 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of San Juan- Laiya Road, San Juan, Batangas Contract Id No. : 25dd0186 Project Location : San Juan, Batangas Scope Of Works : "section I : Asphalt Overlay With Intermittent Reblocking And Rotomilling Of 821.80 L.m. Road With Width Of 8.10m And Thickness Of 50mm Section Ii : Repair Of 229.30 L.m. Sidewalk And Curb & Gutter Including Manhole Section Iii : Construction Of 770.90 L.m. Sidewalk And Curb & Gutter Section Iv : Asphalt Overlay With Intermittent Reblocking Of 962.00 L.m. Road With Width Of 8.20m And Thickness Of 50mm; Repair Of 211.50 L.m. Sidewalk And Curb & Gutter Section V : Paving Of 1,195.50 L.m. Shoulder (both Sides) With Width Of 2.58m And Thickness Of 0.28m" Approved Budget For The Contract : Php 72,375,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 213 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Barangay Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 25dd0187 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Two (2) Storey Multi-purpose Building (43.40m X 20.60m) Including Structural Works, Finishing Works, Electrical Works, Auxiliary Works, Installation Of 3-75kva Transformer, Mechanical Works, Airconditioning Units, Plumbing Works And Water Tank Approved Budget For The Contract : Php 54,450,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 210 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.5 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of San Jose - Mavalor Barangay Road, Rosario, Batangas Contract Id No. : 25dd0188 Project Location : Rosario, Batangas Scope Of Works : Rehabilitation Of 1,235.80 L.m. Road With Width Of 6.10m And Thickness Of 0.30m Including 100.00 L.m. - 910mm Dia. Rcpc Drainage On Both Sides Including Sidewalk, Manhole, Curb & Gutter And Grouted Riprap Approved Budget For The Contract : Php 49,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 288 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation Of Street Lights, Taysan, Batangas Contract Id No. : 25dd0189 Project Location : Taysan, Batangas Scope Of Works : Installation Of 3,140.00 L.m. (324 Poles) Streetlights Including Removal Of Structure/obstruction Approved Budget For The Contract : Php 49,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 148 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation/improvement Of Road Including Drainage At Barangay Balintawak, Lipa City, Batangas Contract Id No. : 25dd0190 Project Location : Lipa City, Batangas Scope Of Works : Intermittent Reblocking Of 663.00 L.m. Road With Varying Width From 2.30m To 5.30m And Thickness Of 0.23m; Asphalt Overlay Of 812.00 L.m. Road With Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings; Construction Of 447.00 L.m. - 9100mm Dia. Rcpc Drainage Approved Budget For The Contract : Php 29,400,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 241 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road Including Drainage Structure, Barangay Isidro, Lipa City, Batangas Contract Id No. : 25dd0191 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 255.00 L.m., 200.00 L.m. And 477.00 L.m. Road With Varying Width From 2.60m To 5.00m, Width Of 4.00 And 5.00m Respectively And Thickness Of 0.20m Including 760mm Dia. Rcpc Drainage On One Side And Removal Of Existing Drainage Approved Budget For The Contract : Php 19,600,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 186 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Concrete Road, Barangay Dayapan, Ibaan, Batangas Contract Id No. : 25dd0192 Project Location : Ibaan, Batangas Scope Of Works : "section I : Construction Of 370.00 L.m.with Width Of 6.00m And Thickness Of 0.20m Including Unsuitable Excavation And Embankment Works Section Ii : Construction Of 174.00 L.m.with Width Of 4.00m And Thickness Of 0.20m Including Flaring And 300mm Dia. Rcpc Cross Drainage Section Iii : Construction Of 203.35 L.m.with Width Of 5.00m And Thickness Of 0.20m Including Unsuitable Excavation And Embankment Works" Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 112 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.10 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building At Gb Lontok Memorial School, Barangay Sabang, Lipa City, Batangas Contract Id No. : 25dd0193 Project Location : Lipa City, Batangas Scope Of Works : Completion Of Two (2) Storey Auditorium Building (25.50m X 18.80m) Including Architectural Works, Finishing Works, Finishing Hardware, Power House, Electrical Works, Auxiliary Works And 250kw Generator Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.11 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Rizal Integrated National High School, Brgy. Rizal, Lipa City, Batangas Contract Id No. : 25dd0194 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 6-bays Covered Court (36.40m X 14.00m) Including Construction Of Stage With Backstage, Finishing Works, Finishing Hardware, Auxiliary Works, Electrical Works And Installation Of 1-15kva Transformer Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.12 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Barangay Banay-banay, Lipa City, Batangas Contract Id No. : 25dd0195 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 6-bays Covered Court (30.00m X 20.50m) And Construction Of Office Building (6.00m X 8.00m) Including Storage Room, Toilet, Structural Works, Plumbing Works, Electrical Works, Auxiliary Works, Installation Of 1-15kva Pole Mounted Distribution Transformer, Mechanical Works, Airconditioning Unit And Ventilating System Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.13 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (daycare Center & Health Center) At Brgy Mabini, Lipa City Batangas Contract Id No. : 25dd0196 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Two (2) Multi-purpose Building (12.65m X 7.90m) Including Demolition, Structural Works, Plumbing Works, Architectural Works, Electrical Works And Mechanical Works Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (covered Court) In Manggas Elementary School, Brgy. Manggas, Padre Garcia, Batangas Contract Id No. : 25dd0197 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of Stage (20.00m X 8.25m) Including Demolition, Structural Works, Roofing Works And Electrical Works; Construction Of Covered Court Including Demolition, Structural Works, Steel Roofing Works (2 Bays) And Stone Masonry Approved Budget For The Contract : Php 6,930,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multipurpose Building (day Care Center) In Brgy. Poblacion, San Juan, Batangas Contract Id No. : 25dd0198 Project Location : San Juan, Batangas Scope Of Works : Construction Of 1sty2cl Day Care Center (12.70m X 13.80m) Including Structural Works, Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-15kva Transformer, Mechanical Works, Demolition And Removal Of Trees Approved Budget For The Contract : Php 6,930,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction/ Rehabilitation Of Road, Sitio Niyugan, Brgy. Calamias, Ibaan, Batangas Contract Id No. : 25dd0199 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 570.00 L.m. Road With Width Of 5.00m And Thickness Of 0.23m Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 71 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multipurpose Building (fire Station) In The Municipality Of Taysan, Batangas Contract Id No. : 25dd0200 Project Location : Taysan, Batangas Scope Of Works : Rehabilitation Of Three (3) Storey Multi-purpose Building (14.00m X 12.50m) Including Extension Of Second Floor, Roofing Works Of Third Floor, Electrical Works, Mechanical Works And Canopy Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 60 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 30, 2025 To February 18, 2025, 8:00 A.m.-5:00 P.m.; February 19, 2025, 8:00 A.m.-8:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents Indicated On The Above Table. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Dpwh Website, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On February 07, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before February 19, 2025 At 08:30 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9. Bid Opening Shall Be On February 19, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. "if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid." 11. The Dpwh-batangas Iv District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Two (2) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph January 29, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: January 30, 2025 To February 05, 2025 Publication: Dpwh Website/ Philgeps
Closing Date19 Feb 2025
Tender AmountPHP 49.5 Million (USD 855.7 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Details: Description Invitation To Bid (cw-01-2025-006) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (sports Complex), Ibaan, Batangas Contract Id No. : 25dd0184 Project Location : Ibaan, Batangas Scope Of Works : Construction Of Two (2) Storey Multi-purpose Building (3,469.00 Sq.m. Sports Complex) Including Structural Works And Electrical Works Approved Budget For The Contract : Php 99,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of Batangas- Lobo Road, Taysan, Batangas Contract Id No. : 25dd0185 Project Location : Taysan, Batangas Scope Of Works : Rehabilitation/reblocking Of 1,771.50 L.m., 180.00 L.m. And 67.50 L.m. Reinforced Concrete Pavement With Width Of 6.10m, 2.50m And 3.80m Respectively And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base Including Construction Of Slope Protection Using Sheet Pile (hot Rolled Z-type Pile) Approved Budget For The Contract : Php 72,375,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 242 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of San Juan- Laiya Road, San Juan, Batangas Contract Id No. : 25dd0186 Project Location : San Juan, Batangas Scope Of Works : "section I : Asphalt Overlay With Intermittent Reblocking And Rotomilling Of 821.80 L.m. Road With Width Of 8.10m And Thickness Of 50mm Section Ii : Repair Of 229.30 L.m. Sidewalk And Curb & Gutter Including Manhole Section Iii : Construction Of 770.90 L.m. Sidewalk And Curb & Gutter Section Iv : Asphalt Overlay With Intermittent Reblocking Of 962.00 L.m. Road With Width Of 8.20m And Thickness Of 50mm; Repair Of 211.50 L.m. Sidewalk And Curb & Gutter Section V : Paving Of 1,195.50 L.m. Shoulder (both Sides) With Width Of 2.58m And Thickness Of 0.28m" Approved Budget For The Contract : Php 72,375,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 213 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Barangay Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 25dd0187 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Two (2) Storey Multi-purpose Building (43.40m X 20.60m) Including Structural Works, Finishing Works, Electrical Works, Auxiliary Works, Installation Of 3-75kva Transformer, Mechanical Works, Airconditioning Units, Plumbing Works And Water Tank Approved Budget For The Contract : Php 54,450,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 210 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.5 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of San Jose - Mavalor Barangay Road, Rosario, Batangas Contract Id No. : 25dd0188 Project Location : Rosario, Batangas Scope Of Works : Rehabilitation Of 1,235.80 L.m. Road With Width Of 6.10m And Thickness Of 0.30m Including 100.00 L.m. - 910mm Dia. Rcpc Drainage On Both Sides Including Sidewalk, Manhole, Curb & Gutter And Grouted Riprap Approved Budget For The Contract : Php 49,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 288 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation Of Street Lights, Taysan, Batangas Contract Id No. : 25dd0189 Project Location : Taysan, Batangas Scope Of Works : Installation Of 3,140.00 L.m. (324 Poles) Streetlights Including Removal Of Structure/obstruction Approved Budget For The Contract : Php 49,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 148 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation/improvement Of Road Including Drainage At Barangay Balintawak, Lipa City, Batangas Contract Id No. : 25dd0190 Project Location : Lipa City, Batangas Scope Of Works : Intermittent Reblocking Of 663.00 L.m. Road With Varying Width From 2.30m To 5.30m And Thickness Of 0.23m; Asphalt Overlay Of 812.00 L.m. Road With Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings; Construction Of 447.00 L.m. - 9100mm Dia. Rcpc Drainage Approved Budget For The Contract : Php 29,400,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 241 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road Including Drainage Structure, Barangay Isidro, Lipa City, Batangas Contract Id No. : 25dd0191 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 255.00 L.m., 200.00 L.m. And 477.00 L.m. Road With Varying Width From 2.60m To 5.00m, Width Of 4.00 And 5.00m Respectively And Thickness Of 0.20m Including 760mm Dia. Rcpc Drainage On One Side And Removal Of Existing Drainage Approved Budget For The Contract : Php 19,600,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 186 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Concrete Road, Barangay Dayapan, Ibaan, Batangas Contract Id No. : 25dd0192 Project Location : Ibaan, Batangas Scope Of Works : "section I : Construction Of 370.00 L.m.with Width Of 6.00m And Thickness Of 0.20m Including Unsuitable Excavation And Embankment Works Section Ii : Construction Of 174.00 L.m.with Width Of 4.00m And Thickness Of 0.20m Including Flaring And 300mm Dia. Rcpc Cross Drainage Section Iii : Construction Of 203.35 L.m.with Width Of 5.00m And Thickness Of 0.20m Including Unsuitable Excavation And Embankment Works" Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 112 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.10 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building At Gb Lontok Memorial School, Barangay Sabang, Lipa City, Batangas Contract Id No. : 25dd0193 Project Location : Lipa City, Batangas Scope Of Works : Completion Of Two (2) Storey Auditorium Building (25.50m X 18.80m) Including Architectural Works, Finishing Works, Finishing Hardware, Power House, Electrical Works, Auxiliary Works And 250kw Generator Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.11 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Rizal Integrated National High School, Brgy. Rizal, Lipa City, Batangas Contract Id No. : 25dd0194 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 6-bays Covered Court (36.40m X 14.00m) Including Construction Of Stage With Backstage, Finishing Works, Finishing Hardware, Auxiliary Works, Electrical Works And Installation Of 1-15kva Transformer Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.12 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Barangay Banay-banay, Lipa City, Batangas Contract Id No. : 25dd0195 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 6-bays Covered Court (30.00m X 20.50m) And Construction Of Office Building (6.00m X 8.00m) Including Storage Room, Toilet, Structural Works, Plumbing Works, Electrical Works, Auxiliary Works, Installation Of 1-15kva Pole Mounted Distribution Transformer, Mechanical Works, Airconditioning Unit And Ventilating System Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.13 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (daycare Center & Health Center) At Brgy Mabini, Lipa City Batangas Contract Id No. : 25dd0196 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Two (2) Multi-purpose Building (12.65m X 7.90m) Including Demolition, Structural Works, Plumbing Works, Architectural Works, Electrical Works And Mechanical Works Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (covered Court) In Manggas Elementary School, Brgy. Manggas, Padre Garcia, Batangas Contract Id No. : 25dd0197 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of Stage (20.00m X 8.25m) Including Demolition, Structural Works, Roofing Works And Electrical Works; Construction Of Covered Court Including Demolition, Structural Works, Steel Roofing Works (2 Bays) And Stone Masonry Approved Budget For The Contract : Php 6,930,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multipurpose Building (day Care Center) In Brgy. Poblacion, San Juan, Batangas Contract Id No. : 25dd0198 Project Location : San Juan, Batangas Scope Of Works : Construction Of 1sty2cl Day Care Center (12.70m X 13.80m) Including Structural Works, Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-15kva Transformer, Mechanical Works, Demolition And Removal Of Trees Approved Budget For The Contract : Php 6,930,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction/ Rehabilitation Of Road, Sitio Niyugan, Brgy. Calamias, Ibaan, Batangas Contract Id No. : 25dd0199 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 570.00 L.m. Road With Width Of 5.00m And Thickness Of 0.23m Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 71 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multipurpose Building (fire Station) In The Municipality Of Taysan, Batangas Contract Id No. : 25dd0200 Project Location : Taysan, Batangas Scope Of Works : Rehabilitation Of Three (3) Storey Multi-purpose Building (14.00m X 12.50m) Including Extension Of Second Floor, Roofing Works Of Third Floor, Electrical Works, Mechanical Works And Canopy Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 60 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 30, 2025 To February 18, 2025, 8:00 A.m.-5:00 P.m.; February 19, 2025, 8:00 A.m.-8:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents Indicated On The Above Table. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Dpwh Website, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On February 07, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before February 19, 2025 At 08:30 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9. Bid Opening Shall Be On February 19, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. "if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid." 11. The Dpwh-batangas Iv District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Two (2) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph January 29, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: January 30, 2025 To February 05, 2025 Publication: Dpwh Website/ Philgeps
Closing Date19 Feb 2025
Tender AmountPHP 9.9 Million (USD 171.1 K)
City Government Of Davao Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description The City Government Of Davao Now Invites Bidders For The Projects Under Batch 01-2025 As Listed Below. The Prospective Bidder Must Have Completed A Single Largest Contract Cost (slcc) That Is Similar To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Psa Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc To Be Bid: Provided, However, That Contractors Under Small A And B Categories Without Similar Experience On The Contract To Bid May Be Allowed To Bid If The Cost Of Such Contract Is Not More Than The Allowable Range Of Contract Cost (arcc) Of Their Registration Based On The Guidelines As Prescribed By The Pcab And Section 23.4.2.4 Of The 2016 Revised Irr Of Ra 9184 Updated As Of July 19, 2024. Moreover, A Contract Shall Be Considered "similar" To The Contract To The Bid If It Has The Same Major Categories Of Work. B01-2025-01 Project Title: Construction Of Cdrrmo Emergency Operations Center - Phase 1 Source Of Fund: Ldrrmfip Cy 2024 (9940) Approved Budget For The Contract: Php 97,600,000.00 Project Duration: 360 Calendar Days Pcab License: Php 87,016,332.27 Building Medium A Php 3,443,556.06 Road Small B Php 7,140,111.67 Flood Control Small B Cost Of Tender Documents: Php 50,000.00 Minimum Equipment Requirements: 2 Units Backhoe Pc-60 36 Units H-frame With Cross Bracing & Joint Pin 2 Units Dumptruck 5 Cu.m. Cap. 1 Unit Boom Truck With Lattice (3-5 Tons Cap) 2 Units Handroller, 2t Vibrtatory 20 Units 1-set One-tank Oxygen/2-tank Acetylene 2 Units 10w Dumptruck 1 Unit Concrete Saw 1 Unit Water Truck 86 Units Steel Forms 1 Unit Road Grader 1 Unit Chainsaw 2 Units Vibratory Road Roller 4 Units Electric Grinder 4 Units Concrete Vibrator 4 Units Electric Handrill 1 Unit Concrete Mixer (1-bagger) 2 Units Tile Cutter 3 Units Cut-off Machine 1 Unit Bar/shear Cutter 2 Units Steel Bar Bender 1 Unit Pipe Cutter 8 Units Welding Machine 1 Unit Pipe Threader B01-2025-02 Project Title: Road Concreting With Drainage System And Slope Protection At Purok 18, Sitio Alam Mari-ay Village, Brgy. Baganihan, Marilog District Source Of Fund: Adf, Cy2025 (25078) Approved Budget For The Contract: Php 97,000,000.00 Project Duration: 340 Calendar Days Pcab License: Php 87,170,877.07 Road Medium A Php 9,829,122.93 Flood Control Small B Cost Of Tender Documents: Php 50,000.00 Minimum Equipment Requirements: 1 Unit Dumptruck 5 Cu.m. Cap. 1 Unit Hydroseeding Machine 2 Units Bulldozer, D6h Series Ii Psds/dd 2 Units Concrete Mixer (1-bagger) 1 Unit Chainsaw 2 Units Concrete Vibrator 2 Units Hydraulic Excavator (0.80 Cu.m.) 2 Units Concrete Saw 2 Units Payloader (1.50 Cu.m) 2 Units Handroller Vibratory 4 Units Dumptruck (10 Cu.m) 2 Units Bar Cutter 2 Units Hydraulic Excavator (0.80 Cu.m.) W/ Breaker 86 Units Steel Forms 1 Unit Motorized Road Grader (140hp), G710a 1 Unit Heavy Duty Elec. Drill 1 Unit Vibratory Roller (10mt), Sd100dc 1 Unit Cargo Truck 1 Unit Water Truck/pump 1 Unit Applicator Machine 1 Unit Boom Truck 1 Unit Kneading Machine B01-2025-03 Project Title: Road Concreting With Drainage System And Construction Of Flood Control At Purok Sagittarius 2, Brgy. Lasang, Bunawan District Source Of Fund: Adf, Cy2025 (25070) Approved Budget For The Contract: Php 50,000,000.00 Project Duration: 300 Calendar Days Pcab License: Php 39,093,216.27 Flood Control Medium A Php 10,906,783.73 Road Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit "dump Truck (5.0cu.m.capacity)" 1 Unit Hydraulic Excavator 1 Unit Road Grader 1 Unit Concrete Vibrator 1 Unit Road Roller, Vibratory 1 Unit Concrete Saw 1 Unit Water Truck 150 Units Steel Forms 1 Unit Backhoe Pc-60 1 Unit Backhoe Pc-30 1 Unit Bar Cutter 1 Unit Mini Dumptruck 2 Units One-bagger Concrete Mixer B01-2025-04 Project Title: City's Urban Greening Project And Sidewalk Enhancement (phase 2) At J.p. Laurel Avenue, Leon Garcia St., R. Castillo St., C. Bangoy St., Quezon Boulevard, Magallanes St., Davao City Source Of Fund: Adf, Cy2025 (25148) Approved Budget For The Contract: Php 40,000,000.00 Project Duration: 240 Calendar Days Pcab License: Park, Playground And Recreational Work Medium A (specialty In Landscaping) Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 2 Units One Bagger Concrete Mixer 4 Units Mini Dumptruck 11 Units Cutting Outfit (oxygen - Acetylene) 1 Unit Water Truck 4 Units Boom Truck With Lattice (3-5 Tons Capacity) B01-2025-05 Project Title: Road Concreting At Purok 8 Tubod Going To Purok Narra, Brgy. Lumiad, Paquibato District Source Of Fund: Adf, Cy2025 (25074) Approved Budget For The Contract: Php 39,500,000.00 Project Duration: 345 Calendar Days Pcab License: Php 29,667,973.06 Road Small B Php 9,832,026.94 Flood Control Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Dumptruck 5 Cu.m. Cap. 1 Unit Water Truck/ Pump (16000l) 1 Unit Vibratory Roller (10mt), Sd100dc 2 Units Handroller 2t Vibratory 1 Unit Hydraulic Backhoe (0.80 Cu.m) 2 Units Concrete Vibratory 1 Unit Bulldozer, D6h Series Ii Psds/dd 2 Units Concrete Saw 1 Unit Dumptruck (12 Cu.yd) 2 Units Bar Cutter 1 Unit Motorized Road Grader (140hp), G710a 176 Units Steel Forms 1 Unit Payloader 2 Units Concrete Mixer B01-2025-06 Project Title: Road Concreting At Purok 6 Sitio New Labon Brgy Sumimao To Sitio Saldab Brgy. Malabog, Brgy. Sumimao Paquibato District (phase 1) Source Of Fund: Adf, Cy2025 (25086) Approved Budget For The Contract: Php 35,000,000.00 Project Duration: 270 Calendar Days Pcab License: Php 26,841,972.45 Road Small B Php 8,158,027.55 Flood Control Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 2 Units Hydraulic Excavator (0.8 Cu.m) 1 Unit Concrete Vibrator 2 Units Bulldozer, D6h Series Ii Psds/dd 1 Unit Concrete Saw 1 Unit Motorized Road Grader (140hp), G710a 2 Units Bar Cutter 2 Units Payloader (1.50 Cu.m) 86 Units Steel Forms 1 Unit Vibratory Roller (10mt), Sd100dc 1 Unit Heavy Duty Electric Drill (operated) 1 Unit Dumptruck 5 Cu.m. Cap. 1 Unit Water Truck 4 Units Dumptruck(12 Cu.yd) Includes Hauling Travel Time 1 Unit Hand Roller 2 Units Chainsaw 1 Unit Concrete Mixer (one-bagger) B01-2025-07 Project Title: Road Concreting With Drainage System At Bago Oshiro Relocation (aglipayan Section), Brgy. Bago Oshiro, Tugbok District Source Of Fund: Adf, Cy2025 (25093) Approved Budget For The Contract: Php 22,950,000.00 Project Duration: 240 Calendar Days Pcab License: Php 10,067,820.45 Road Smallb Php 12,882,179.55 Flood Control Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements 1 Unit Backhoe Pc-60 1 Unit Road Roller, Vibratory 1 Unit Jackhammer With Air Compressor 1 Unit Water Truck 1 Unit Dumptruck 5 Cu.m 1 Unit Concrete Vibrator 1 Unit Payloader 1 Unit Concrete Saw 2 Units 10w Dumptruck 1 Unit Bar Cutter 1 Unit Backhoe W/ Breaker 1 Unit One Bagger Concrete Mixer 1 Unit Road Grader 86 Units Steel Forms 1 Unit Chainblock W/ Pulley & A-frame B01-2025-08 Project Title: Construction Of Farm To Market Road With Canal At Sitio Upper Kibangay, Brgy. Suawan, Marilog District (phase 1) Source Of Fund: Adf, Cy2025 (25085) Approved Budget For The Contract: Php 26,800,000.00 Project Duration: 210 Calendar Days Pcab License: Php 21,094,142.27 Road Small B Php 5,705,857.73 Flood Control Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 2 Units Backhoe Pc-60 1 Unit Concrete Vibrator 3 Units Dumptruck 5 Cu.m Cap 1 Unit Concrete Saw 1 Unit Road Grader 1 Unit Bar Cutter 1 Unit Road Roller, Vibratory 90 Units Steel Forms 1 Unit Water Truck/pump (16000l) 1 Unit Payloader 1 Unit One-bagger Concrete Mixer B01-2025-09 Project Title: Construction Of 2 Units 1-storey, 3-classroom Building At Makatao Elementary School, Sitio Gatungon, Brgy. Tapak, Paquibato District, Davao City Source Of Fund: Sef 2025 (3321-a) Approved Budget For The Contract: Php 17,000,000.00 Project Duration: 210 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 250,000.00 Minimum Equipment Requirements: 1 Unit Plate Compactor 1 Unit Electric Handrill 1 Unit Hand Roller 2 Units Tile Cutter 1 Unit One-bagger Concrete Mixer 2 Units Bar/shear Cutter 1 Unit Concrete Vibrator 2 Units Welding Machine 1 Unit Oxygen-acetylene Cutting Outfit & Accessories 2 Units Electric Grinder 1 Unit Cut Off Machine B01-2025-10 Project Title: Construction Of Multipurpose Building At Datu Salumay Elementary School, Brgy. Datu Salumay, Marilog District Source Of Fund: Adf, Cy 2025 (25038) Approved Budget For The Contract: Php 20,000,000.00 Project Duration: 280 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-30 1 Unit Cargo Stake Truck 1 Unit Plate Compactor 1 Unit Chainsaw 1 Unit Walk-behind Compactor 1 Unit Mini Dumptruck 2 Units One-bagger Concrete Mixer 1 Unit Concrete Vibrator 1 Unit Pump Crete 1 Unit Steel Bar Bender 2 Units Bar/shear Cutter 2 Units Welding Machine 2 Units Electric Grinder 1 Unit Boom W/ Chainblock 2 Units Electric Handrill 1 Unit Oxygen/acetylene Cutting Outfit 2 Units Tile Cutter B01-2025-11 Project Title: Construction Of Boat Docking And Fishport At Purok 60, Brgy. Talomo District Source Of Fund: Adf, Cy 2025 (25129) Approved Budget For The Contract: Php 20,000,000.00 Project Duration: 240 Calendar Days Pcab License: Port, Harbor And Offshore Engineering Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 2 Units Payloader 1 Unit Electric Drill 1 Unit Backhoe Pc-60 1 Unit Water Truck 1 Unit 10w Dumptruck 1 Unit Oxygen/acetylene Cutting Outfit And Accessories 1 Unit Concrete Vibrator 1 Unit Submersible Pump 2 Units Bar Cutter 1 Unit Jackhammer With Generator Set 2 Units Welding Machine 1 Unit Boom Truck 1 Unit Grinder B01-2025-12 Project Title: Construction Of Road From Purok 1 Bantol To Purok 9 Sitio Banuayan, Brgy. Bantol Marilog District (phase 1) Source Of Fund: Adf, Cy 2025 (25080) Approved Budget For The Contract: Php 19,000,000.00 Project Duration: 140 Calendar Days Pcab License: Php 14,246,149.60 Road Small B Php 4,753,850.40 Flood Control Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Mini Dumptruck 1 Unit Road Roller (125 Hp 10t, Static) 1 Unit Cargo Stake Truck/ Hydraulic Truck 1 Unit Water Truck 2 Units Hydraulic Excavator (0.80 Cu.m., Crawler) 1 Unit Concrete Vibrator 1 Unit Bulldozer, D6h Series Ii Psds/dd 1 Unit Bar Cutter 1 Unit Payloader (1.50 Cu.m) 1 Unit Concrete Saw 2 Units Dumptruck (12 Cu.yd) 64 Units Steel Forms 1 Unit Road Grader 135 Hp 1 Unit Backhoe Pc-60 B01-2025-13 Project Title: Infrastructure Development And Security Enhancement Through The Upgrading Of Checkpoint Facilities At Toril, Bunawan, And Lacson, Davao City Source Of Fund: Adf, Cy 2025 (25046) Approved Budget For The Contract: Php 14,584,200.00 Project Duration: 90 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 2 Units Backhoe Pc-60 3 Units Welding Machine 1 Unit Mini Dumptruck 1 Unit Cut Off Machine 1 Unit Flat Low Bed Trailer Truck 3 Units Electric Grinder 1 Unit One Bagger Mixer 2 Units Electric Drill 1 Unit Bar/shear Cutter B01-2025-14 Project Title: Construction Of Concrete Revetment At Purok Maharlika To Purok Pakisama, Brgy. Saloy, Calinan District (phase 2) Source Of Fund: Adf, Cy 2025 (25140) Approved Budget For The Contract: Php 15,000,000.00 Project Duration: 140 Calendar Days Pcab License: Flood Control Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-60 1 Unit Submersible Pump (1hp) 1 Unit Backhoe Pc-190 3 Units Bar Cutter 1 Unit "backhoe Pc-190 W/ Vibratory Hammer" 2 Units Concrete Vibrator 1 Unit Road Grader 1 Unit One-bagger Concrete Mixer 1 Unit Road Roller 1 Unit Generator Set 1 Unit "dump Truck (5.0cu.m. Capacity)" 1 Unit Welding Machine 2 Units Chainsaw 2 Units "one-tank Oxygen / 2-tank Acetylene" B01-2025-15 Project Title: Rehabilitation Of Multipurpose Building At Almendras Compound, Quezon Boulevard, Davao City Source Of Fund: Adf, Cy 2025 (25096) Approved Budget For The Contract: Php 14,000,000.00 Project Duration: 150 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Mini Dumptruck 2 Units Tile Cutter 1 Unit One-bagger Concrete Mixer 1 Unit Jackhammer W/ Air Compressor 1 Unit Bar/shear Cutter 1 Unit Dumptruck (5 Cu.m Cap) 1 Unit Electric Handrill 1 Unit Hand Roller Vibratory 24 Units H-frame With Cross Bracing And Joint Pin 1 Unit Asphalt Distributor Prime 1 Unit Metal Scissors 1 Unit Asphalt Paver 1 Unit Electric Grinder 1 Unit Pneumatic Road Roller B01-2025-16 Project Title: Rehabilitation Of Drainage System At Aurora St. And Artiaga St., Brgy. 36-d, Poblacion District Source Of Fund: Adf, Cy 2025 (25131) Approved Budget For The Contract: Php 11,675,000.00 Project Duration: 240 Calendar Days Pcab License: Flood Control Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Backhoe With Concrete Breaker 1 Unit Bar Cutter 1 Unit Dumptruck 5 Cu.m 1 Unit Welding Machine 1 Unit Backhoe Pc-30 1 Unit Oxygen/acytelene Cutting Outfit And Accessories 1 Unit One Bagger Concrete Mixer 1 Unit Electric Grinder B01-2025-17 Project Title: Road Concreting With Line Canal At Opal Street And Durian Street, Ddf Village Brgy. Mandug, Buhangin District Source Of Fund: Adf, Cy 2025 (25062) Approved Budget For The Contract: Php 8,232,000.00 Project Duration: 120 Calendar Days Pcab License: Php 4,642,370.58 Flood Control Small B Php 3,589,629.42 Road Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-60 1 Unit Concrete Saw 1 Unit Bulldozer 1 Unit Concrete Vibrator 1 Unit Road Grader 1 Unit Bar Cutter 1 Unit Road Roller 70 Units Steel Forms 2 Units Dump Truck 10w 1 Unit Hand Roller 2 Units Chainsaw 1 Unit Payloader 1 Unit One-bagger Concrete Mixer B01-2025-18 Project Title: Completion Of Multipurpose Hall At J. Soriano National High School Brgy Catalunan Grande. Talomo District Source Of Fund: Adf, Cy 2025 (25030) Approved Budget For The Contract: Php 13,000,000.00 Project Duration: 210 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-60 2 Units Mini Dumptruck 2 Units Bar/shear Cutter 1 Unit One-bagger Concrete Mixer 1 Unit Boom Truck W/ Chainblock 1 Unit Oxygen/acytelene Cutting Outfit And Accessories 2 Units Concrete Vibrator 1 Unit Plate Compactor 2 Units Cut-off Machine 2 Units Prr Fusion Welder 2 Units Electric Drill 2 Units Steel Bar Bender 2 Units Electric Grinder 1 Unit Tile Cutter 4 Units H-frame With Cross Bracing And Joint Pin 1 Unit Walk Behind Compactor 1 Unit Jackhammer With Compressor 1 Unit Welding Machine B01-2025-19 Project Title: Road Concreting With Drainage System At Villa Park Subdivision, Brgy. Cabantian, Buhangin District Source Of Fund: Adf, Cy 2025 (25059) Approved Budget For The Contract: Php 8,000,000.00 Project Duration: 120 Calendar Days Pcab License: Php 4,332,983.00 Flood Control Small B Php 3,667,017.00 Road Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-30 1 Unit Hand Roller Vibratory 2 Units Bar Cutter 2 Units Jackhammer W/ Air Compressor 1 Unit Concrete Saw 1 Unit Road Grader 1 Unit Concrete Vibrator 1 Unit Road Roller 1 Unit Dumptruck 5 Cu.m Cap. 102 Units Steel Forms 2 Units Electric Drill 1 Unit Water Truck B01-2025-20 Project Title: Rehabilitation Of Calinan Public Market Building I At Brgy. Calinan, Calinan District Source Of Fund: Sb No. 2, Cy 2023 (8811-c) Approved Budget For The Contract: Php 5,740,000.00 Project Duration: 160 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 2 Units Mini Dump Truck 36 Units H-frame With Cross Bracing & Joint Pin 1 Unit Handroller, 2t Vibrtatory 4 Units Welding Machine 2 Units One-bagger Concrete Mixer 1 Unit Cut-off Machine 1 Unit Concrete Vibrator 2 Units 1-set One-tank Oxygen/2-tank Acetylene 2 Units Bar/shear Cutter 2 Units Electric Handrill B01-2025-21 Project Title: Construction Of Home Economics Building At Manaong Elementary School, Sitio Manaong, Brgy. Salaysay, Marilog District, Davao City Source Of Fund: Sef, Cy 2025 (3322) Approved Budget For The Contract: Php 5,546,559.93 Project Duration: 150 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 1 Unit Plate Compactor 1 Unit Cut Off Machine 1 Unit Hand Roller 1 Unit Electric Grinder 1 Unit One Bagger Mixer 2 Units Electric Handrill 1 Unit Concrete Vibrator 2 Units Tile Cutter 1 Unit Bar/shear Cutter 1 Unit Backhoe Pc - 35 2 Units Welding Machine B01-2025-22 Project Title: Construction Of Multipurpose Building, Malagos Nursery, Brgy, Malagos, Baguio District Source Of Fund: Adf, Cy2025 (25108) Approved Budget For The Contract: Php 5,000,000.00 Project Duration: 120 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-35 2 Units Bar/shear Cutter 1 Unit Mini Dumptruck 2 Units Welding Machine 1 Unit Plate Compactor 2 Units Electric Grinder 1 Unit Handroller 12 Units H-frame With Cross Bracing & Joint Pin 1 Unit One-bagger Concrete Mixer 2 Units Electric Handrill 1 Unit Concrete Vibrator 1 Unit Chainblock With Pulley B01-2025-23 Project Title: Rehabilitation Of Drainage System At Solid St. And Bangsi St., Brgy. Wilfredo Aquino, Agdao District Source Of Fund: Adf, Cy2025 (25135) Approved Budget For The Contract: Php 4,000,000.00 Project Duration: 120 Calendar Days Pcab License: Flood Control Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 2 Units Jackhammer With Compressor 1 Unit One Bagger Concrete Mixer 1 Unit Mini Dumptruck 1 Unit Backhoe Pc-30 3 Units Bar Cutter 1 Unit Chainsaw B01-2025-24 Project Title: Drainage System With Cover At Purok 4a Damaso-suazo Extension, Brgy. 25-c, Poblacion District Source Of Fund: Adf, Cy2025 (25132) Approved Budget For The Contract: Php 1,501,179.22 Project Duration: 90 Calendar Days Pcab License: Php 1,062,782.15 Flood Control Small B Php 438,397.07 Road Small A Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Jackhammer W/ Air Compressor 1 Unit Concrete Saw 1 Unit A-frame W/ Chain Block 1 Unit One Bagger Concrete Mixer 1 Unit Bar Cutter 2 Units Hand Tamper Compactor 1 Unit Mini Dumptruck 65 Units Steel Forms B01-2025-25 Project Title: Upgrading And Rewiring Of Electrical System At Pilar P. Rodriguez Integrated School, Km. 9, Tigatto, Davao City Source Of Fund: Sef, Cy 2025 (3322) Approved Budget For The Contract: Php 3,200,000.00 Project Duration: 100 Calendar Days Pcab License: Electrical Works Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Electric Grinder 1 Unit Bar/shear Cutter 1 Unit Electric Drill 1 Unit Concrete Mixer B01-2025-26 Project Title: Completion Of The Existing Multipurpose Building At Brgy. 4-a, Poblacion District Source Of Fund: Adf, Cy 2025 (25098) Approved Budget For The Contract: Php 2,400,000.00 Project Duration: 120 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 2 Units Bar/shear Cutter 2 Units Electric Handrill 2 Units Welding Machine 1 Unit Jackhammer W/ Air Compressor 2 Units Electric Grinder 1 Unit Chainblock With Pulley & A-frame 1 Unit Oxygen-acetylene Cutting Outfit & Accessories 24 Units H-frame With Cross Bracing & Joint Pin B01-2025-27 Project Title: Concreting Of Road At Purok 6, Sampaguita, Brgy. Malabog, Paquibato District Source Of Fund: Df, Sb3, Cy2020 (20230) Approved Budget For The Contract: Php 2,000,000.00 Project Duration: 75 Calendar Days Pcab License: Road Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Mini Dumptruck 1 Unit Handroller 1 Unit Bakchoe W/ Dozer, Pc-30 2 Units Concrete Vibrator 1 Unit Plate Compactor 86 Units Steel Forms 1 Unit Dumptruck - 5 Cu.m 1 Unit Concrete Saw 1 Unit Road Grader, 135 Hp 1 Unit Bar Cutter 1 Unit Road Roller, (125hp 10t, Static) 2 Units Concrete Mixer (1-bagger) B01-2025-28 Project Title: Water Supply Systems Source Of Fund: Ab, Cy 2023 (23034) Approved Budget For The Contract: Php 1,407,000.00 Project Duration: 30 Calendar Days Pcab License: Water Supply System Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Welding Machine 2 Units Pipe Threader 2 Units Pipe Cutter B01-2025-29 Project Title: Upgrading Of Electrical System At Rc Quimpo Elementary School, Brgy. Bago Aplaya, Talomo Distrcit, Davao City Source Of Fund: Sef, Cy2025 (3322) Approved Budget For The Contract: Php 1,000,000.00 Project Duration: 60 Calendar Days Pcab License: Electrical Works Small B Cost Of Tender Documents: Php 1,000.00 Minimum Equipment Requirements: 1 Unit Chain Block With Pulley 1 Unit One-bagger Concrete Mixer 1 Unit Bar/shear Cutter B01-2025-30 Project Title: Distribution Of Power Supply To Principal's Office And Pump House At Pablo Lorenzo National High School, Brgy. Mandug, Buhangin District, Davao City Source Of Fund: Sef, Cy2025 (3321-a) Approved Budget For The Contract: Php 1,000,000.00 Project Duration: 100 Calendar Days Pcab License: Electrical Works Small B Cost Of Tender Documents: Php 1,000.00 Minimum Equipment Requirements: 1 Unit Electric Grinder 1 Unit Bar/shear Cutter 1 Unit Electric Drill 1 Unit Concrete Mixer B01-2025-31 Project Title: Construction Of Drainage System At Narra Street, Purok 9-a Phase 2, Brgy. Sto. Niño, Tugbok District Source Of Fund: Adf, Cy 2025 (25146) Approved Budget For The Contract: Php 615,000.00 Project Duration: 30 Calendar Days Pcab License: Flood Control Small A Cost Of Tender Documents: Php 500.00 Minimum Equipment Requirements: 1 Unit Jackhammer W/ Air Compressor 2 Units Dumptruck (5 Cu.m Capacity) 1 Unit Backhoe Pc-30 1 Unit One Bagger Concrete Mixer 1 Unit Concrete Saw 2 Units Bar/shear Cutter Procurement Activity Schedule A. Issuance Of Bidding Documents January 28 To February 19, 2025 8:00 Am To 5:00 Pm Bac Secretariat For Civil Works (excluding Saturdays, Sundays & Holidays) B. Pre-bid Conference February 5, 2025, 10:30 Am Virtual Meeting Through Zoom C. Deadline Of Submission And Receipt Of Bids February 19, 2025, 9:00 Am Bac Conference Room, Ground Floor, City Hall, Davao City D. Opening Of Bids February 19, 2025, 10:30 Am Virtual Meeting Through Zoom (sgd) Atty. Joseph Dominic S. Felizarta, Ce Bac Chairman
Closing Date19 Feb 2025
Tender AmountPHP 603 Million (USD 10.4 Million)
Western Philippines University Tender
Education And Training Services
Philippines
Details: Description 1 1 Copy Advanced Marketing Management/abante, Etc/2024 2 1 Copy Advanced Local Government And Regional Administration Development/abante, Etc/2024 3 1 Copy Advanced Production And Operation Management/abante, Etc/2024 4 1 Copy Advanced Public Fiscal Management, Finance And /abante, Etc/2024 5 1 Copy Assessment Of Learning 1/manas/2024 6 1 Copy Banking And Financial Institutions/bairan/2024 7 1 Copy Capital Markets/bairan/2024 8 1 Copy Charater Formation 1-patrotism And Nationalism/adra, Etc/2024 9 1 Copy Character Formation 2-leadership Making , Management And Administration/adra, Etc/2024 10 1 Copy Character Formation 1- Patriotism And Nationalism 3rd Ed./rondina, Etc/2024 11 1 Copy Character Formation 2-leadership Making , Management And Administration 3rd Ed./literfal, Etc/2024 12 1 Copy Comparative Model In Policing 4th Ed./castillo, Jr./2024 13 1 Copy Comparative Models Of Policing And Philippine National Police Policing ( Based On Prc Tos)/depayso/2024 14 1 Copy Criminological Research 2nd Ed./chavez, Etc/2024 15 1 Copy Criminological Research A Self Study Guide/depayso/2024 16 1 Copy Dispute Resolutions And Crises/incident Management/cano, Etc/2024 17 1 Copy Essentials Of Risk Management/banaag/2024 18 1 Copy Evidence/gabao/2024 19 1 Copy Facilitating Student-centered Teaching & Learning/larioque. Etc/2024 20 1 Copy Financial Analysis And Reporting/bairan/2024 21 1 Copy Financial Markets/bairan/2024 22 1 Copy Forensic Examination On Questioned Documents 5th Ed./alvarez/2024 23 1 Copy Forensic Photography 6th Ed./bulan/magadia/2024 24 1 Copy Fundamentals Of Criminal Investigation And Intelligence/tad-awan/2024 25 1 Copy Handbook In Juvenile Deliquency And Violence Againts Women And Their Children/barican/dausan/abordo/2024 26 1 Copy Human Behavior And Victimology /depayso/2024 27 1 Copy Human Development-understanding Criminal Behavior And Victimology/togana/2024 28 1 Copy Inclusive Education In Early Childhood Settings/boholona, Et Al./2024 29 1 Copy Income & Business Taxation/bairan/2024 30 1 Copy Introduction To Consumer Behavior/pasahol/2024 31 1 Copy Introduction To Criminology /caballero/barican/2024 32 1 Copy Introduction To Criminology/cabrillas, Et Al/2024 33 1 Copy Introduction To Cybercrime & Basic Digital Investigative Analysis 3rd Ed/lagumen/lagumen/2024 34 1 Copy Introduction To Cybercrime Investigation And Environmental Laws And Protection/detran,et Al/2024 35 1 Copy Introduction To Industrial Security Concepts /depayso/2024 36 1 Copy Introduction To Industrial Security Concepts 4th Ed/bobier/2024 37 1 Copy Juvenile Delinquency And Juvenile Justice System 2nd Ed./detran/literal/2024 38 1 Copy Law Enforcement Operationss And Planning With Crime Mapping/tancangco/2024 39 1 Copy Non- Institutional Corrections 3rd Ed/chavez Et Al./2024 40 1 Copy Practical Methods On Roads-bridge & Drainage Structures Construction/porte/2024 41 1 Copy Retail And Wholesale Enterprises/bairan/2024 42 1 Copy Special Crime Investigation With Interview And Interrogation Protocols/domingo/2024 43 1 Copy Special Education Book 1/reyes, Pascual/2024 44 1 Copy Strategic Operations Management 2nd Ed./serrano/2024 45 1 Copy Survey Of Afro-asian Literature/escalada-cordova,uytico/2024 46 1 Copy Principles Of Total Quality Management/pasahol, Etc/2024 47 1 Copy The Contemporary World/mananay,etc/2024 48 1 Copy The Teacher And The School Curriculum/gallardo/ Mañas/ 2024 49 1 Copy Theories Of Crime Causation/salamanca, Et Al/2024 50 1 Copy Teaching And Assessment Of Grammar/manas/2024 51 1 Copy Therapeutic Modalities 3rd Ed./balares Et Al./2024 52 1 Copy The Teaching Profession In The 21st Century/sarandi, Babao/2024 53 1 Copy The Teaching Profession/fernando,et Al/2024 54 1 Copy Traffic Management & Accident Investigation With Driving 2nd Ed./apela, Et Al./2024 55 1 Copy Understanding Marketing Research/mutya/2024 56 1 Copy Vice And Drug Education And Control 4th Ed/cejes/libres/ 2024 57 1 Copy Vice And Drug Education And Control /tad-awan,et Al./2024 58 1 Copy Advance Management Information System/abante,et Al./2023 59 1 Copy Computer Fundamentals/revano/2023 60 1 Copy Data Analytics & Business Intelligence/abante,et Al/2023 61 1 Copy Dispute Resolution And Incident Management/capdos/lud-ayen/2023 62 1 Copy Information Management/cortez/2023 63 1 Copy Franchising/stevens/2024 64 1 Copy Advanced Management Information Management System (mis)/abante,et.al/2023 65 1 Copy Introduction To Application Development And Emerging Technologies/pomperada/2023 66 1 Copy Principles Of Foundation Engineering Based On The National Structural Code Of The Phils. 2015/castro/2023 67 1 Copy Simplified Steel Design Asd & Lrfd Based On Nscp 2015 & Aisc's Steel Construction And Manual 14e/2023/castro 68 2 Copy Teaching Science In The Elementary Grades Vol. 2: Physics, Earth And Space Obe- & Ppst Based/bilbao, Etc/2024 69 2 Copy The Teacher And The School Curriculum Obe Approach/otiner-gallardo/2024 70 2 Copy Theoretical And Practical Textbook On Lesson Planning/ Sanchez/2024 71 2 Copy Ang Bisa Ng Pag Uulit Sa Katutubong Panitikan/yapan, Alvin B./2023 98 2 Copy Introduksiyon Sa Pananaliksik Sa Wika At Panitikan (luzon)/alvarado Et Al/2022 99 2 Copy Introduksiyon Sa Pananaliksik Sa Wika At Panitikan (vizmin)/arbasto Et Al/2022 100 2 Copy Sangguniang Aklat Ng Gramatika At Pagbuo Ng Mapa/alvarado Et Al/2023 101 2 Copy Sinesosyedad: Panunuri Ng Piling Pelikulang Panlipunan/de Leon/2023 102 2 Copy Commissary Food Service/donray/2024 103 2 Copy Readings In Philippine History/dela Vega/2024 104 2 Copy Rizal And The Development Of Filipino Nationalism /garcia, Etc/2023 105 2 Copy Transcendence: Understanding Contemporary Global Dynamics, Issues, And Challenges/calilung And Coronacion/2024 106 1 Copy Environmental And Natural Resources Laws With Commentaries, Annotations… ( Hb)/claridades/2024 107 2 Copy Introduction To Philippine Politics & Governance ( With Basic Constitutional Provisions)/baes & Beler/2024 108 2 Copy Introduction To Philippine Government And Politics With Basic Constitutional Principles 2e/riodique/2024 109 2 Copy Mathematics In Modern World/reynoso, C./2024 110 1 Copy Indigenous Creative Arts/camboles, M./2024 111 1 Copy Understading The Self/vazquez, I./2024 112 1 Copy Understanding The Self: New Normal Edition/palean,et.al/2024 113 2 Copy Biological Chemistry Obe-based/chua,et.al/2022 114 2 Copy Earth Science: Quaternary Earth, The Age Of Humans, 2e/reyes/2023 115 1 Copy Physical Science/santos/2023 116 2 Copy Gender And Society/bacolod, Et Al. /2024 117 2 Copy The Revised Penal Code Book I - Understanding Criminal Law 2nd Edition/tulalian/2024 118 2 Copy Fundamentals Of Criminal Law - Revised Penal Code Book 1/abastillas /manlusoc/2023 119 2 Copy The Revised Penal Code Book Ii, Specific Crimes And Their Elements 2nd Edition/tulalian/2024 120 2 Copy Criminal Procedure A Handbook For Criminology Students 3rd Edition/gabao/ Tulalian/2024 121 2 Copy Basic Criminal Procedure/tulalian/2022 122 2 Copy Introduction To Criminology/magtaan/ Cabrillas/2024 123 2 Copy Introduction To Criminology - A Guidebook For Criminology Instructors And Students/caballero/ Barican/2024 124 2 Copy Introduction To Criminology/rectin/2023 125 2 Copy Theories Of Crime Causation - An Instruction And Learning Guide/caballero/ Barican/2024 126 2 Copy Human Behavior And Victimology/depayso/2024 127 2 Copy Human Development - Understanding Criminal Behavior And Victimology/togana/2024 128 2 Copy Handbook In Human Behavior And Victimology/dausan Et Al/2023 129 2 Copy Professional Conduct & Ethical Standards/lud-ayen/2023 130 2 Copy Police Professional Conduct And Ethical Standards With Police Community Relations/dascil /santos/2022 131 2 Copy Handbook In Juvenile Delinquency And Violence Against Women And Their Children/barican /dausan/ Abordo/2024 132 2 Copy Dispute Resolutions And Crises / Incident Management/caño/2024 133 2 Copy Dispute Resolution And Incident Management/capdos/ Lud-ayen/2023 134 2 Copy The Research Recipe - A Guide To Writing Research Proposals In Criminal Justice (first Serving)/donato/2024 135 2 Copy Criminological Research - A Self Study Guide/depayso/2024 136 2 Copy Criminological Research 2 - A Textbook For Criminology Students/caño/2023 137 2 Copy Comparative Models Of Policing And Philippine National Police Policing (based On Prc Tos 2022)/depayso/2024 138 2 Copy Comparative Models In Policing/moyao/2023 139 2 Copy Introduction To Industrial Security Concepts/depayso/2024 140 2 Copy Law Enforcement Operations And Planning With Crime Mapping/tancangco/2024 141 2 Copy Law Enforcement Operations And Planning With Crime Mapping/taynan /lopez/2023 142 2 Copy Law Enforcement (police) Operations And Planning With Crime Mapping/florendo/2023 143 2 Copy Fingerprint - Uniqueness And Persistency Of Friction Ridge Skin Volume 1/rocamora/2023 144 2 Copy Forensic Science 2 - Personal Identification Laboratory Manual/badua/2023 145 2 Copy Forensic Photography/tad-awan/2023 146 2 Copy Deceptive Minds - Unmasking The Art Of Lie Detection/moyao/2024 147 2 Copy Introduction To The Forensic Sciences/taduran/2024 148 2 Copy Fundamentals Of Criminal Investigation And Intelligence/ Lopez/ Taynan Jr./2024 149 2 Copy Fundamentals Of Criminal Investigation And Intelligence/tad-awan/2024 150 2 Copy Essentials In Criminal Investigation/tamayo/2023 151 2 Copy Fundamentals Of Criminal Investigation With Intelligence 2nd Edition/florendo/2023 152 1 Copy Specialized Crime Investigation With Legal Medicine/dascil /santos/2023 153 1 Copy Special Crime Investigation With Interview And Interrogation Protocols/domingo/2024 154 1 Copy Vice And Drug Education And Control/tad-awan/ Lud-ayen/2024 155 2 Copy Introduction To Cybercrime And Environmental Laws/tad-awan/2024 156 2 Copy Introduction To Cybercrime And Environmental Laws/caño/2023 157 2 Copy Institutional Correction For Criminology Students/villaluz/2024 158 2 Copy Institutional Correction (new Curriculum And Cle Tos Compliant)/tumitit/ Estoque/2023 159 1 Copy Non-institutional Correction (community-based Correction In The Philippines) For Criminology Students/villaluz/2023 160 1 Copy Non-institutional Corrections/danglosi/2023 161 1 Copy Therapeutic Community Modality 1/foronda/2023 162 1 Copy Moral Philosophy And Ethics/bacuyag/2024 163 1 Copy Guiness World Records 2024 164 1 Copy Introduction To Ethics/umali,et Al/2023 165 1 Copy Leisure And Recreation Management For Tourism And Hospitality Industry/cornell/2023 166 1 Copy Living In The Information Technology Era/abante/2023 167 1 Copy Management Science ( Quantitative Methods For Business Operations Research)/sirug/2023 168 1 Copy Methods Of Research In Business Education 2nd Edition/flores/2023 169 1 Copy Professional Conduct And Ethical Standards 2nd Ed./nabe/2023 170 1 Copy Professional Salesmanship/camillar-serrano/2023 Ppc Library 171 1 Copy Criminal Justice System The Philippine Context/atty. Tutalian, V./ 2022 172 1 Copy Introduction To Criminology - A Guidebook For Criminology Instructors And Students/caballero/ Barican/ 2024 173 1 Copy Introduction To Criminology And Psychology Of Crimes/leyaley/2021 174 1 Copy Comprehensive Correctional Administration Handbook With Therapeutic Modalities/apela/2019 175 1 Copy Crime Theories, Causes & Prevention/domingo, C./2023 176 1 Copy Law Enforcement Administration 3rd Edition/manwong / 2021 177 1 Copy Law Enforcement Organization And Administration Inter-agency Approach / Taynan /lopez / 2021 178 1 Copy Comparative Models In Policing/moyao/2021 179 1 Copy Comparative Models Of Policing And Philippine National Police Policing (based On Prc Tos 2022)/2024/depayso 180 1 Copy Comparative Models In Policing 3rd Ed./ Castillo / 2023 181 1 Copy Institutional Correction For Criminology Students/ Villaluz/2024 182 1 Copy Introduction To Industrial Security Concepts/ Depayso / 2024 183 1 Copy Introduction To Industrial Security Concepts 3rd Ed. D. Bobier/2023 184 2 Copy Special Crime Investigation 1 With Legal Medicine Instructional Modules/ Rogo, A./2022 185 2 Copy Special Crime Investigation With Interview And Interrogation Protocols/ Domnigo/ 2024 186 2 Copy Special Crime Investigation With Legal Medicine 2nd Ed./2023/pltcol Sabino-diangson 187 2 Copy Character Formation 2 - Leadership, Decision Making, Management And Administration 2nd Ed/b. Literal .et.al/2023 188 2 Copy Character Formation 1 Nationalism And Patriotism 2nd Edition/caballero/ Barican/2023 189 2 Copy Forensic Photography For Criminology Students And Practitioners With Laboratory Manual 3rd Edition/2022/villarba 190 2 Copy Forensic Photography 5th Ed./m.e. Bulan/m.e. Magadia/2023 191 2 Copy Fingerprint Uniqueness Abd Persistency Of Friction Ridge Skin Vol. 1/rocamora/ 2023 192 2 Copy Fingerprint Identification (do Fingerprints Lie?)/ Leyaley/2021 193 2 Copy Human Rights Education 2nd Ed. /l.c. Rondina/m. Seguido/2023 194 2 Copy Human Rights Education A Textbook Fro Criminal Justice Education Students And Law Enforcers/tantangco And Orlain, Jr./2022 195 2 Copy Police Professional Conduct And Ethical Standards With Police Community Relations/dascil & Santos/2022 196 2 Copy Technical English 1 & 2 (legal Forms) For Criminology Students/balares/2023 197 2 Copy Technical English ( Investigative Report Writing) For Criminology Students/zaspa & Manlangit/2022 198 2 Copy Therapeutic Community Modality 1/2023/foronda 199 1 Copy Compendium Of Laws On Taxation Revised Ed, Year 2023/dascil, R./2023 200 1 Copy Basic Approach To Income Taxation/ Dimaapao/2021 201 2 Copy Income & Business Taxation/ Basiran/2024 202 1 Copy Income Taxation Laws Principles And Applications 2023-2024 Edition. Banggawan/2023 203 1 Copy Introduction To Special Civil Action/tulalian, V.t./2021 204 2 Copy Introduction To Public Administration 2e/bihasa, Cr./2022 205 2 Copy Pricing Strategy Obe Approach/agustin-acierto, M/2022 206 2 Copy Administrative And Office Management 1e/ Magno, R./2024 207 2 Copy Basic Financial Management In The Philippine Setting Obe Approach/martin, M/2022 208 2 Copy Business Laws And Regulations /dela Cruz-cada/2021 209 2 Copy The Law On Obligations And Contracts/de Leon, H./2021 210 2 Copy Essentials Of Administrative Office Management/sergote/2022 211 2 Copy Executive Leadership Advisory & Development: A Comprehensive Guide For Graduate Program Students/2024 212 1 Copy Ethics In Public Service ( Hb)/ Aquino/2023 213 1 Copy Public Fiscal Policy And Administration (hb)/gupta, S./2023 214 1 Copy Destination Management & Marketing/arenas/2022 215 1 Copy Macro Perspective Of Tourism And Hospitality/yeung/2023 216 1 Copy Marketing For Tourism And Hospitality Obe Approach/camilar-serrano, A./2020 217 1 Copy Micro Perspective Of Tourism And Hospitality/bajao Et.al/2022 218 1 Copy Kitchen Essentials & Basic Food Preparation/remaneses, Et.al/2023 219 1 Copy Kitchen Essenttials And Basic Food Preparation 2e/velasquez/2024 220 1 Copy Cost Control In Hospitality Industry/fababaer,et.al/2020 221 1 Copy Strategic Management In Tourism And Hospitality Industry W/ Total Quality Mgt./vizconde Et. Al/2021 222 1 Copy Supply Chain Management In Hospitality Industry 2e/de Castro, K/2024 223 1 Copy Ergonomics And Facilities Planning For The Hospitality Industry 2e/ Mendoza/2024 224 1 Copy International Business & Trade /lopez-mariano, N/2023 225 1 Copy International Business & Trade Obe Approach/martin, M./2021 226 1 Copy Synergizing E-commerce, Social Media, And Dropshipping: Navigating The Path To Success & Customer Satisfaction Obe Approach/garcia,et.al/2023 227 1 Copy Total Quality Management Obe Approach 2e/camilar-serrano, A./2023 228 1 Copy Banking And Financial Institutions/ Bairan/2024 229 1 Copy Personal Finance 2022 Edition/cabrera/2022 230 1 Copy Financial Management 1e/yu/2024 231 1 Copy Foundations Of Special And Inclusive Education/aligada-halal,et.al/2020 232 1 Copy Transformissional Values Education/2020 233 1 Copy Rural Development (administration And Planning)/ 9789350147801/ Gautam/2024 234 1 Copy Encyclopedia Of Science And Technology/chandra/ 2023/ 9781774693872 235 1 Copy Public Administration: Partnerships In Public Service/edwards/2024/9781639878246 236 1 Copy Microeconomics/mcconnell/23rd/9781266107887 237 1 Copy Education, Social Reform And Philosophical Development: Evidence From The Past, Principles For The Future/pring/2022 238 1 Copy Government Budgeting/kumar/2022/9789394137134 239 1 Copy Entrepreneurship And Innovation/kaur/9789392407918 240 1 Copy Attitude Of Moral Values/balakrishnan/2022 241 1 Copy Fieldwork Training In Social Work/parkash/2022 Busuanga Library 242 2 Copy Risk Management W/ Haccp As Applied To Safety, Security And Sanitation 2nd Edition/mylene Yeung/2025 243 2 Copy Macro Perspective Of Tourism And Hospitality 2nd Edition/mylene Yeung/2025 244 2 Copy Micro Perspective Of Tourism And Hospitality 2nd Edition/mylene Yeung/2025 245 2 Copy Philippine Culture And Tourism Geography 3rd Edition/mylene Yeung/2025 246 2 Copy Quality Service Management In Tourism And Hospitality 3rd Edition/chester Arenas/2024 247 2 Copy Tourism And Hospitality Marketing 2nd Edition/chester Arenas/2025 248 2 Copy Professional Development And Applied Ethics /chester Arenas/2022 249 2 Copy Legal Aspect In Tourism And Hospitality 2nd Edition/melinda Bascos/2024 250 2 Copy Entrepreneurship In Tourism And Hospitality /chester Arenas/2022 251 2 Copy Multicultural Diversity In Workplace 2nd Edition/mylene Yeung/2025 252 2 Copy Introduction To Meetings, Incentives Conferences And Events Management/chester Arenas/2025 253 2 Copy Applied Business Tools And Technologies 3rd Ed/james Saycip/2025 254 2 Copy Supply Chain Management In Hospitality Industry 2nd Ed/ Kyla De Castro/2024 255 2 Copy Medical And Wellness Tourism/porbile/2024 256 2 Copy Fundamentals Of Culinary Arts/santillan/2024 257 2 Copy Bread And Pastry/portman/2025 258 2 Copy Cookery Ncii/villasis/2025 259 2 Copy Human Resource Management In Hospitality And Tourism Industry/escobar/2024 260 2 Copy Trends And Issues In The Hospitality Industry/2026 261 2 Copy Ergonomics And Facilities Planning For The Hospitality Industry 2nd Ed/lolita Mendoza/2024 262 2 Copy Global Culture And Tourism Geography 3rd Edition/marie Angeles/2025 263 2 Copy Tour And Travel Management 3rd Edition/sarah-po/2025 264 2 Copy Transportation Management 2nd Edition/james Saycip/2025 265 2 Copy Fundamentals In Food Service Operations/bryan D. Baliste/2023 266 2 Copy Fundamentals In Lodging Operations 3rd Edition/arenas/baliste/2025 267 2 Copy Sustainable Tourism 3rd Edition/marie Angeles/2025 268 2 Copy Tourism Policy Planning And Development/ Dino Et. Al/2022 269 2 Copy Research In Tourism And Hospitality 2nd Edition/lolita Mendoza/2025 270 2 Copy Foreign Language (french And Japanese)/karol Aquino/2025 271 2 Copy Strategic Management W/ Tqm In Tourism And Hospitality Industry/vizconde Et. Al/2023 272 2 Copy Operations Management For Tourism And Hospitality Industry 2nd Ed/vizconde Et. Al/2025 273 2 Copy Heritage Tourism/vizconde Et. Al/2023 274 2 Copy Tour Guiding/vizconde Et. Al/2022 275 2 Copy Cruise Tourism/vizconde Et. Al/2021 276 2 Copy Food And Beverage Labor Cost Control 2nd Edition/lyndsey Velasquez/2024 277 2 Copy Bread And Pastry/karol Aquino/2022 278 2 Copy Meat And Poultry Fabrication 2nd Ed/lolita Mendoza/2024 279 2 Copy Food Processing 2nd Edition/jamille Jaravata/2024 280 2 Copy Tourism Information Management/lyndsey Velasquez/2021 281 2 Copy Culinary Nutrition/ Lolita Mendoza/2023 282 2 Copy Asian Cuisine/jam Melchor/2022 283 2 Copy Philippine Regional Cuisine/jam Melchor/2024 284 2 Copy Gastronomic Tourism/vizconde Et. Al/2021 285 2 Copy Food And Beverage Services/vizconde Et. Al/2025 286 2 Copy Housekeeping Operations 2nd Edition/vizconde Et. Al/2024 287 2 Copy Bar And Beverage Management/vizconde Et. Al/2024 288 2 Copy Room Division Cost Control/arenas/2022 289 2 Copy Menu Design And Revenue Management 2nd Edition/chester Arenas/2024 290 2 Copy Destination Management And Marketing 2nd Edition/chester Arenas/2025 291 2 Copy Quantity Food Production: A Guide For Commercial Cooking Nc Iii/entrata Et. Al/2022 292 2 Copy Banquet And Catering Management/vizconde Et. Al/2025 293 2 Copy Front Desk Operations/vizconde Et. Al/2022 294 2 Copy Tourism Product Development/vizconde/2025 295 2 Copy Recreation And Leisure Management/etrata Et. Al/2022 296 2 Copy International Cuisine/victoriano Et.al/2022 297 2 Copy Food Styling And Design/etrata Et. Al/2025 298 2 Copy Cookery/etrata Et. Al/2022 299 2 Copy Travel Writing And Photography/vizconde Et. Al/2024 300 2 Copy Crowd And Crisis Management/vizconde Et. Al/2022 301 2 Copy Environmental Conservation In Tourism/vizconde Et. Al/2022 302 2 Copy Trends And Issues In Hospitality Industry/etrata Et. Al /2022 303 2 Copy Quick Food Service Operations/etrata/2022 304 2 Copy Culinary Mathematics/santiago/2023 305 2 Copy Data Analytics In Hospitality/jaravata/2024 306 2 Copy Fundamentals Of Food Science And Technology/valle/2024 307 2 Copy Butchery And Fish Mongerie/valle/2024 308 2 Copy Garde Manger/bonfor/2024 309 2 Copy Classical French Cuisine/caridad/2024 310 2 Copy Specialty Cuisine/rabor/2024 311 2 Copy Halal Cookery/marinez/2024 312 2 Copy Gastronomy (food And Culture)/alba/2024 313 2 Copy Oenology (making Of Wine And Spirits)/antomio/2024 314 2 Copy Revenue Management/isla/2024 315 2 Copy Franchising /stevens/2024 316 2 Copy Commissary Food Service/donray/2024 317 2 Copy Accommodation Operations And Management/medalye/2024 318 2 Copy Hospitality And Tourism Facilities Management And Design/gutang/2024 319 2 Copy Agritourism/medalye/2024 320 2 Copy Tourism Property Management And Development/victoria/2024 321 2 Copy Tourism Estate And Integrated Resort Industry/manzano/2024 322 1 Copy Events Management, 2nd Ed./dela Cruz/2024 323 1 Copy Essentials Of Risk Management/banaag/2024 324 1 Copy Facilities Planning & Management, 2nd Ed./serrano/2024 325 1 Copy Front Office System And Procedures, Rev. Ed./lago,lim/2024 326 1 Copy Introduction To Research/sergote/2024 327 1 Copy Learning Research The Easy Way Rev.ed/uriarte/2024 328 1 Copy Mastering Modern Supply Chain For Tourism And Hospitality Industry/maranan,et Al./2024 329 1 Copy Principles Of Total Quality Management/pasahol Et Al./2024 330 1 Copy Productivity And Quality Management 2nd Ed./serrano/2024 331 1 Copy Spanish For Beginners, 2nd Ed./perez,ramonito/2024 332 1 Copy Strategic Management/austria, Etc/2024 333 1 Copy Strategic Management In Tourism And Hospitality Industry/buenaventura,gutierrez/2024 334 1 Copy Strategic Operations Management 2nd Ed./serrano/2024 335 1 Copy Sustanable Tourism: A Comprehensive Guide To Promoting Responsible Travel/maranan, Etc/2024 336 1 Copy The Evolving Landscape Of Strategic Management And Leadership/perida, Arcadio/2024 337 1 Copy Bar And Beverage Management-a Book Of Drinks 2nd Ed./bajao/osorno/2023 338 1 Copy Boarding House/jaileen F. Jimeno/2023 339 1 Copy Ergonomics And Facilities Planning For The Hospitality Industry /buenaventura/2023 340 1 Copy Fundamentals In Lodging Operations/sarah Monson-po/2023 341 1 Copy Fundamentals Of Lodging Operations With Housekeeping Laboratory Manual/bajao/osorno/2023 342 1 Copy Kitchen Essentials And Basic Food Preparation/remaneses, Et Al./2023 343 1 Copy Operations Management In Tourism And Hospitality/buenaventura, Et Al./2023 344 1 Copy Practicum Manual For Tourism And Hospitality Management/taoing,cabugon/2023 345 1 Copy Professional Development And Applied Ethics/cabulay/2023 346 1 Copy Quality Service Management In Tourism And Hospitality/buslon/osorno/2023 347 1 Copy Professional Conduct & Ethical Standards/lud-ayen/moyao/2023 348 1 Copy Quantity Cookery And Catering Management ( A Guide To Students,leading To Commercial Cooking Nc Iii)/prades/2023 349 1 Copy Risk Management As Applied To Safety Security And Sanitation 2nd Ed/somoray/2023 350 1 Copy Sustainable Tourism/bajao/osorno/2023 351 1 Copy Sustainable Tourism/santos/2023 352 1 Copy Applied Business Tools And Technologies In Hotel And Restaurant Management (hrm)/gonzalo, Etc/2023 353 1 Copy Foreign Language I (basic French For Hospitality Management And Tourism I)/ Tomas/2022 354 1 Copy Foreign Language Ii (basic French For Hospitality Management And Tourism I)/tomas/2022 355 1 Copy Tourism Policy Planning And Development/cruz/2022 356 1 Copy Fundamentals In Food Service Operations/yao/2022 357 1 Copy Supply Chain Management In Hospitality Industry/baluyot/2022 358 1 Copy Assessment Of Learning 1/manas/2024 359 1 Copy Charater Formation 1-patrotism And Nationalism/adra/2024 360 1 Copy Character Formation 2-leadership Making , Management And Administration /adra/2024 361 1 Copy Character Formation 1- Patriotism And Nationalism 3rd Ed./rondina/2024 362 1 Copy Character Formation 2-leadership Making , Management And Administration 3rd Ed./literal/2024 363 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol/2024 364 1 Copy Entrepreneurial Management/ybanez/2024 365 1 Copy Facilitating Student-centered Teaching & Learning/larioque,et Al./2024 366 1 Copy First Aid, Rescue And Water Safety: A Self-regulated Learning Module /dogui-is/2024 367 1 Copy Gender And Society/bacolod, Et, Al./2024 368 1 Copy Inclusive Education In Early Childhood Settings/boholona, Et Al./2024 369 1 Copy Introduction To Criminology /caballero/barican/2024 370 1 Copy Introduction To Criminology/cabrillas, Et Al/2024 371 1 Copy Introduction To Research/sergote/2024 372 1 Copy Learning Research The Easy Way Rev.ed/uriarte/2024 373 1 Copy Moral Philosophy And Ethics/bacuyag/2024 374 1 Copy (path-fit 2) Physical Activity Towards Health And Fitness Rhytmic Dance And Social Activities/punzalan,habana/2024 375 1 Copy Promoting Community Change Through Civic Welfare Training Service 2/corpuz/2021 376 1 Copy Special Education Book 1/reyes,pascual/2024 377 1 Copy The Contemporary World/mananay/2024 378 1 Copy The Teacher And The School Curriculum/gallardo/mañas/2024 379 1 Copy Theories Of Crime Causation/salamanca, Et Al/2024 380 1 Copy Therapeutic Modalities 3rd Ed./balares Et Al./2024 381 1 Copy The Teaching Profession In The 21st Century/sarandi, Babao/2024 382 1 Copy The Teaching Profession/fernando,et Al/2024 383 1 Copy Understanding Society And Culture/riodique Iii/2024 384 1 Copy Upscaling Oral Communicationskills In The 21st Century Global Space/gutierrez, Et Al/2024 385 1 Copy Microeconomics Theories And Applications/marcelo/2023 386 1 Copy "technology For Teaching And Learning 1/ronato S. Ballado Marlo D. Alvarez, Alejandro L. Giray Jr./ 2023" 387 1 Copy Code Of Ethics Of Professional Teachers/estrada/2023 388 1 Copy A Course Module For Science In Early Childhood Education/joel Bernal Faustino , Eden Joy Pastor Alata, Antonnette Pawilen/2024 389 1 Copy A Course Module For Science In Early Childhood Education 1e/faustino/2024 390 2 Copy Fundamentals Of Criminal Investigation And Intelligence/tad-awan/2024 391 1 Copy Handbook In Juvenile Deliquency And Violence Againts Women And Their Children/barican/2024 392 1 Copy Human Behavior And Victimology /depayso/2024 393 2 Copy Human Development-understanding Criminal Behavior And Victimology/togana/2024 394 1 Copy Intelligent Leadership Resilience/perida/2024 395 1 Copy Introduction To Cybercrime & Basic Digital Investigative Analysis 3rd Ed/detrane/2024 396 1 Copy Introduction To Industrial Security Concepts /depayso//2024 397 1 Copy Introduction To Industrial Security Concepts 4th Ed/bobier/2024 398 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 399 1 Copy Juvenile Delinquency And Juvenile Justice System 2nd Ed./detran/2024 400 1 Copy Law Enforcement Operationss And Planning With Crime Mapping/tancangco/2024 401 1 Copy Learn And Enjoy Intermediate Statisitcs The Easy Way-advanced Volume 2 Rev. Ed/uriarte/2024 402 1 Copy Learn And Enjoy Statisitcs The Easy Way-basic Volume 1 Rev. Ed/uriarte/2024 403 1 Copy Microeconomics Numerical And Computational Approach/paurom/2024 404 1 Copy Non- Institutional Corrections 3rd Ed/chavez/2024 El Nido Library 405 1 Copy Introduction To Criminology/caballero/barican/2024 406 1 Copy Introduction To Criminology / Cabrillas, Et. Al/2024 407 1 Copy Facilities Planning & Management, 2nd Ed./serrano/2024 408 1 Copy Events Management, 2nd Ed./dela Cruz/2024 409 1 Copy Concepts And Approaches In Inventory Management And Control/banaag, Et.al/2024 410 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol, Et.al/2024 411 1 Copy Essentials Of Risk Management/banaag/2024 412 1 Copy Front Office System And Procedures, Rev. Ed./lago, Lim/2024 413 1 Copy Handbook In Juvenile Deliquency And Violence Againts Women And Their Children/boholona, Et. Al/2024 414 1 Copy Moral Philosophy And Ethics/bacuyag/2024 415 1 Copy Multicultural Diversity In The Tourism Hospitality Workplace: A Comprehensive Guide For Professionals/maranan, Et.al/2024 416 1 Copy (path-fit 2) Physical Activity Towards Health And Fitness Rhytmic Dance And Social Activities/punzalan, Habana/2024 417 1 Copy Promoting Community Change Through Civic Welfare Training Service 2/briones, Et.al/2024 418 1 Copy Strategic Management In Tourism And Hospitality Industry/buenaventura,gutierrez/2024 419 1 Copy Sustanable Tourism: A Comprehensive Guide To Promoting Responsible Travel/maranan, Et.al/2024 420 1 Copy The Teaching Profession In The 21st Century/sarandi, Babao/2024 421 1 Copy Teaching And Assessment Of Grammar/manas/2024 422 1 Copy Understanding Society And Culture/riodique Iii/2024 423 1 Copy Vice And Drug Education And Control /tad-awan,et Al./2024 424 1 Copy Juvenile Delinquency And Juvenile Justice System 2nd Ed./detran/2024 425 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 426 1 Copy Human Development-understanding Criminal Behavior And Victimology/togana/2024 Canique Library 427 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol, Et.al/2024 428 1 Copy An Eye For Art Appreciation: Perception And Expression,2nd Ed./sonsona, Et.al/2024 429 1 Copy Gender And Society/bacolod, Et.al/2024 430 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 431 1 Copy The Life And Works Of Rizal/sanchez, Et.al/2024 432 1 Copy The Contemporary World//mananay, Et.al/2024 433 1 Copy Understanding Society And Culture/riodique Iii/2024 434 1 Copy Upscaling Oral Communicationskills In The 21st Century Global Space/gutierrez, Et Al/2024 435 1 Copy Organic Farming/loreto/2021 436 1 Copy Organic Fungicides/loreto/2021 437 1 Copy Organic Gardening/loreto/2021 438 1 Copy Mathematics In Modern World/reynoso, C./2024 439 1 Copy Nstp 1 Guide In Civic Welfare Training Service/lonez/2023 440 1 Copy Physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program/punzalan,et Al/2023 441 1 Copy Physical Activities Towards Health And Fitness( Pathfit 2) Combative Sports & Outdoor Recreational Activities/bulatao, Et Al/2023 442 1 Copy Biological Chemistry Obe-based/chua,et.al/2023 Culion Library 443 1 Copy Understanding Society And Culture/riodique Iii/2024 444 2 Copy Upscaling Oral Communicationskills In The 21st Century Global Space/gutierrez, Et Al/2024 445 1 Copy Organic Farming/loreto/2021 446 1 Copy Organic Fungicides/loreto/2021 447 1 Copy Organic Gardening/loreto/2021 448 1 Copy Mathematics In Modern World/reynoso, C./2024 449 1 Copy Nstp 1 Guide In Civic Welfare Training Service/lonez/2023 450 1 Copy Physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program/punzalan,et Al/2023 451 1 Copy Physical Activities Towards Health And Fitness( Pathfit 2) Combative Sports & Outdoor Recreational Activities/bulatao, Et Al/2023 452 1 Copy Biological Chemistry Obe-based/chua,et.al/2023 453 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol, Et.al/2024 454 1 Copy An Eye For Art Appreciation: Perception And Expression,2nd Ed./sonsona, Et.al/2024 455 1 Copy Gender And Society/bacolod, Et.al/2024 456 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 457 1 Copy The Life And Works Of Rizal/sanchez, Et.al/2024 458 1 Copy The Contemporary World//mananay, Et.al/2024 Rio Tuba Library 459 1 Copy Mathematics In Modern World/reynoso, C./2024 460 1 Copy Art Appreciation 2e/sanchez,et.al/2023 461 1 Copy Art Appreciation For College Students/leano/2018 462 1 Copy Ethics/mondares,r/2024 463 1 Copy Understading The Self/vazquez, I./2024 464 1 Copy Environmental Science For All/cobar, L./2022 465 1 Copy Environmental Science/calimlim/2021 466 1 Copy Nstp 1 Guide In Civic Welfare Training Service/lonez/2023 467 1 Copy Physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program/punzalan,et Al/2023 468 1 Copy Physical Activities Towards Health And Fitness( Pathfit 2) Combative Sports & Outdoor Recreational Activities/bulatao, Et Al/2023 469 2 Copy Physical Activities Towards Health And Fitness Pathfit 2( Exercise-based Fitness Activities/ballecer,et Al/2023 470 2 Copy Physical Activity Towards Health And Fitness 3 (path-fit 3 )menu Of Dance/punzalan, Et Al./2023 471 2 Copy Physical Activity Towards Health And Fitness ( Path-fit 4 Sports)individual/dual And Team Sports/bulatao, Et Al/2023
Closing Date7 Feb 2025
Tender AmountPHP 430 K (USD 7.3 K)
Municipality Of Carmen , Surigao Del Sur Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Philippine Bidding Documents Completion Of Concrete Perimeter Fence At Evacuation Center Barangay Poblacion Municipality Of Carmen Province Of Surigao Del Sur Table Of Contents Part I Section I. Invitation To Bid 3 Section Ii. Eligibility Documents 5 Section Iii. Eligibility Data Sheet 15 Part Ii Section I. Instructions To Bidders 17 Section Ii. Bid Data Sheet 37 Section Iii. General Conditions Of Contract 40 Section Iv. Special Conditions Of Contract 72 Section V. Specifications 75 Section Vi. Drawings 76 Section Vii. Bill Of Quantities 77 Section Viii. Forms And Qualification Information 79 Part I. Section I. Invitation To Apply For Eligibility And To Bid Republic Of The Philippines Province Of Surigao Del Sur Municipality Of Carmen Invitation For Bids Completion Of Concrete Perimeter Fence At Evacuation Center Poblacion, Carmen, Surigao Del Sur 1. The Municipal Government Of Carmen, Surigao Del Sur Allocated Funds Under 20% Ldf 2025 Intends To Apply The Sum Of P 4,000,000.00 Being The Approved Budget For Contract (abc) To Payment Under The Contract For The Completion Of Concrete Perimeter Fence At Evacuation Center At Brgy. Poblacion, Carmen, Surigao Del Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During The Bid Opening. 2. The Municipal Government Of Carmen, Surigao Del Sur Now Invites Sealed Bids From Eligible Bidders For The Completion Of Concrete Perimeter Fence At Evacuation Center. Completion Of The Works Required By 105 Calendar Days. 3. Eligibility Screening And Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “ Government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Of Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m., Mondays Thru Fridays, Except Holidays. 5. A Complete Set Of Bidding Documents In English May Be Purchased By Eligible Bidders On January 30, 2025 To February 18, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee Of Five Thousand Pesos (p 5,000.00). The Bidding Documents Shall Be Received Personally By The Eligible Bidder Or His Authorized Representative During Office Hours. 6. The Municipal Government Of Carmen, Surigao Del Sur Will Hold A Pre-bid Conference Open To All Eligible Bidders On February 6, 2025 At 10:00 A.m. At The Bac Office, Municipal Building, Carmen, Surigao Del Sur. 7. Bids Together With The Eligibility Documents Must Be Delivered To The Address Below On Or Before February 19, 2025 At 10:00 A.m. And In 3 Copies Each And In Two Separate Envelopes. And Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Prescribed Amount. Late Bids Shall Not Be Accepted. 8. Bid Opening Shall Be On February 19, 2025 At 10:00 A.m. At The Bac Office, Municipal Building, Carmen, Surigao Del Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 9. To Be Considered Eligible And Qualified, A Bidder Must Have Successful Experience As Prime Contractor In The Construction Of At Least One (1) Work Of A Nature And Complexity Equivalent To The Works In The Last Five (5) Years ( To Comply With This Requirement, Single Works Cited Should Be At Least Eighty Percent (80%) Of Value Of Estimated Contract Cost Of Works Under Bid), Such Being Verifiable From Completion Certificates; Have An Annual Turnover From All Works Average Over The Last Three (3) Years Equal To One Hundred Percent (100%) Of The Estimated Value Of The Contract To Be Bid. 10. The Municipal Government Of Carmen, Surigao Del Sur Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Office Of The Bids & Awards Committee For. Alain P. Cabanilla Carmen Municipal Hall Poblacion, Carmen, Surigao Del Sur Cellphone Number: 09304926186 Bac Chairperson (sgd) For. Alain P. Cabanilla Chairman, Bids And Awards Committee Carmen, Surigao Del Sur Part I. Section Ii. Eligibility Documents 1. Eligibility Criteria 1.1 A Bidder, And All Parties Constituting The Bidder, Shall Be Considered Eligible If It Has Satisfied The Requirement Provided In The Eligibility Data Sheet (eds) As Defined By The Funding Source Indicated In The Invitation To Apply For Eligibility And To Bid (iaeb). 1.2 A Bidder Shall Be Deemed To Have The Nationality Of A Country If The Bidder Is A Citizen Or Is Constituted, Or Incorporated, And Operates In Conformity With The Provisions Of The Laws Of That Country. This Criterion Shall Also Apply To The Determination Of The Nationality Of Proposed Subcontractors Or Suppliers For Any Part Of The Contract, Including All Related Services. 1.3 Bids Submitted By A Joint Venture (jv) Of Two Or More Entities As Partners, Shall Comply With The Following Requirements: (a) The Bid, And In Case Of A Successful Bid, The Contract Agreement, Shall Be Signed So As To Be Legally Binding On All Partners; (b) One Of The Parties To The Jv Shall Be Authorized To Be The Lead Partner; And This Authorization Shall Be Evidenced By Submitting A Special Power Of Attorney Signed By Legally Authorized Signatories Of All The Partners; (c) The Lead Partner Shall Be Authorized To Incur Liabilities, Receive Payments And Receive Instructions For And On Behalf Of All Partners To The Jv; (d) All Partners Of The Jv Shall Be Jointly And Severally Liable For The Execution Of The Contract In Accordance With The Contract Terms, And A Relevant Statement To This Effect Shall Be Included In The Authorization Mentioned In Item (b) Above As Well As In The Bid Form And The Contract Agreement (in Case Of A Successful Bid); And (e) A Copy Of The Notarized Joint Venture Agreement (jva) To Be Entered Into By The Jv Partners Shall Be Submitted With The Bid. 1.4 Subject To The Provisions In The Eds, A Bidder (including All Members Of A Jv And Subcontractors) Shall Not Be Presently Associated, Or Shall Not Have Been Associated In The Past, Directly Or Indirectly, With The Consultant Or Any Other Entity That Has Prepared The Design, Specifications, And Other Documents For The Project; Neither To Those Being Proposed As The Representative Of The Procuring Entity For The Contract. 1.5 A Bidder Shall Not Have A Conflict Of Interest. All Bidders Found To Have A Conflict Of Interest Shall Be Disqualified. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) Below And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (g) Below: (a) Have Common Controlling Shareholders; (b) Receive Or Have Received Any Direct Or Indirect Subsidy From Any Of The Bidders; (c) Have The Same Legal Representative For Purposes Of This Bid; (d) Have A Relationship With Each Other, Directly Or Through Common Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder, Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process; (e) Submit More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors (if Indicated In The Eds) In More Than One Bid, Or As Bidders And Subcontractors Simultaneously; (f) Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid; Or (g) A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 1.6 Bidders Shall Not Be Under A Declaration Of Ineligibility For Corrupt, Fraudulent, Or Coercive Practices. For Purposes Of This Clause, Corrupt, Fraudulent, And Coercive Practices Are Defined As Follows: (a) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Procuring Entity, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby; And Similar Acts As Provided In Republic Act 3019; (b) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition; (c) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels; And (d) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract. 1.7 All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity By Consanguinity Or Affinity Up To The Third Civil Degree Or Any Of The Procuring Entity’s Officers Or Employees Having Direct Access To Information That May Substantially Affect The Result Of The Bidding, Such As, But Not Limited To, The Members Of The Bids And Awards Committee (bac), The Members Of The Technical Working Group (twg), The Bac Secretariat, The Members Of The Project Management Office (pmo), And The Designers Of The Project. This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And (d) If The Bidder Is A Jv, The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate. Relationship Of The Nature Described Above Or Failure To Comply With The Provisions Of This Clause Will Result In The Rejection Of A Bidder’s Bid. 1.8 Unless Otherwise Indicated In The Eds, Government-owned And/or –controlled Corporations Shall Be Eligible Only If, In Addition To Conformance With All Of The Above Requirements, They Are Also: (a) Commercially-oriented Legal Entities Distinct From The Procuring Entity, And Not A National Government Department; (b) Financially Autonomous, As Demonstrated By Requirements In Their Statutes Or By-laws To Provide Separate Audited Accounts And Return On Capital, Powers To Raise Loans And Obtain Revenues Through The Sale Of Goods Or Services; (c) Managerially Autonomous; And (d) Possess Additional Eligibility Requirements Indicated In The Eds. 2. Eligibility Requirements 2.1 Unless Otherwise Indicated In The Eds, The Eligibility Requirements Listed In The Following Clause Shall Be Submitted To The Bac In Advance Of The Pre-bid Conference In A Sealed Eligibility Envelope Duly Marked As Such. These Eligibility Envelopes Of Prospective Bidders Shall Be Submitted On Or Before The Date Of The Eligibility Check Specified In The Invitation To Apply For Eligibility And To Bid For Purposes Of Determining Eligibility Of Prospective Bidders. 2.2 Prospective Bidders Shall Submit The Following Eligibility Requirements, Unless Otherwise Stated In The Eds: (a) Class "a" Documents – Legal Documents (a.1) Department Of Trade And Industry (dti) Business Name Registration Or Securities And Exchange Commission (sec) Registration Certificate, Whichever May Be Appropriate Under Existing Laws Of The Philippines; (a.2) Valid And Current Mayor’s Permit/municipal License; (a.3) Taxpayer’s Identification Number; (a.4) Statement Of The Prospective Bidder That It Is Not “blacklisted” Or Barred From Bidding By The Government Or Any Of Its Agencies, Offices, Corporations Or Lgus, Including Non-inclusion In The Consolidated Blacklisting Report Issued By The Gop; Technical Documents (a.5) Statement Of The Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Relevant Period Pursuant To Clause 2.6, Where Applicable, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall State For Each Contract Whether It Is Ongoing, Completed Or Awarded But Not Yet Started; And Identify Whether Such Contracts Are Similar Or Not Similar In Nature And Complexity To The Project. The Statement Shall Include, For Each Contract, The Following: (i) The Name Of The Contract; (ii) Date Of Award Of The Contract; (iii) Contract Duration; (iv) Owner’s Name And Address; (v) Nature Of Work; (vi) Contractor’s Role (whether Sole Contractor, Sub-contractor, Or Partner In A Jv); (vii) Total Contract Value At Award; (viii) Date Of Completion Or Estimated Completion Time; (ix) Total Contract Value At Completion, If Applicable; (x) Percentages Of Planned And Actual Accomplishments, If Applicable; (xi) Value Of Outstanding Works, If Applicable; (xii) The Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (xiii) 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. (a.6) A Valid Philippine Contractors Accreditation Board (pcab) License And Registration For The Type And Cost Of The Contract To Be Bid; (a.7) Other Appropriate Licenses Stated In The Eds; (a.8) The Bidder’s Statement Of: Availability Of The Prospective Bidder’s Key Personnel, Such As Project Engineers, Materials Engineers And Foremen, That May Be Used For Construction Contracts; (a.9) The Bidder’s Statement Of: Availability Of Equipment That He Owns, Has Under Lease, And/or Has Under Purchase Agreements, That May Be Used For Construction Contracts, Provided That Ownership Of Equipment Is Not A Requisite For Eligibility; Financial Documents (a.10) The Prospective Bidder’s Audited Financial Statements, Stamped “received” By The Bureau Of Internal Revenue (bir) Or Its Duly Accredited And Authorized Institutions, For The Immediately Preceding Calendar Year, Showing, Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities; (a.11) Prospective Bidder’s Computation Of Its Net Financial Contracting Capacity (nfcc) As Described In The Eds, Or At The Bidder’s Option A Commitment From A Licensed Bank To Extend A Credit Line, In The Event Of An Award In The Bidder’s Favor, Or At The Bidder’s Option A Cash Deposit Certificate, Of Not Less Than The Amount Shown In The Eds; (b) Class "b" Documents – (b.1) A Valid Jva; (b.2) A Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify All Of The Documents Submitted; And (b.3) Any Other Document Described In The Eds. 2.3 A Bidder Portions Of The Works, Subject To The Maximum Allowable Limit For Subcontracting Of Works As Specified In Eds Clause 1.5(e). Subcontracting Of Any Portion Of The Works Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From Its Performance. The Bidder Shall Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Bidder’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 2.4 Subcontractors Must Comply With The Provisions Of Clause 1 Herein. For This Purpose, The Bidder Shall Include In Technical Proposal Of Its Bid All The Documents Required Under Clause 2.2 Herein. If The Procuring Entity Determines During Post-qualification That A Subcontractor Is Ineligible, The Subcontracting Of Such Portion Of The Works Assigned To The Ineligible Subcontractor Shall Be Disallowed. 2.5 If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Clauses 2.2(a.1) To 2.2(a.11). 2.6 In Case Of A Prospective Foreign Bidder, If Allowed, The Eligibility Requirements Described In Clause 2.1 Herein May Be Substituted With The Appropriate Equivalent Documents Issued By The Prospective Bidder’s Home Country; Such Documents Must Be Duly Acknowledged Or Authenticated By The Appropriate Philippine Consulate Therein. 2.7 To Be Considered Eligible And Qualified For Contract Award, A Bidder Must Meet The Minimum Qualifying Criteria Stated In The Eds. The Use Of Specialist Subcontractors Shall Also Be Stated In The Eds. 2.8 The Bidder’s Authorized Signatory Must Certify All Copy Documents As True And Correct Copies Of The Original Document(s). Bidders Must Follow The Format And Sequence Set Out Above. Should A Bidder Fail To Do So The Procuring Entity Will Accept No Liability For The Rejection Of A Bidder’s Bid In Accordance With The Corresponding Clause In The Instructions To Bidders. 2.9 Eligible Bidders Shall Be Notified Of Such Eligibility Through A Notice Of Eligibility Issued By The Bac Of The Procuring Entity Immediately After The Opening Of Eligibility Documents Pursuant To Section 23.3 Of The Irr-a Of R.a. 9184. Only Bids From Eligible Bidders Shall Be Opened And Considered For Award Of Contract. These Eligible Bidders, Whether Single Entities Or Jvs, Should Confirm In Their Bids That The Originally-submitted Information Remains Correct As Of The Date Of Bid Submission. 3. Format And Signing Of Eligibility Documents 3.1 Prospective Bidders Shall Prepare An Original Of The Eligibility Documents As Described In Clause 2, And Clearly Mark Each “original – Eligibility Documents”. In Addition, Each Prospective Bidder Shall Submit Copies Of The Eligibility Documents, And Clearly Mark Them “copy No. ___ - Eligibility Documents”. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 3.2 The Original And The Number Of Copies Of The Bid As Indicated In The Eds Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Prospective Bidder Or A Person Or Persons Duly Authorized To Bind The Prospective Bidder To The Contract. All Pages Of The Eligibility Documents Shall Be Initialed By The Person Or Persons Signing The Eligibility Documents. 3.3 Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Person Signing The Eligibility Documents. 4. Sealing And Marking Of Eligibility Documents 4.1 Prospective Bidders Shall Enclose The Original Documents Described In Clause 2 Sealed In An Envelope Marked “original - Eligibility Documents”. Each Copy Of The Eligibility Documents Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Eligibility Documents”. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 4.2 All Envelopes Shall: (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Prospective Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac; (d) Bear The Specific Identification Of This Project Indicated In The Iaeb; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Eligibility Documents Indicated In The Iaeb, In Accordance With Clause 5. 4.3 The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Eligibility Documents Not Sealed And Marked As Required. 5. Deadline For Submission Of Eligibility Documents 5.1 Eligibility Documents Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Iaeb And The Eds. 6. Late Submission Of Eligibility Documents 6.1 Any Eligibility Documents Submitted After The Deadline For Submission And Receipt Of Eligibility Documents Prescribed By The Procuring Entity, Pursuant To Clause 5, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity. 7. Modification And Withdrawal Of Eligibility Documents 7.1 The Prospective Bidder May Modify Its Eligibility Documents After It Has Been Submitted, Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Eligibility Documents. The Prospective Bidder Shall Not Be Allowed To Retrieve Its Original Eligibility Documents, But Shall Be Allowed To Submit Another Set Equally Sealed, Properly Identified, Linked To Its Original Eligibility Documents Marked As “modification” And Stamped “received” By The Bac. Eligibility Documents Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Prospective Bidder Unopened. 7.2 A Prospective Bidder May, Through A Letter Of Withdrawal, Withdraw Its Eligibility Documents After It Has Been Submitted, For Valid And Justifiable Reason, Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Eligibility Documents. Eligibility Documents Requested To Be Withdrawn Shall Be Returned Unopened To The Prospective Bidders. A Prospective Bidder That Withdraws Its Eligibility Documents Shall Not Be Permitted To Submit Another Set Of Eligibility Documents, Directly Or Indirectly, For The Same Contract. 8. Opening And Preliminary Examination Of Eligibility Documents 8.1 The Procuring Entity’s Bac Will Open The Envelopes Containing The Eligibility Documents In The Presence Of The Prospective Bidders’ Representatives Who Choose To Attend, At The Time, On The Date, And At The Place Specified In The Iaeb. The Prospective Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. 8.2 Letters Of Withdrawal Shall Be Read Out And Recorded During The Opening Of Eligibility Documents And The Envelope Containing The Corresponding Withdrawn Eligibility Documents Shall Be Returned To The Withdrawing Prospective Bidder Unopened. If The Withdrawing Prospective Bidder’s Representative Is Present During The Opening, The Original Eligibility Documents And All Copies Thereof Shall Be Returned To The Representative During The Opening Of Eligibility Documents. If No Representative Is Present, The Eligibility Documents Shall Be Returned Unopened By Registered Mail. 8.3 A Prospective Bidder Determined As “ineligible” Has Seven (7) Calendar Days Upon Written Notice Or, If Present At The Time Of The Opening Of Eligibility Documents, Upon Verbal Notification, Within Which To File A Request Or Motion For Reconsideration With The Bac: Provided, However, That The Motion For Reconsideration Shall Not Be Granted If It Is Established That The Finding Of Failure Is Due To The Fault Of The Prospective Bidder Concerned: Provided, Further, That The Bac Shall Decide On The Request For Reconsideration Within Seven (7) Calendar Days From Receipt Thereof. If A Failed Prospective Bidder Signifies His Intent To File A Motion For Reconsideration, In The Case Of A Prospective Bidder Who Is Declared Ineligible, The Bac Shall Hold The Eligibility Documents Until Such Time That The Motion For Reconsideration Or Protest Has Been Resolved. 8.4 The Eligibility Documents Envelopes And Modifications, If Any, Shall Be Opened One At A Time, And The Following Read Out And Recorded: (a) The Name Of The Prospective Bidder; (b) Whether There Is A Modification Or Substitution; And (c) The Presence Or Absence Of Each Document Comprising The Eligibility Documents Vis-à-vis A Checklist Of The Required Documents. 8.5 The Eligibility Of Each Prospective Bidder Shall Be Determined By Examining Each Bidder’s Eligibility Requirements Or Statements Against A Checklist Of Requirements, Using Non-discretionary “pass/fail” Criteria, As Stated In The Iaeb, And Shall Be Determined As Either “eligible” Or “ineligible.” If A Prospective Bidder Submits The Specific Eligibility Document Required, He Shall Be Rated “passed” For That Particular Requirement. In This Regard, Failure To Submit A Requirement, Or An Incomplete Or Patently Insufficient Submission, Shall Be Considered “failed” For The Particular Eligibility Requirement Concerned. If A Prospective Bidder Is Rated “passed” For All The Eligibility Requirements, He Shall Be Considered Eligible To Participate In The Bidding, And The Bac Shall Mark The Set Of Eligibility Documents Of The Prospective Bidder Concerned As “eligible.” If A Prospective Bidder Is Rated “failed” In Any Of The Eligibility Requirements, He Shall Be Considered Ineligible To Participate In The Bidding, And The Bac Shall Mark The Set Of Eligibility Documents Of The Prospective Bidder Concerned As “ineligible.” In Either Case, The Bac Chairperson Or His Duly Designated Authority Shall Countersign The Markings. 8.6 The Procuring Entity Shall Prepare The Minutes Of The Proceedings Of The Opening Of Eligibility Documents That Shall Include, As A Minimum: (a) Names Of Prospective Bidders And Findings Of Eligibility; And (b) Attendance Sheet. The Minutes Of The Proceedings Of The Opening Of Eligibility Documents Shall Be Available To The Public Upon Written Request And Payment Of A Specified Fee To Recover Cost Of Materials And Production. Part I. Section Iii. Eligibility Data Sheet 1.1 Eligible Bidders Are As Defined In Guide¬lines: 1.4 All Bidders Shall Submit A Written Statement Of Compliance With This Provision. 1.5(e) There Is No Restriction On The Involvement Of General Sub-contractors In The Areas Of Manual And Semi-skilled Labor Or Construction Materials Provided That The Contractor Undertakes Not Less Than Fifty Percent (50%) Of The Contracted Works With Its Own Resources. 1.8 There Are No Additional Eligibility Requirements 1.8(d) There Are No Additional Eligibility Requirements. 2.1 All Documents Described In Clause 2.2 Shall Be Included In The Technical Proposal. Documents Do Not Need To Be Acknowledged Or Authenticated By The Appropriate Philippine Consulate. 2.2 In Lieu Of The Following Documents Required In Clause 2.2(a), The Equivalent Document In The Prospective Bidder’s Country/place Of Origin Shall Be Submitted: (a) Dti/sec/cda Registration; (b) Valid And Current Mayor’s Permit Issued By The City Or Municipality Where The Place Of Business Of The Prospective Bidder Is Located; (c) Tax Clearance, As Finally Reviewed And Approved By The Bir (d) Philippines Contractors Accreditation Board (pcab) License And Registration; And (e) Audited Financial Statements. 2.2(a.7) There Are No Other Additional License Required 2.2(a.11) In The Event That A Bidder, At Its Own Option, Does Not Provide Either A Credit Line Or Cash Deposit Certificate In The Amount At Least Equal To Ten Percent (10%) Of The Bid, The Bidder Must Provide A Statement Of Its Nfcc. The Nfcc Is As Follows: [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Contracts Including Those Awarded But Not Yet Started.” Where: K = 15 (regardless Of Contract Duration) 2.2(b.3) None. 2.7 To Be Considered Eligible And Qualified A Bidder Must Have Successful Experience As Prime Contractor In The Construction Of At Least One (1) Work Of A Nature And Complexity Equivalent To The Works In The Last Five (5) Years (to Comply With This Requirement, Single Works Cited Should Be At Least Eighty Percent (80%) Of The Value Of Bid Under Consideration For Award), Such Being Verifiable From Completion Certificates, And Have An Annual Turnover From All Works Averaged Over The Last Three (3) Years Equal To One Hundred Percent (100%) Of The Value Of Bid Under Consideration For Award. 2.7 Not Applicable. 3.2 Each Prospective Bidder Shall Submit One (1) Original And Two (2) Copies Of Its Eligibility Documents. 5.1 The Address For Submission Of Eligibility Documents Is The Chairman, Bids And Awards Committee, Municipal Hall, Carmen, Surigao Del Sur The Deadline For Submission Of Eligibility Documents Is 10:00 A.m., February 19, 2025 (same As Submission Of Technical And Financial Envelope). Part Ii. Section I. Instructions To Bidders Table Of Contents 1. Scope Of Bid 19 2. Corrupt, Fraudulent, And Coercive Practices 19 3. Conflict Of Interest 20 4. One Bid Per Bidder 22 5. Pre-bid Conference 22 6. Content Of The Bidding Documents 22 7. Clarification And Amendment Of Bidding Documents 23 8. Cost Of Bidding 23 9. Language Of Bid 23 10. Documents Comprising The Bid 23 11. Bid Prices 25 12. Currencies Of Bid And Payment 25 13. Bid Validity 26 14. Bid Security 26 15. Alternative Proposals By Bidders 27 16. Format And Signing Of Bid 27 17. Sealing And Marking Of Bids 28 18. Deadline For Submission Of Bids 28 19. Late Bids 29 20. Modification And Withdrawal Of Bids 29 21. Opening And Preliminary Examination Of Bids 29 22. Process To Be Confidential 31 23. Detailed Evaluation And Comparison Of Bids 31 24. Preference For Provincial Bidders 32 25. Post Qualification Of The Lowest Calculated Bid 33 26. Right Of The Procuring Entity To Reject Any Or All Bids 33 27. Award Criteria 34 28. Notice Of Award 34 29. Signing Of The Contract 34 30. Performance Security 34 31. Notice To Proceed 35 32. Advance Payment 36 1. Scope Of Bid 1.1. The Procuring Entity As Defined In The Bds, Invites Bids For The Construction Of Works, As Described In The Bds. The Name And Identification Number Of The Contract Is Provided In The Bds. 1.2. The Successful Bidder Will Be Expected To Complete The Works By The Intended Completion Date Specified In The Scc Clause 1.17. 1.3. The Procuring Entity Has A Budget Or Has Applied For Or Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract For The Works. 2. Corrupt, Fraudulent, And Coercive Practices 2.1. The Funding Source Requires That The Procuring Entity, As Well As Bidders And Contractors, Shall Observe The Highest Standard Of Ethics Sduring The Procurement And Execution Of Such Contracts. In Pursuance Of This Policy, The Funding Source: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows: (a.1) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019; (a.2) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition; (a.3) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels; And (a.4) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Corrupt Or Fraudulent Practices In Competing For The Contract; And (c) Will Declare A Firm Ineligible, Either Indefinitely Or For A Stated Period Of Time, To Be Awarded Contract Funded By The Funding Source If It At Any Time Determines That The Firm Has Engaged In Corrupt Or Fraudulent Practices In Competing Or, Or In Executing, A Contract Funded By The Funding Source. 2.2. Further, The Gop Will Seek To Impose The Maximum Penalties For Civil And Criminal Liability Available Under The Applicable Law On Individuals And Organizations Deemed To Be Involved With Corrupt, Fraudulent, Or Practices. 2.3. Furthermore, The Funding Source Reserves The Right To Inspect And Audit Records And Accounts Of A Contractor In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 33. 3. Conflict Of Interest 3.1. All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (g) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; (f) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid; Or (g) A Bidder Who Lends, Or Temporary Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 3.2. In Accordance With Section 47 Of The Irr-a Of R.a. 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity By Consanguinity Or Affinity Up To The Third Civil Degree Or Any Of The Procuring Entity’s Officers Or Employees Having Direct Access To Information That May Substantially Affect The Result Of The Bidding, Such As, But Not Limited To, The Members Of The Bac, The Members Of The Technical Working Group (twg), The Bac Secretariat, The Members Of The Project Management Office (pmo), And The Designers Of The Project. This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And (d) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate. Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 4. One Bid Per Bidder 4.1. Each Bidder Shall Submit Only One Bid, Either Individually Or As A Partner In A Jv. A Bidder Who Submits Or Participates In More Than One Bid (other Than As A Subcontractor If A Subcontractor Is Permitted To Participate In More Than One Bid) Will Cause All The Proposals With The Bidder’s Participation To Be Disqualified. This Shall Be Without Prejudice To Any Applicable Criminal, Civil And Administrative Penalties That May Be Imposed Upon The Persons And Entities Concerned. 5. Pre-bid Conference 5.1. The Bidder By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site And Determined The General Characteristics Of The Contract Works And The Conditions Of The Contract To Bid. The Bac Shall Require An Affidavit Of Such Site Inspection From Eligible Bidder. 5.2. The Procuring Entity May Organize A Site Visit Concurrently With The Pre-bid Conference. 5.3. The Bidder Or His Official Is Invited By The Procuring Entity To A Pre-bid Conference, The Venue, Time And Date Of Which Shall Be Indicated In The Bds. Non-attendance At The Pre-bid Conference Shall Not Be A Ground For Disqualification Of A Bidder. 5.4. The Pre-bid Conference Shall Be Held At Least Twelve (12) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. However, Attendance Of The Bidders Shall Not Be Mandatory. 5.5. The Pre-bid Conference Shall Discuss Among Other Things, The Technical And Financial Components Of The Contract To Be Bid. The Minutes Of The Pre-bid Conference Shall Be Recorded And Made Available To All Participants Not Later Than Three (3) Calendar Days After The Pre-bid Conference. 6. Content Of The Bidding Documents 6.1. The Set Of Bidding Documents Comprises The Documents Listed In The Table Below And Addenda Issued In Accordance With Itb Clause 7: Partii Section V. Specifications Partii. Section Vi. Drawings Partii. Section Vii. Bill Of Quantities Partii Section Viii. Forms And Qualification Information 6.2. Bidders Should Note That The Procuring Entity Will Only Accept Bids From Bidders That Have Purchased The Bidding Documents From The Office Indicated In The Iaeb. 7. Clarification And Amendment Of Bidding Documents 7.1. Bidders May Request For Clarification(s) On Any Part Of The Bidding Documents Or For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. The Procuring Entity Shall Respond To The Said Request By Issuing A Supplemental/bid Bulletin, To Be Made Available To All Those Who Have Properly Secured The Bidding Documents From The Procuring Entity, At Least Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. It Shall Be The Responsibility Of All Those Who Have Properly Secured The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Procuring Entity. 7.2. Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. It Is The Responsibility Of The Procuring Entity To Notify In Writing And Through Posting In The Website Of The Procuring Entity And The Government Electronic Procurement System (g-eps) The Said Documents To All Those Who Have Properly Secured The Bidding Documents. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids. 8. Cost Of Bidding 8.1. The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs. 9. Language Of Bid 9.1. The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation Of The Relevant Passages In English, In Which Case, For Purposes Of Interpretation Of The Bid, The English Translation Shall Govern. 10. Documents Comprising The Bid 10.1. Unless Otherwise Indicated In The Bds, Bids Shall Include The Following: (a) Technical Proposal – (a.1) Bid Security As To Form, Amount, And Validity Period; (a.2) Authority Of The Signing Official; (a.3) Construction Schedule And S-curve; (a.4) Manpower Schedule; (a.5) Construction Methods; (a.6) Organizational Chart For The Contract To Be Bid; (a.7) List Of Contractor’s Personnel (viz., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; (a.8) List Of Contractor’s Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project; (a.9) Equipment Utilization Schedule; (a.10) Affidavit Of Site Inspection; (a.11) Written Commitment From The Contractor’s Bank To Extend To It A Credit Line If Awarded The Contract To Be Bid, Or A Cash Deposit Certificate Specifically Committed To The Contract Or Project, If Awarded, In An Amount Not Lower Than That Set In The Bds; (a.12) Construction Safety And Health Program Of The Contractor; (a.13) Certificate From The Bidder Under Oath Of Its Compliance With Existing Labor Laws And Standards; (a.14) A Sworn Affidavit In Accordance With Itb Clause 3.2; And (a.15) Any Other Documents Described In The Bds. (b) Financial Proposal – (b.1) Bid Prices In Bill Of Quantities In The Prescribed Bid Form; (b.2) Detailed Estimates Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals Used In Coming Up With The Bid; (b.3) Cash Flow By The Quarter And Payments Schedule; And (b.4) Any Other Document Described In The Bds. 10.2. If Indicated In The Bds, All Financial Proposals That Exceed The Abc As Indicated In The Bds, Shall Be Rejected. 11. Bid Prices 11.1. The Contract Shall Be For The Whole Works, As Described In Itb Clause 1.1, Based On The Priced Bill Of Quantities Submitted By The Bidder. 11.2. The Bidder Shall Fill In Rates And Prices For All Items Of The Works Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 11.3. All Duties, Taxes, And Other Levies Payable By The Contractor Under The Contract, Or For Any Other Cause, Prior To The Deadline For Submission Of Bids, Shall Be Included In The Rates, Prices, And Total Bid Price Submitted By The Bidder. 11.4. For The Given Scope Of Work In The Contract As Awarded, All Bid Prices Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Indicated In The Bds And Specified In Gcc Clause 47 And Its Corresponding Scc Provision. 12. Currencies Of Bid And Payment 12.1. Subject To Applicable Laws And Unless Otherwise Specified In The Bds, All Bid Prices Shall Be Quoted In Philippine Pesos. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate Prevailing On The Day Of The Bid Opening. 12.2. All Contracts Shall Be Denominated And Payable In Philippine Pesos. 13. Bid Validity 13.1. Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Days From The Date Of The Opening Of Bids. 13.2. In Exceptional Circumstances, The Procuring Entity May Request That The Bidders Extend The Period Of Validity For A Specified Additional Period. The Request And The Bidders’ Responses Shall Be Made In Writing. A Bidder May Refuse The Request Without Forfeiting The Bid Security. A Bidder Agreeing To The Request Will Not Be Required Or Permitted To Otherwise Modify The Bid, But Will Be Required To Extend The Validity Of Bid Security For The Period Of The Extension, And In Compliance With Itb Clause 14 In All Respects. 13.3. Unless Otherwise Indicated In The Bds, If The Period Of Bid Validity Is Extended Beyond Sixty (60) Days After The Original Bid Validity Period, The Bid Prices Shall Remain Fixed And Therefore Not Subject To Any Adjustment. 14. Bid Security 14.1. The Bidder Shall Furnish, As Part Of The Bid, A Bid Security In Local Currency Or In A Freely Convertible Currency, In The Forms And Amount Specified In The Bds. 14.2. As Indicated In The Bds, The Procuring Entity Shall Prescribe The Acceptable Forms Of Bid Security From Among The Following, From Which Acceptable Forms The Bidder May Choose: (a) Cash; (b) A Cashier's Or Certified Check; (c) An Irrevocable Letter Of Credit; (d) A Bank Guarantee; (e) Surety Bond; Or (f) Foreign Government Guarantee. 14.3. In Case Of Bank Guarantee, The Bid Security Shall Be Submitted Using The Form Included In Part Ii, Section Viii, Forms And Qualifications Information, Or Another Form Acceptable To The Procuring Entity. The Form Must Include The Complete Name Of The Bidder. The Bid Security Should Be Valid For The Period Specified In The Bds. 14.4. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity. The Bid Security Of A Jv, If In The Form Of A Bank Guarantee Must Define As “bidder” All Jv Partners And List Them In The Following Manner: A Jv Consisting Of “______,” “______,” And “______”. 14.5. No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed To Comply With Any Of The Requirements To Be Submitted In The First Bid Envelope Of The Bid, As Provided In This Irr-a. Without Prejudice To The Forfeiture Of Bid Securities, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In The Bds. 14.6. The Bid Security May Be Forfeited: (a) If The Bidder Withdraws The Bid After Bid Opening During The Period Of Bid Validity; (b) If The Bidder Does Not Accept The Correction Of The Bid Price, Pursuant To Itb Clause 23; Or (c) In The Case Of A Successful Bidder, If The Bidder Fails Within The Specified Time Limit To: (c.1) Sign The Agreement; (c.2) Furnish The Required Performance Security; Or (c.3) Enter Into A Jv Agreement If It Has Undertaken To Do So. (d) Any Other Reasons Stated In The Bds. 15. Alternative Proposals By Bidders 15.1. 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. 16. Format And Signing Of Bid 16.1. The Bidder Shall Submit One Original Of The Technical Proposal And One Original Of The Financial Proposal As Described In Itb Clause 17 And Clearly Mark Each As “original - Technical Proposal” And “original – Financial Proposal”. In Addition, The Bidder Shall Submit Two (2) Copies Of The Technical Proposal And The Financial Proposal, And Clearly Mark Them “copy No… - Technical Proposal” And “copy No…. – Financial Proposal”. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 16.2. The Original And The Two (2) Copies Of The Bid Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Bidder Or A Person Or Persons Duly Authorized To Bind The Bidder To The Contract. All Pages Of The Bid Where Entries Or Amendments Have Been Made Shall Be Initialed By The Person Or Persons Signing The Bid. 16.3. Any Interlineations, Erasures, Alterations Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Person Signing The Bid. 16.4. Unless Otherwise Provided In The Bds, Commissions Or Gratuities Are Not Allowed. 17. Sealing And Marking Of Bids 17.1. The Bidder Shall Enclose The Original Of The Technical Proposal In One Sealed Envelope Marked As “original - Technical Proposal”; Whereas, The Original Of The Financial Proposal Shall Be Enclosed In Another Sealed Envelope Marked As “original - Financial Proposal”. Both Envelopes Shall Then Be Placed In Another Single Envelope Marked As “original Bid”. 17.2. Each Copy Of The Technical Proposal And Financial Proposal, Shall Be Similarly Sealed Duly Marked As “copy No… - Technical Proposal” And “copy No… – Financial Proposal” Respectively And The Outer Envelope As “copy No”. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope That Shall: (a) Name Of The Contract To Be Bid; (b) Bear The Name And Address Of The Bidder; (c) Be Addressed To The Procuring Entity In Accordance With Itb Clause 18.1; (d) Bear The Specific Identification Of This Bidding Process Indicated In The Bds; And (e) Bear A Warning “do Not Open Before…” The Time And Date For The Opening Of Bids , In Accordance With Itb Clause 18.1. 17.3. If All Envelopes Are Not Sealed And Marked As Required, The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Bid. 18. Deadline For Submission Of Bids 18.1. Bids Must Be Received By The Bac Of The Procuring Entity At The Address And On Or Before The Date And Time Indicated In The Bds. 19. Late Bids 19.1. Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 18.1, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity. 20. Modification And Withdrawal Of Bids 20.1. The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 20.2. A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. 20.3. Bids Requested To Be Withdrawn In Accordance With Itb Clause 20.2 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 20.4. No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Bid Form. Withdrawal Of A Bid During This Interval May Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To The Itb Clause 14.6, And The Imposition Of Administrative, Civil And Criminal Sanctions As Prescribed By R.a. 9184 And Its Irr-a. 21. Opening And Preliminary Examination Of Bids 21.1. The Bac Of The Procuring Entity Shall Open Bid Envelopes In The Presence Of Bidders’ Representatives Who Choose To Attend, At The Time, On The Date, And At The Place Specified In The Bds. Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. 21.2. Letters Of Withdrawal Shall Be Read Out And Recorded, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Justification Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions. 21.3. If The Bidding Is Subject To An Eligibility Check As Described In Itb Clause 21.6, The Procuring Entity Shall Not Accept The Bids Of Ineligible Bidders. The Procuring Entity Shall Open Bids Of Eligible Bidders Only, In Accordance With The Following Paragraph. 21.4. Outer Envelopes Marked “technical Modification” Or “financial Modification” Will Be Identified But Not Opened. The Procuring Entity Will Announce The Presence And Type Of Modification From The Information Contained On The Outer Envelope. 21.5. The Procuring Entity Shall First Open The Envelopes Holding The Technical Proposals And Modification, If Any, One At A Time, And Read Out And Record The Following: (a) The Name Of The Bidder; (b) Whether There Is A Technical Modification Or Substitution; (c) The Presence, Amount And Validity Of The Bid Security; And (d) The Presence Or Absence Of Each Document Comprising The Technical Proposal Vis-à-vis A Checklist Of The Required Documents. 21.6. The Bac Of The Procuring Entity Shall Determine Each Bidder’s Compliance With The Documents Required To Be Submitted For The Technical Proposal Of The Bid, As Prescribed In Itb Clause 10. For This Purpose, The Bac Of The Procuring Entity Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present In The First (technical) Envelope, Using Non-discretionary “pass/fail” Criteria, As Stated In The Iaeb And Itb Clause 10. If A Bidder Submits All Required Documents, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Failure To Submit A Requirement, Or An Incomplete Or Patently Insufficient Submission, Shall Be Considered “failed” For The Particular Requirement Concerned. In Case One Or More Of The Above Required Documents In The First Envelope Of A Particular Bid Is Missing, Incomplete, Or Patently Insufficient, The Bac Of The Procuring Entity Shall Rate The Bid Concerned As “failed” And Immediately Return To The Bidder Concerned Its Second (financial) Envelope Unopened. 21.7. Immediately After Determining Compliance With The Requirements In The First Bid Envelope (technical Proposal), The Bac Shall Forthwith Open The Second Bid Envelope (financial Proposal) Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed.” The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc, The Bac Shall Rate The Bid Concerned As “failed.” Bids That Are Determined To Contain All The Requirements For The Second (financial) Envelope Shall Be Rated “passed” And Shall Immediately Be Considered For Detailed Evaluation Of The Bids. 21.8. The Procuring Entity Shall Prepare The Minutes Of The Proceedings Of The Bid Opening That Shall Include, As A Minimum: (a) Abstract Of Bids As Read Including Names Of Bidders, Their Bid Price, Bid Security, Findings Of Preliminary Examination; And (b) Attendance Sheet. The Bac Members Shall Sign The Abstract Of Bids As Read And The Observers May Witness The Same. A Copy Of The Abstract Of Bids As Read Shall Be Made Available To All Interested Bidders. The Minutes Of The Proceedings Of The Bid Opening Shall Be Available To The Public Upon Written Request And Payment At A Specified Fee To Cover The Cost Of Materials. 22. Process To Be Confidential 22.1. Members Of The Bac, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Are Prohibited From Making Or Accepting Any Kind Of Communication With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of The Notice Of Award. 23. Detailed Evaluation And Comparison Of Bids 23.1. The Procuring Entity Will Evaluate And Compare, In Detail, Only The Bids That Are Rated “passed” For Both Technical And Financial Proposals. 23.2. In Evaluating The Bids To Get The Lowest Calculated Bid, The Procuring Entity Shall Undertake The Following: (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 23.3. To Determine The Lowest Calculated Bid, The Bac Shall Use A Non-discretionary “pass/fail” Criteria, As Stated In The Iaeb, Which Shall Include A Consideration Of The Following: (a) The Bid Must Be Complete. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A “0” (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government; And (b) Minor Arithmetical Corrections To Consider Computational Errors, Omissions And Discounts If Allowed, In The Bidding Documents To Enable Proper Comparison Of All Eligible Bids. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 23.4. The Bac Shall Evaluate All Bids On An Equal Footing To Ensure Fair And Competitive Bid Evaluation. For This Purpose, All Bidders Shall Be Required To Include The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 23.5. In Case Of Discrepancies Between: (a) Bid Prices In Figures And In Words, The Latter Shall Prevail; (b) The Total Bid Amount And The Sum Of Total Costs Per Item, The Sum Of The Total Costs Per Item Shall Prevail And The Total Bid Amount Will Be Corrected; And (c) Unit Cost In The Detailed Estimate And Unit Cost In The Bill Of Quantities, The Latter Shall Prevail. 23.6. Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered. 23.7. The Estimated Effect Of Any Price Adjustment Conditions Under Gcc Clause 47, During The Period Of Implementation Of The Contract, Will Not Be Taken Into Account In Bid Evaluation. 24. Preference For Provincial Bidders 24.1. If So Indicated In The Bds, Bidders Whose Principal Office Is Within The Same Province Where The Project Is To Be Implemented Shall Be Given Preference By Allowing A Right To Match The Lowest Calculated Bid Subject To Applicable Laws And Following The Mechanism Shown In The Bds. 25. Post Qualification Of The Lowest Calculated Bid The Procuring Entity Shall Conduct Post Qualification To Determine Whether The Bidder That Is Evaluated To Have The Lowest Calculated Bid Complies With And Is Responsive To All Requirements And Conditions For Eligibility And Of The Bidding For The Contract. The Determination Shall Use Non-discretionary “pass/fail” Criteria And Be Based Upon Examination, Verification And Validation Of The Documentary Evidence Of The Bidder’s Eligibility/qualifications Submitted By The Bidder Pursuant To 25.1. Part I. Section Ii. Eligibility Documents And The Technical And Financial Proposals For Itb Clause 10. If The Said Bidder Passes The Post-qualification, His Bid Shall Be Declared As The Lowest Calculated And Responsive Bid (lcrb). 26. Right Of The Procuring Entity To Reject Any Or All Bids 26.1. Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 26.2. The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract In The Following Situations: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Government As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 27. Award Criteria 27.1. Subject To Itb Clause 25, The Procuring Entity Shall Award The Contract To The Successful Bidder Whose Bid Has Been Determined To Be The Lcrb. 28. Notice Of Award 28.1. The Procuring Entity Shall Issue A Written Notice Of Award/letter Of Acceptance To The Bidder With The Lcrb Prior To The Expiration Of The Bid Validity Period, By Registered Mail, By Hand Or By Facsimile. This Notice Of Award/letter Of Acceptance Shall State The Proposed Contract Price Equivalent To The Lcrb, Together With The Documentary Requirements For The Contract. 29. Signing Of The Contract 29.1. Within Ten (10) Calendar Days Upon Receipt Of The Award, The Successful Bidder Shall Submit To The Procuring Entity: (a) Its Written Confirmation To The Award; (b) The Contract Form Signed By The Bidder; (c) The Required Performance Security; And (d) All Other Documentary Requirements For The Contract. 29.2. Within Twenty (20) Calendar Days Upon Receipt From The Successful Bidder Of The Signed Confirmation Of The Award, The Signed Contract, The Required Performance Security And All Other Documentary Requirements, The Procuring Entity Shall Sign And Approve The Contract. 30. Performance Security 30.1. Within A Maximum Period Of Ten (10) Calendar Days Upon Receipt Of The Notification Of Award From The Procuring Entity, And In No Case Later Than The Signing Of The Contract By The Successful Bidder And The Procuring Entity, The Successful Bidder Shall Furnish To The Procuring Entity, The Performance Security In Accordance With The Conditions Of Contract, In The Performance Security Form Provided In The Bidding Documents, Or In Another Form Acceptable To The Procuring Entity. 30.2. As Indicated In The Bds, The Procuring Entity Shall Prescribe The Acceptable Forms Of Performance Security From Among The Following, From Which Acceptable Forms The Bidder May Choose: (a) Cash; (b) A Cashier’s Or Certified Check; (c) An Irrevocable Letter Of Credit; (d) A Bank Guarantee; (e) Surety Bond; Or (f) Foreign Government Guarantee. 30.3. If The Acceptable Performance Security Is Provided By The Successful Bidder In The Form Of A Bank Guarantee, Or Other Form If Indicated In Scc Clause 7.1, It Shall Be Issued Either (a) At The Bidder’s Option, By A Bank Located In The Country Of The Procuring Entity Or A Foreign Bank Through A Correspondent Bank Located In The Country Of The Procuring Entity, Or (b) With The Agreement Of The Procuring Entity Directly By A Foreign Bank Acceptable To The Procuring Entity. 30.4. Failure Of The Successful Bidder To Comply With The Requirements Of Itb Clause 30.1 Shall Constitute Sufficient Grounds For Cancellation Of The Award And Forfeiture Of The Bid Security. In Which Event, The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lowest Calculated And Responsive Bid Is Identified And Selected For Contract Award. However, If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 30.5. Upon The Furnishing By The Successful Bidder Of The Performance Security, The Procuring Entity Will Promptly Notify The Other Bidders That Their Bids Have Been Unsuccessful. 31. Notice To Proceed 31.1. Within Seven (7) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed. 32. Advance Payment 32.1. The Procuring Entity Will Provide An Advance Payment On The Contract Price As Stipulated In The Conditions Of Contract, Subject To The Maximum Amount Stated In Scc Clause 38.1. Part Ii. Section Ii. Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Municipality Of Carmen, Surigao Del Sur The Name Of The Contract Is Completion Of Concrete Perimeter Fence At Evacuation Center 5.3 The Procuring Entity’s Address Is: Local Government Unit Carmen, Surigao Del Sur Hon. Jane V. Plaza - Municipal Mayor 7.1 All Bids Submitted Will Be Opened At The Bid Opening Ceremony. Determination Of A Bidder’s Qualifications And Eligibility Will Form Part Of The Procuring Entity’s Evaluation Process And Post-qualification. During Bid Opening Technical Proposals That Lack Any Of The Following Documents Shall Be Rejected And Returned To The Bidder Together With Its Unopened Price Proposal: A) Evidence Of Financial, Technical And Production Capability; (minimum Equipment Required) B) Audited Financial Statements; C) Nfcc Or Credit Line Certificate Or Cash Deposit Certificate; D) Bid Security; And E) Authority Of The Signatory. 10.1 F) 10.1(a.11) Minimum Required Equipment 10.1(a.11) Ten Percent (10%) Of The Bid Amount. Note: If The Bidder, At Its Own Option Provides A Cash Deposit Certificate It Must Be At Least Ten Percent (10%) Of The Bid Amount 10.1(a.15) None. 10.1(b.4) None. 10.2 There Is No Ceiling For Financial Proposals. 11.4 Bid Prices Shall Be Fixed; Adjustable Financial Proposals Will Be Rejected. 12.1 For Goods And Services That Will Be Supplied From Outside Of The Philippines. Bid Prices Therefore Shall Be Quoted In United States Dollars. 13.1 Bids Will Be Valid Until 120 Calendar Days From The Date Of Bid Opening. 13.3 If The Period Of Bid Validity Is Extended Beyond Sixty (60) Days After The Original Bid Validity Period; Or In The Request For Extension, For The Period Of Delay Beyond Sixty (60) Days After The Expiry Of The Initial Bid Validity, Up To The Notification Of Award, Bid Prices Shall Be Increased On The Local Component By 3% Per Annum. Bid Evaluation Will Be Based On The Bid Prices Without Taking The Above Correction Into Consideration. 14.1 And 14.2 The Bid Security Shall Be In The Following Forms And Amount: (a) Cash, Certified (cashier’s Or Manager’s) Check At One Percent (1%) Of The Bid; And (b) Bank Guarantee At One And A Half Percent (1.5%) Of The Bid; (c) Bid Securing Declaration 14.3 And 14.5 One Hundred Twenty (120) Days From The Date Set For Bid Opening. 14.6(d) The Following Shall Be The Additional Grounds For Forfeiture Of The Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After He Had Been Adjudged As Having Submitted The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid. 5. Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 6. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 7. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As An Eligible Contractor Not Buying Bid Documents, And Contractors Habitually Withdrawing From Bidding Or Submitting Letters Of Non-participation For At Least Three (3) Times Within A Year, Except For Valid Reasons. 15.1 None 16.4 No Further Instructions. 17.2(d) The Specific Identification Of This Bidding Process Is 18.1 The Address For Submission Of Bids Is Bac Office, Municipal Hall, Carmen, Surigao Del Sur. The Deadline For Submission Of Bids Is February 19, 2025 At 10:00 Am 21.1 The Place Of Bid Opening Is Bac Office, Municipal Hall, Carmen, Surigao Del Sur. The Date And Time Of Bid Opening Is February 19, 2025 At 10:00 Am 24.1 Not Applicable. Part Ii. Section Iii. General Conditions Of Contract Table Of Contents 1. Definitions 42 2. Interpretation 44 3. Governing Language And Law 45 4. Communications 45 5. Possession Of Site 45 6. The Contractor’s Obligations 46 7. Performance Security 47 8. Sub-contracting 47 9. Liquidated Damages 48 10. Site Investigation Reports 48 11. The Procuring Entity, Licenses And Permits 48 12. Contractor’s Risk And Warranty Security 48 13. Procuring Entity’s Risk 50 14. Insurance 51 15. Termination For Default Of Contractor 52 16. Termination For Default Of Procuring Entity 53 17. Termination For Other Causes 53 18. Procedures For Termination Of Contracts 55 19. Force Majeure, Release From Performance 56 20. Resolution Of Disputes 57 21. Suspension Of Loan, Credit, Grant, Or Appropriation 58 22. Procuring Entity’s Representative’s Decisions 58 23. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 58 24. Acceleration And Delays Ordered By The Procuring Entity’s Representative 58 25. Extension Of The Intended Completion Date 59 26. Right To Vary 59 27. Contractors Right To Claim 60 28. Dayworks 60 29. Early Warning 60 30. Program Of Work 60 31. Management Conferences 61 32. Bill Of Quantities 61 33. Instructions, Inspections And Audits 62 34. Identifying Defects 62 35. Cost Of Repairs 62 36. Correction Of Defects 63 37. Uncorrected Defects 63 38. Advance Payment 63 39. Progress Payments 64 40. Payment Certificates 64 41. Retention 65 42. Variation Orders 65 43. Contract Completion 67 44. Suspension Of Work 67 45. Payment On Termination 68 46. Extension Of Contract Time 69 47. Price Adjustment 70 48. Completion 70 49. Taking Over 70 50. Operating And Maintenance Manuals 71 1. Definitions 1.1. For Purposes Of This Clause, Boldface Type Is Used To Identify Defined Terms. 1.2. The Arbiter Is The Person Appointed Jointly By The Procuring Entity And The Contractor To Resolve Disputes In The First Instance, As Provided For In Gcc Clause 20. 1.3. Bill Of Quantities Refers To A List Of The Specific Items Of The Work And Their Corresponding Unit Prices, Lump Sums, And/or Provisional Sums. 1.4. The Completion Date Is The Date Of Completion Of The Works As Certified By The Procuring Entity’s Representative, In Accordance With Gcc Clause 48. 1.5. The Contract Is The Contract Between The Procuring Entity And The Contractor To Execute, Complete, And Maintain The Works. It Consists Of The Documents Listed In Gcc Clause 2.3. 1.6. The Contract Price Is The Price Stated In The Letter Of Acceptance And Thereafter To Be Paid By The Procuring Entity To The Contractor For The Execution Of The Works In Accordance With This Contract. 1.7. Contract Time Extension Is The Allowable Period For The Contractor To Complete The Works In Addition To The Original Completion Date Stated In This Contract. 1.8. The Contractor Is The Juridical Entity Whose Proposal Has Been Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. 1.9. The Contractor’s Bid Is The Signed Offer Or Proposal Submitted By The Contractor To The Procuring Entity In Response To The Bidding Documents. 1.10. Days Are Calendar Days; Months Are Calendar Months. 1.11. Day Works Are Varied Work Inputs Subject To Payment On A Time Basis For The Contractor’s Employees And Equipment, In Addition To Payments For Associated Materials And Plant. 1.12. A Defect Is Any Part Of The Works Not Completed In Accordance With The Contract. 1.13. The Defects Liability Certificate Is The Certificate Issued By Procuring Entity’s Representative Upon Correction Of Defects By The Contractor. 1.14. The Defects Liability Period Is The One Year Period Between Project Completion And Final Acceptance Within Which The Contractor Assumes The Responsibility To Undertake The Repair Of Any Damage To The Works At His Own Expense. 1.15. Drawings Are Graphical Presentations Of The Works. They Include All Supplementary Details, Shop Drawings, Calculations, And Other Information Provided Or Approved For The Execution Of This Contract. 1.16. Equipment Refers To All Facilities, Supplies, Appliances, Materials Or Things Required For The Execution And Completion Of The Work Provided By The Contractor And Which Shall Not Form Or Are Not Intended To Form Part Of The Permanent Works. 1.17. The Intended Completion Date Refers To The Date Specified In The Scc When The Contractor Is Expected To Have Completed The Works. The Intended Completion Date May Be Revised Only By The Procuring Entity’s Representative By Issuing An Extension Of Time Or An Acceleration Order. 1.18. Materials Are All Supplies, Including Consumables, Used By The Contractor For Incorporation In The Works. 1.19. The Notice To Proceed Is A Written Notice Issued By The Procuring Entity Or The Procuring Entity’s Representative To The Contractor Requiring The Latter To Begin The Commencement Of The Work Not Later Than A Specified Or Determinable Date. 1.20. Permanent Works All Permanent Structures And All Other Project Features And Facilities Required To Be Constructed And Completed In Accordance With This Contract Which Shall Be Delivered To The Procuring Entity And Which Shall Remain At The Site After The Removal Of All Temporary Works. 1.21. Plant Refers To The Machinery, Apparatus, And The Like Intended To Form An Integral Part Of The Permanent Works. 1.22. The Procuring Entity Is The Party Who Employs The Contractor To Carry Out The Works Stated In The Scc. 1.23. The Procuring Entity’s Representative Refers To The Head Of The Procuring Entity Or His Duly Authorized Representative, Identified In The Scc, Who Shall Be Responsible For Supervising The Execution Of The Works And Administering This Contract. 1.24. The Site Is The Place Provided By The Procuring Entity Where The Works Shall Be Executed And Any Other Place Or Places Which May Be Designated In The Scc, Or Notified To The Contractor By The Procuring Entity’s Representative As Forming Part Of The Site. 1.25. Site Investigation Reports Are Those That Were Included In The Bidding Documents And Are Factual And Interpretative Reports About The Surface And Subsurface Conditions At The Site. 1.26. Slippage Is A Delay In Work Execution Occurring When Actual Accomplishment Falls Below The Target As Measured By The Difference Between The Scheduled And Actual Accomplishment Of The Work By The Contractor As Established From The Work Schedule. This Is Actually Described As A Percentage Of The Whole Works. 1.27. Specifications Means The Description Of Works To Be Done And The Qualities Of Materials To Be Used, The Equipment To Be Installed And The Mode Of Construction. 1.28. The Start Date, As Specified In The Scc, Is The Date When The Contractor Is Obliged To Commence Execution Of The Works. It Does Not Necessarily Coincide With Any Of The Site Possession Dates. 1.29. A Subcontractor Is Any Person Or Organization To Whom A Part Of The Works Has Been Subcontracted By The Contractor, As Allowed By The Procuring Entity, But Not Any Assignee Of Such Person. 1.30. Temporary Works Are Works Designed, Constructed, Installed, And Removed By The Contractor That Are Needed For Construction Or Installation Of The Permanent Works. 1.31. Work(s) Refer To The Permanent Works And Temporary Works To Be Executed By The Contractor In Accordance With This Contract, Including (i) The Furnishing Of All Labor, Materials, Equipment And Others Incidental, Necessary Or Convenient To The Complete Execution Of The Works; (ii) The Passing Of Any Tests Before Acceptance By The Procuring Entity’s Representative; (iii) And The Carrying Out Of All Duties And Obligations Of The Contractor Imposed By This Contract As Described In The Scc. 2. Interpretation 2.1. In Interpreting The Conditions Of Contract, Singular Also Means Plural, Male Also Means Female Or Neuter, And The Other Way Around. Headings Have No Significance. Words Have Their Normal Meaning Under The Language Of This Contract Unless Specifically Defined. The Procuring Entity’s Representative Will Provide Instructions Clarifying Queries About The Conditions Of Contract. 2.2. If Sectional Completion Is Specified In The Scc, References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 2.3. The Documents Forming This Contract Shall Be Interpreted In The Following Order Of Priority: (a) Contract Agreement; (b) Instructions To Bidders; (c) Addenda To The Bidding Documents; (d) Specifications; (e) Drawings; (f) Special Conditions Of Contract; (g) General Conditions Of Contract; And (h) Any Other Document Listed In The Scc As Forming Part Of This Contract. 3. Governing Language And Law 3.1. This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Which Are Exchanged By The Parties Shall Be Written In English. 3.2. This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4. Communications 4.1. Communications Between Parties That Are Referred To In The Conditions Shall Be Effective Only When In Writing. A Notice Shall Be Effective Only When It Is Received By The Concerned Party. 5. Possession Of Site 5.1. On The Date Specified In The Scc, The Procuring Entity Shall Grant The Contractor Possession Of So Much Of The Site As May Be Required To Enable It To Proceed With 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. 5.2. If Possession Of A Portion Is Not Given By The Date Stated In The Scc Clause 5.1, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contact Time To Address Such Delay Shall Be In Accordance With Gcc Clause 46. 5.3. The Contractor Shall Bear All Costs And Charges For Special Or Temporary Right-of-way Required By It In Connection With Access To The Site. The Contractor Shall Also Provide At His Own Cost Any Additional Facilities Outside The Site Required By It For Purposes Of The Works. 5.4. The Contractor Shall Allow The Procuring Entity’s Representative And Any Person Authorized By The Procuring Entity’s Representative Access To The Site And To Any Place Where Work In Connection With This Contract Is Being Carried Out Or Is Intended To Be Carried Out. 6. The Contractor’s Obligations 6.1. The Contractor Shall Carry Out The Works Properly And In Accordance With This Contract. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Contractor's Equipment, Which May Be Required. All Materials And Plant On Site Shall Be Deemed To Be The Property Of The Procuring Entity. 6.2. The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Program Of Work Submitted By The Contractor, As Updated With The Approval Of The Procuring Entity’s Representative, And Complete Them By The Intended Completion Date. 6.3. The Contractor Shall Be Responsible For The Safety Of All Activities On The Site. 6.4. The Contractor Shall Carry Out All Instructions Of The Procuring Entity’s Representative That Comply With The Applicable Laws Where The Site Is Located. 6.5. The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel, As Referred To In The Scc, 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. 6.6. If The Procuring Entity’s Representative Asks The Contractor To Remove A Member Of The Contractor’s Staff Or Work Force, For Justifiable Cause, The Contractor Shall Ensure That The Person Leaves The Site Within Seven (7) Days And Has No Further Connection With The Work In This Contract. 6.7. During Contract Implementation, The Contractor And His Subcontractors Shall Abide At All Times By All Labor Laws, Including Child Labor Related Enactments, And Other Relevant Rules. 6.8. The Contractor Shall Submit To The Procuring Entity For Consent The Name And Particulars Of The Person Authorized To Receive Instructions On Behalf Of The Contractor. 6.9. The Contractor Shall Cooperate And Share The Site With Other Contractors, Public Authorities, Utilities, And The Procuring Entity Between The Dates Given In The Schedule Of Other Contractors Particularly When They Shall Require Access To The Site. The Contractor Shall Also Provide Facilities And Services For Them During This Period. The Procuring Entity May Modify The Schedule Of Other Contractors, And Shall Notify The Contractor Of Any Such Modification Thereto. 6.10. Should Anything Of Historical Or Other Interest Or Of Significant Value Be Unexpectedly Discovered On The Site, It Shall Be The Property Of The Procuring Entity. The Contractor Shall Notify The Procuring Entity’s Representative Of Such Discoveries And Carry Out The Procuring Entity’s Representative’s Instructions In Dealing With Them. 7. Performance Security 7.1. The Performance Security Shall Be Submitted To The Procuring Entity Not Later Than The Date Specified In The Letter Of Acceptance And Shall Be Issued In An Amount And Form As Specified In The Scc, And Denominated In The Currency In Which The Contract Price Is Payable. The Performance Security Shall Be Valid For The Period Specified In The Scc. 7.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Act 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. 8. Sub-contracting 8.1. Unless Otherwise Indicated In The Scc, The Contractor Cannot Subcontract More Than Fifty Percent (50%) Of The Value Of The Works,. Subcontracting Of Any Portion Of The Works Does Not Relieve The Contractor Of Any Liability Or Obligation Under This Contract. The Contractor 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. 8.2. All Subcontracting Arrangements As Disclosed And Identified During The Eligibility Check Shall Not Be Changed During The Implementation Of This Contract. 9. Liquidated Damages 9.1. The Contractor Shall Pay Liquidated Damages To The Procuring Entity At The Rate Per Day Stated In The Scc For Each Day That The Completion Date Is Later Than The Intended Completion Date. The Total Amount Of Liquidated Damages Shall Not Exceed The Amount Defined In The Scc. The Procuring Entity May Deduct Liquidated Damages From Payments Due To The Contractor. Payment Of Liquidated Damages Shall Not Affect The Contractor. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of This Contract, The Procuring Entity Shall Rescind This Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 9.2. If The Intended Completion Date Is Extended After Liquidated Damages Have Been Paid, The Engineer Of The Procuring Entity Shall Correct Any Overpayment Of Liquidated Damages By The Contractor By Adjusting The Next Payment Certificate. The Contractor Shall Be Paid Interest On The Overpayment, Calculated From The Date Of Payment To The Date Of Repayment, At The Rates Specified In Gcc Clause 39.1 10. Site Investigation Reports 10.1. 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. 11. The Procuring Entity, Licenses And Permits 11.1. The Procuring Entity Shall, If Requested By The Contractor, Assist Him In Applying For Permits, Licenses Or Approvals, Which Are Required For The Works. 12. Contractor’s Risk And Warranty Security 12.1. The Contractor Shall Assume Full Responsibility For The Works From The Time Project Construction Commenced Up To Final Acceptance By The Procuring Entity And Shall Be Held Responsible For Any Damage Or Destruction Of The Works Except Those Occasioned By Force Majeure. The Contractor Shall Be Fully Responsible For The Safety, Protection, Security, And Convenience Of His Personnel, Third Parties, And The Public At Large, As Well As The Works, Equipment, Installation, And The Like To Be Affected By His Construction Work. 12.2. The Defects Liability Period For Infrastructure Projects Shall Be One Year From Project Completion Up To Final Acceptance By The Procuring Entity. During This Period, The Contractor Shall Undertake The Repair Works, At His Own Expense, Of Any Damage To The Works On Account Of The Use Of Materials Of Inferior Quality Within Ninety (90) Days From The Time The Head Of The Procuring Entity Has Issued An Order To Undertake Repair. In Case Of Failure Or Refusal To Comply With This Mandate, The Procuring Entity Shall Undertake Such Repair Works And Shall Be Entitled To Full Reimbursement Of Expenses Incurred Therein Upon Demand. In Case The Contractor Fails To Comply With The Preceding Paragraph, It Shall Suffer Perpetual Disqualification From Participating In Any Public Bidding And Its Property Or Properties Shall Be Subject To Attachment Or Garnishment Proceedings To Recover The Costs. All Payables Of The Procuring Entity In The Contractor’s Favor Shall Be Offset To Recover The Costs. 12.3. After Final Acceptance Of The Works By The Procuring Entity, The Contractor Shall Be Held Responsible For Structural Defects And/or Failure Of The Completed Project Within The Following Warranty Periods From Final Acceptance, Except Those Occasioned By Force Majeure And Those Caused By Other Parties: (a) Permanent Structures: Fifteen (15) Years Buildings Of Types 4 (steel, Iron, Concrete, Or Masonry Construction With Walls, Ceilings, And Permanent Partitions Of Incombustible Fire Resistance) And 5 (steel, Iron, Concrete, Or Masonry Construction), Steel And Concrete Bridges, Flyovers, Concrete Aircraft Movement Areas, Ports, Dams, Diversion Tunnels, Causeways, Wharves, Piers, Dikes, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Structures; (b) Semi-permanent Structures: Five (5) Years Buildings Of Types 1 (wooden), 2 (wood With 1 Hour Fire Resistance), And 3 (masonry And Wood Construction), Concrete Roads, Asphalt Roads, River Control, Drainage, Irrigation And Drainage Canals, Municipal Ports And River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Structures; And (c) Other Structures: Two (2) Years Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures. 12.4. The Contractor Shall Be Required To Put Up A Warranty Security In The Form Of Cash, Bank Guarantee, Letter Of Credit, Gsis Or Surety Bond Callable On Demand, In Accordance With The Following Schedule: Form Of Warranty Minimum Amount In Percentage (%) Of Total Contract Price 1. Cash Deposit, Cash Bond Or Letter Of Credit Five Percent (5%) 2. Bank Guarantee Ten Percent (10%) 3. Surety Bond Thirty Percent (30%) 12.5. The Warranty Security Shall Be Stated In Philippine Pesos And Shall Remain Effective During The Applicable Warranty Period Provided In Gcc Clause 12.3. 12.6. In Case Of Structural Defects/failure Occurring During The Applicable Warranty Period Provided In Gcc Clause 12.3, The Procuring Entity Shall Undertake The Necessary Restoration Or Reconstruction Works And Shall Be Entitled To Full Reimbursement By The Parties Found To Be Liable, Of Expenses Incurred Therein Upon Demand, Without Prejudice To The Filing Of Appropriate Administrative, Civil, And/or Criminal Charges Against The Responsible Persons As Well As The Forfeiture Of The Warranty Security Posted In Favor Of The Procuring Entity. For Purposes Of This Clause, The Term “structural Defects” Shall Mean Major Faults/flaws/deficiencies In One Or More Key Structural Elements Of The Works Which May Lead To Structural Failure Of The Completed Elements Or Structure. The Term “structural Failures” Is Defined As An Occurrence Where One Or More Key Structural Elements In An Infrastructure Facility Fails Or Collapses, Thereby Rendering The Facility Or Part Thereof Incapable Of Withstanding The Design Loads, And/or Endangering The Safety Of The Users Or The General Public. 13. Procuring Entity’s Risk 13.1. From The Start Date Until The Certificate Of Final Acceptance Has Been Issued, The Following Are Risks Of The Procuring Entity: (a) The Risk Of Personal Injury, Death, Or Loss Of Or Damage To Property (excluding The Works, Plant, Materials, And Equipment), Which Are Due To: (a.1) Any Type Of Use Or Occupation Of The Site Authorized By The Procuring Entity After The Official Acceptance Of The Works; Or (a.2) Negligence, Breach Of Statutory Duty, Or Interference With Any Legal Right By The Procuring Entity Or By Any Person Employed By Or Contracted To Him Except The Contractor. (b) The Risk Of Damage To The Works, Plant, Materials, And Equipment To The Extent That It Is Due To A Fault Of The Procuring Entity Or In The Procuring Entity’s Design, Or Due To War Or Radioactive Contamination Directly Affecting The Country Where The Works Are To Be Executed. 14. Insurance 14.1. The Contractor Shall, Under His Name And At His Own Expense, Obtain And Maintain, For The Duration Of This Contract, The Following Insurance Coverage: (a) Contractor’s All Risk Insurance; (b) Transportation To The Project Site Of Equipment, Machinery, And Supplies Owned By The Contractor; (c) Personal Injury Or Death Of Contractor’s Employees; And (d) Comprehensive Insurance For Third Party Liability To Contractor’s Direct Or Indirect Act Or Omission Causing Damage To Third Persons. 14.2. The Contractor Shall Provide Evidence To The Procuring Entity’s Representative That The Insurances Required Under This Contract Have Been Effected And Shall, Within A Reasonable Time, Provide Copies Of The Insurance Policies To The Procuring Entity’s Representative. Such Evidence And Such Policies Shall Be Provided To The Procuring Entity Through The Procuring Entity’s Representative. 14.3. The Contractor Shall Notify The Insurers Of Changes In The Nature, Extent, Or Program For The Execution Of The Works And Ensure The Adequacy Of The Insurances At All Times In Accordance With The Terms Of This Contract And Shall Produce To The Procuring Entity’s Representative The Insurance Policies In Force Including The Receipts For Payment Of The Current Premiums. The Above Insurance Policies Shall Be Obtained From Any Reputable Insurance Company Approved By The Procuring Entity’s Representative. 14.4. If The Contractor Fails To Obtain And Keep In Force The Insurances Referred To Herein Or Any Other Insurance Which He May Be Required To Obtain Under The Terms Of This Contract, The Procuring Entity May Obtain And Keep In Force Any Such Insurances And Pay Such Premiums As May Be Necessary For The Purpose. From Time To Time, The Procuring Entity May Deduct The Amount It Shall Pay For Said Premiums Including Twenty Five Percent (25%) Therein From Any Monies Due, Or Which May Become Due, To The Contractor, Without Prejudice To The Procuring Entity Exercising Its Right To Impose Other Sanctions Against The Contractor Pursuant To The Provisions Of This Contract. 14.5. In The Event The Contractor Fails To Observe The Above Safeguards, The Procuring Entity May, At The Contractor’s Expense, Take Whatever Measure Is Deemed Necessary For Its Protection And That Of The Contractor’s Personnel And Third Parties, And/or Order The Interruption Of Dangerous Works. In Addition, The Procuring Entity May Refuse To Make The Payments Under Gcc Clause 39 Until The Contractor Complies With This Clause. 14.6. The Contractor Shall Immediately Replace The Insurance Policy Obtained As Required In This Contract, Without Need Of The Procuring Entity’s Demand, With A New Policy Issued By A New Insurance Company Acceptable To The Procuring Entity For Any Of The Following Grounds: (a) The Issuer Of The Insurance Policy To Be Replaced Has: (a.1) Become Bankrupt; (a.2) Been Placed Under Receivership Or Under A Management Committee; (a.3) Been Sued For Suspension Of Payment; Or (a.4) Been Suspended By The Insurance Commission And Its License To Engage In Business Or Its Authority To Issue Insurance Policies Cancelled; Or (b) Where Reasonable Grounds Exist That The Insurer May Not Be Able, Fully And Promptly, To Fulfill Its Obligation Under The Insurance Policy. 15. Termination For Default Of Contractor 15.1. The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attend Its Implementation: 15.2. Due To The Contractor’s Fault And While The Project Is On-going, It Has Incurred Negative Slippage Of Fifteen Percent (15%) Or More In Accordance With Presidential Decree 1870, Regardless Of Whether Or Not Previous Warnings And Notices Have Been Issued For The Contractor To Improve His Performance; 15.3. Due To Its Own Fault And After This Contract Time Has Expired, The Contractor Incurs Delay In The Completion Of The Work After This Contract Has Expired; Or 15.4. The Contractor: (a) Abandons The Contract Works, Refuses Or Fails To Comply With A Valid Instruction Of The Procuring Entity Or Fails To Proceed Expeditiously And Without Delay Despite A Written Notice By The Procuring Entity; (b) Does Not Actually Have On The Project Site The Minimum Essential Equipment Listed On The Bid Necessary To Prosecute The Works In Accordance With The Approved Program Of Work And Equipment Deployment Schedule As Required For The Project; (c) Does Not Execute The Works In Accordance With This Contract Or Persistently Or Flagrantly Neglects To Carry Out Its Obligations Under This Contract; (d) Neglects Or Refuses To Remove Materials Or To Perform A New Work That Has Been Rejected As Defective Or Unsuitable; Or (e) Sub-lets Any Part Of This Contract Without Approval By The Procuring Entity. 15.5. All Materials On The Site, Plant, Equipment, And Works Shall Be Deemed To Be The Property Of The Procuring Entity If This Contract Is Rescinded Because Of The Contractor’s Default. 16. Termination For Default Of Procuring Entity 16.1. The Contractor May Terminate This Contract With The Procuring Entity If The Works Are Completely Stopped For A Continuous Period Of At Least Sixty (60) Calendar Days Through No Fault Of Its Own, Due To Any Of The Following Reasons: (a) Failure Of The Procuring Entity To Deliver, Within A Reasonable Time, Supplies, Materials, Right-of-way, Or Other Items It Is Obligated To Furnish Under The Terms Of This Contract; Or (b) The Prosecution Of The Work Is Disrupted By The Adverse Peace And Order Situation, As Certified By The Armed Forces Of The Philippines Provincial Commander And Approved By The Secretary Of National Defense. 17. Termination For Other Causes 17.1. The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate This Contract For The Convenience Of The Procuring Entity If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 17.2. The Procuring Entity Or The Contractor May Terminate This Contract If The Other Party Causes A Fundamental Breach Of This Contract. 17.3. Fundamental Breaches Of Contract Shall Include, But Shall Not Be Limited To, The Following: (a) The Contractor Stops Work For Twenty Eight (28) Days When No Stoppage Of Work Is Shown On The Current Program Of Work And The Stoppage Has Not Been Authorized By The Procuring Entity’s Representative; (b) The Procuring Entity’s Representative Instructs The Contractor To Delay The Progress Of The Works, And The Instruction Is Not Withdrawn Within Twenty Eight (28) Days; (c) The Procuring Entity Shall Terminate This Contract If The Contractor Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Contractor, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Contractor. In The Case Of The Contractor's Insolvency, Any Contractor's Equipment Which The Procuring Entity Instructs In The Notice Is To Be Used Until The Completion Of The Works; (d) A Payment Certified By The Procuring Entity’s Representative Is Not Paid By The Procuring Entity To The Contractor Within Eighty Four (84) Days From The Date Of The Procuring Entity’s Representative’s Certificate; (e) The Procuring Entity’s Representative Gives Notice That Failure To Correct A Particular Defect Is A Fundamental Breach Of Contract And The Contractor Fails To Correct It Within A Reasonable Period Of Time Determined By The Procuring Entity’s Representative; (f) The Contractor Does Not Maintain A Security, Which Is Required; (g) The Contractor Has Delayed The Completion Of The Works By The Number Of Days For Which The Maximum Amount Of Liquidated Damages Can Be Paid, As Defined In The Gcc Clause 9; And (h) 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, The Following: (h.1) Corrupt, Fraudulent, Collusive And Coercive Practices As Defined In Itb Clause 2.1(a); (h.2) Drawing Up Or Using Forged Documents; (h.3) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (h.4) Any Other Act Analogous To The Foregoing. 17.4. The Funding Source Or The Procuring Entity, As Appropriate, Will Seek To Impose The Maximum Civil, Administrative And/or Criminal Penalties Available Under The Applicable Law On Individuals And Organizations Deemed To Be Involved With Corrupt, Fraudulent, Or Coercive Practices. 17.5. When Persons From Either Party To This Contract Gives Notice Of A Fundamental Breach To The Procuring Entity’s Representative In Order To Terminate The Existing Contract For A Cause Other Than Those Listed Under Gcc Clause 17.3, The Procuring Entity’s Representative Shall Decide Whether The Breach Is Fundamental Or Not. 17.6. If This Contract Is Terminated, The Contractor Shall Stop Work Immediately, Make The Site Safe And Secure, And Leave The Site As Soon As Reasonably Possible. 18. Procedures For Termination Of Contracts 18.1. The Following Provisions Shall Govern The Procedures For The Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Implementing Unit Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Implementing Unit, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Contractor Conveying The Termination Of This Contract. The Notice Shall State: (b.1) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (b.2) The Extent Of Termination, Whether In Whole Or In Part; (b.3) An Instruction To The Contractor To Show Cause As To Why This Contract Should Not Be Terminated; And (b.4) Special Instructions Of The Procuring Entity, If Any. The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (c) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Contractor Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why The Contract Should Not Be Terminated. If The Contractor Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating The Contract; (d) The Procuring Entity May, At Anytime Before Receipt Of The Bidder’s Verified Position Paper To Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Contractor’s Receipt Of The Notice; (e) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Contractor Of Its Decision And, Unless Otherwise Provided In The Said Notice, This Contract Is Deemed Terminated From Receipt Of The Contractor Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; And (f) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity. 19. Force Majeure, Release From Performance 19.1. For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 19.2. If This Contract Is Discontinued By An Outbreak Of War Or By Any Other Event Entirely Outside The Control Of Either The Procuring Entity Or The Contractor, The Procuring Entity’s Representative Shall Certify That This Contract Has Been Discontinued. The Contractor Shall Make The Site Safe And Stop Work As Quickly As Possible After Receiving This Certificate And Shall Be Paid For All Works Carried Out Before Receiving It And For Any Work Carried Out Afterwards To Which A Commitment Was Made. 19.3. If The Event Continues For A Period Of Eighty Four (84) Days, Either Party May Then Give Notice Of Termination, Which Shall Take Effect Twenty Eight (28) Days After The Giving Of The Notice. 19.4. After Termination, The Contractor Shall Be Entitled To Payment Of The Unpaid Balance Of The Value Of The Works Executed And Of The Materials And Plant Reasonably Delivered To The Site, Adjusted By The Following: (a) Any Sum To Which The Contractor Is Entitled Under Gcc Clause 27.1; (b) The Cost Of His Suspension And Demobilization; (c) Any Sum To Which The Procuring Entity Is Entitled. 19.5. The Net Balance Due Shall Be Paid Or Repaid Within A Reasonable Time Period From The Time Of The Notice Of Termination. 20. Resolution Of Disputes 20.1. If The Contractor Believes That A Decision Taken By The Procuring Entity’s Representative Was Either Outside The Authority Given To The Procuring Entity’s Representative By This Contract Or That The Decision Was Wrongly Taken, The Decision Shall Be Referred To The Arbiter Indicated In The Scc Within Fourteen (14) Days Of The Notification Of The Procuring Entity’s Representative’s Decision. 20.2. Any And All Disputes Arising From The Implementation Of This Contract Covered By The R.a. 9184 And Its Irr-a Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Republic Act 9285, Otherwise Known As The “alternative Dispute Resolution Act Of 2004”: Provided, However, That, Disputes That Are Within The Competence Of The Construction Industry Arbitration Commission To Resolve Shall Be Referred Thereto. The Process Of Arbitration Shall Be Incorporated As A Provision In This Contract That Will Be Executed Pursuant To The Provisions Of The Act And Its Irr-a: Provided, Further, That, By Mutual Agreement, The Parties May Agree In Writing To Resort To Other Alternative Modes Of Dispute Resolution. Additional Instructions On Resolution Of Disputes, If Any, Shall Be Indicated In The Scc. 21. Suspension Of Loan, Credit, Grant, Or Appropriation 21.1. In The Event That The Funding Source Suspends The Loan, Credit, Grant, Or Appropriation To The Procuring Entity, From Which Part Of The Payments To The Contractor Are Being Made: (a) The Procuring Entity Is Obligated To Notify The Contractor Of Such Suspension Within Seven (7) Days Of Having Received The Suspension Notice. (b) If The Contractor Has Not Received Sums Due It For Work Already Done Within Forty Five (45) Days From The Time The Contractor’s Claim For Payment Has Been Certified By The Procuring Entity’s Representative, The Contractor May Immediately Issue A Suspension Of Work Notice In Accordance With Scc Clause 44.2. 22. Procuring Entity’s Representative’s Decisions 22.1. Except Where Otherwise Specifically Stated, The Procuring Entity’s Representative Will Decide Contractual Matters Between The Procuring Entity And The Contractor In The Role Representing The Procuring Entity. 22.2. The Procuring Entity’s Representative May Delegate Any Of His Duties And Responsibilities To Other People, Except To The Arbiter, After Notifying The Contractor, And May Cancel Any Delegation After Notifying The Contractor. 23. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 23.1. All Drawings Prepared By The Contractor For The Execution Of The Temporary Works, Are Subject To Prior Approval By The Procuring Entity’s Representative Before Its Use. 23.2. The Contractor Shall Be Responsible For Design Of Temporary Works. 23.3. The Procuring Entity’s Representative’s Approval Shall Not Alter The Contractor’s Responsibility For Design Of The Temporary Works. 23.4. The Contractor Shall Obtain Approval Of Third Parties To The Design Of The Temporary Works, When Required By The Procuring Entity. 24. Acceleration And Delays Ordered By The Procuring Entity’s Representative 24.1. When The Procuring Entity Wants The Contractor To Finish Before The Intended Completion Date, The Procuring Entity’s Representative Will Obtain Priced Proposals For Achieving The Necessary Acceleration From The Contractor. If The Procuring Entity Accepts These Proposals, The Intended Completion Date Will Be Adjusted Accordingly And Confirmed By Both The Procuring Entity And The Contractor. 24.2. If The Contractor’s Financial Proposals For An Acceleration Are Accepted By The Procuring Entity, They Are Incorporated In The Contract Price And Treated As A Variation. 25. Extension Of The Intended Completion Date 25.1. The Procuring Entity’s Representative Shall Extend The Intended Completion Date If A Variation Is Issued Which Makes It Impossible For The Intended Completion Date To Be Achieved By The Contractor Without Taking Steps To Accelerate The Remaining Work, Which Would Cause The Contractor To Incur Additional Costs. Unless Specified In The Scc, No Payment Shall Be Made For Any Event Which May Warrant The Extension Of The Intended Completion Date. 25.2. The Procuring Entity’s Representative Shall Decide Whether And By How Much To Extend The Intended Completion Date Within Twenty One (21) Days Of The Contractor Asking The Procuring Entity’s Representative For A Decision Thereto After Fully Submitting All Supporting Information. If The Contractor Has Failed To Give Early Warning Of A Delay Or Has Failed To Cooperate In Dealing With A Delay, The Delay By This Failure Shall Not Be Considered In Assessing The New Intended Completion Date. 26. Right To Vary 26.1. The Procuring Entity’s Representative With The Prior Approval Of The Procuring Entity May Instruct Variations, Up To A Maximum Cumulative Amount Of Ten Percent (10%) Of The Original Contract Cost. 26.2. Variations Shall Be Valued As Follows: (a) At A Lump Sum Price Agreed Between The Parties; (b) Where Appropriate, At Rates In This Contract; (c) In The Absence Of Appropriate Rates, The Rates In This Contract Shall Be Used As The Basis For Valuation; Or Failing Which (d) At Appropriate New Rates, Equal To Or Lower Than Current Industry Rates And To Be Agreed Upon By Both Parties And Approved By The Head Of The Procuring Entity. 27. Contractors Right To Claim 27.1. If The Contractor Incurs Cost As A Result Of Any Of The Events Under Gcc Clause 13, The Contractor Shall Be Entitled To The Amount Of Such Cost. If As A Result Of Any Of The Said Events, It Is Necessary To Change The Works, This Shall Be Dealt With As A Variation. 28. Dayworks 28.1. Subject To Gcc Clause 42 On Variation Order, 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. 28.2. All Work To Be Paid For As Dayworks Shall Be Recorded By The Contractor On Forms Approved By The Procuring Entity’s Representative. Each Completed Form Shall Be Verified And Signed By The Procuring Entity’s Representative Within Two Days Of The Work Being Done. 28.3. The Contractor Shall Be Paid For Dayworks Subject To Obtaining Signed Dayworks Forms. 29. Early Warning 29.1. The Contractor Shall Warn The Procuring Entity’s Representative At The Earliest Opportunity Of Specific Likely Future Events Or Circumstances That May Adversely Affect The Quality Of The Work, Increase The Contract Price, Or Delay The Execution Of The Works. The Procuring Entity’s Representative May Require The Contractor To Provide An Estimate Of The Expected Effect Of The Future Event Or Circumstance On The Contract Price And Completion Date. The Estimate Shall Be Provided By The Contractor As Soon As Reasonably Possible. 29.2. The Contractor Shall Cooperate With The Procuring Entity’s Representative In Making And Considering Proposals For How The Effect Of Such An Event Or Circumstance Can Be Avoided Or Reduced By Anyone Involved In The Work And In Carrying Out Any Resulting Instruction Of The Procuring Entity’s Representative. 30. Program Of Work 30.1. Within The Time Stated In The Scc, The Contractor Shall Submit To The Procuring Entity’s Representative For Approval A Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. 30.2. An Update Of The Program Of Work Shall The Show The Actual Progress Achieved On Each Activity And The Effect Of The Progress Achieved On The Timing Of The Remaining Work, Including Any Changes To The Sequence Of The Activities. 30.3. 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. 30.4. The Procuring Entity’s Representative’s Approval Of The Program Of Work Shall Not Alter The Contractor’s Obligations. The Contractor May Revise The Program Of Work And Submit It To The Procuring Entity’s Representative Again At Any Time. A Revised Program Of Work Shall Show The Effect Of Any Approved Variations; And If Allowed, Any Compensation Event. 30.5. When The Program Of Work Is Updated, The Contractor Shall Provide The Procuring Entity’s Representative With An Updated Cash Flow Forecast. The Cash Flow Forecast Shall Include Different Currencies, As Defined In The Contract, Converted As Necessary Using The Contract Exchange Rates. 30.6. All Variations Shall Be Included In Updated Program Of Work Produced By The Contractor. 31. Management Conferences 31.1. Either The Procuring Entity’s Representative Or The Contractor May Require The Other To Attend A Management Conference. The Management Conference Shall Review The Plans For Remaining Work And Deal With Matters Raised In Accordance With The Early Warning Procedure. 31.2. The Procuring Entity’s Representative Shall Record The Business Of Management Conferences And Provide Copies Of The Record To Those Attending The Conference And To The Procuring Entity. The Responsibility Of The Parties For Actions To Be Taken Shall Be Decided By The Procuring Entity’s Representative Either At The Management Conference Or After The Management Conference And Stated In Writing To All Who Attended The Conference. 32. Bill Of Quantities 32.1. The Bill Of Quantities Shall Contain Items Of Work For The Construction, Installation, Testing, And Commissioning Of Work To Be Done By The Contractor. 32.2. The Bill Of Quantities Is Used To Calculate The Contract Price. The Contractor Is Paid For The Quantity Of The Work Done At The Rate In The Bill Of Quantities For Each Item. 32.3. If The Final Quantity Of Any Work Done Differs From The Quantity In The Bill Of Quantities For The Particular Item And Is Not More Than Twenty Five Percent (25%) Of The Original Quantity, Provided The Aggregate Changes For All Items Do Not Exceed Ten Percent (10%) Of The Contract Price, The Procuring Entity’s Representative Shall Make The Necessary Adjustments To Allow For The Changes Subject To Applicable Laws, Rules, And Regulations. 32.4. If Requested By The Procuring Entity’s Representative, The Contractor Shall Provide The Procuring Entity’s Representative With A Detailed Cost Breakdown Of Any Rate In The Bill Of Quantities. 33. Instructions, Inspections And Audits 33.1. The Procuring Entity’s Personnel Shall At All Reasonable Times During Construction Of The Work Be Entitled To Examine, Inspect, Measure And Test The Materials And Workmanship, And To Check The Progress Of The Construction. 33.2. If The Procuring Entity’s Representative Instructs The Contractor To Carry Out A Test Not Specified In The Specification To Check Whether Any Work Has A Defect And The Test Shows That It Does, The Contractor Shall Pay For The Test And Any Samples. If There Is No Defect, The Test Shall Be A Compensation Event. 33.3. The Contractor Shall Permit The Funding Source Named In The Scc To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 34. Identifying Defects 34.1. The Procuring Entity’s Representative Shall Check The Contractor’s Work And Notify The Contractor Of Any Defects That Are Found. Such Checking Shall Not Affect The Contractor’s Responsibilities. The Procuring Entity’s Representative May Instruct The Contractor To Search Uncover Defects And Test Any Work That The Procuring Entity’s Representative Considers Below Standards And Defective. 35. Cost Of Repairs 35.1. Loss Or Damage To The Works Or Materials To Be Incorporated In The Works Between The Start Date And The End Of The Defects Liability Periods Shall Be Remedied By The Contractor At The Contractor’s Cost If The Loss Or Damage Arises From The Contractor’s Acts Or Omissions. 36. Correction Of Defects 36.1. The Procuring Entity’s Representative Shall Give Notice To The Contractor Of Any Defects Before The End Of The Defects Liability Period, Which Begins At Completion Date Up To Final Acceptance By The Procuring Entity, Unless Otherwise Specified In The Scc. The Defects Liability Period Shall Be Extended For As Long As Defects Remain To Be Corrected. 36.2. Every Time Notice Of A Defect Is Given, The Contractor Shall Correct The Notified Defect Within The Length Of Time Specified In The Procuring Entity’s Representative’s Notice. 36.3. The Contractor Shall Correct The Defects Which He Notices Himself Before The End Of The Defects Liability Period. 36.4. The Procuring Entity Shall Certify That All Defects Have Been Corrected. If The Procuring Entity Considers That Correction Of A Defect Is Not Essential, He Can Request The Contractor To Submit A Quotation For The Corresponding Reduction In The Contract Price. If The Procuring Entity Accepts The Quotation, The Corresponding Change In The Scc Is A Variation. 37. Uncorrected Defects 37.1. The Procuring Entity Shall Give The Contractor At Least Fourteen (14) Days Notice Of His Intention To Use A Third Party To Correct A Defect. If The Contractor Does Not Correct The Defect Himself Within The Period, The Procuring Entity May Have The Defect Corrected By The Third Party. The Cost Of The Correction Will Be Deducted From The Contract Price. 37.2. The Use Of A Third Party To Correct Defects That Are Uncorrected By The Contractor Will In No Way Relieve The Contractor Of Its Liabilities And Warranties Under The Contract. 38. Advance Payment 38.1. 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 To Exceed 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. 38.2. The Advance Payment Shall Be Made Only Upon The Submission To And Acceptance By The Procuring Entity Of An Irrevocable Standby Letter Of Credit Of Equivalent Value From A Commercial Bank, A Bank Guarantee Or A Surety Bond Callable Upon Demand, Issued By A Surety Or Insurance Company Duly Licensed By The Insurance Commission And Confirmed By The Procuring Entity. 38.3. The Advance Payment Shall Be Repaid By The Contractor By Deducting A Percentage Equal To That Used For The Advance Payment From Periodic Progress Payments To Be Made To The Contractor. 38.4. The Contractor May Reduce His Standby Letter Of Credit Or Guarantee Instrument By The Amounts Refunded By The Monthly Certificates In The Advance Payment. 39. Progress Payments 39.1. The Contractor May Submit A Request For Payment For Work Accomplished. Such Request For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative. 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. 39.2. The Procuring Entity Shall Have The Right To Deduct From The Contractor’s Progress Billing Such Amount As May Be Necessary To Cover Third Party Liabilities, As Well As Uncorrected Discovered Defects In The Project. 39.3. Payments Shall Be Adjusted By Deducting Therefrom The Amounts For Advance Payments And Retention. The Procuring Entity Shall Pay The Contractor The Amounts Certified By The Procuring Entity’s Representative Within Twenty Eight (28) Days From The Date Each Certificate Was Issued. Unless Otherwise Indicated In The Scc, No Payment Of Interest For Delayed Payments And Adjustments Shall Be Made By The Procuring Entity. 39.4. Items Of The Works For Which A Price Of “0” (zero) Has Been Entered Will Not Be Paid For By The Procuring Entity And Shall Be Deemed Covered By Other Rates And Prices In The Contract. 40. Payment Certificates 40.1. The Contractor Shall Submit To The Procuring Entity’s Representative Monthly Statements Of The Estimated Value Of The Work Executed Less The Cumulative Amount Certified Previously. 40.2. The Procuring Entity’s Representative Shall Check The Contractor’s Monthly Statement And Certify The Amount To Be Paid To The Contractor. 40.3. The Value Of Work Executed Shall: (a) Be Determined By The Procuring Entity’s Representative; (b) Comprise The Value Of The Quantities Of The Items In The Bill Of Quantities Completed; And (c) Include The Valuations Of Approved Variations. 40.4. The Procuring Entity’s Representative May Exclude Any Item Certified In A Previous Certificate Or Reduce The Proportion Of Any Item Previously Certified In Any Certificate In The Light Of Later Information. 41. Retention 41.1. The Procuring Entity Shall Retain From Each Payment Due To The Contractor An Amount Equal To A Percentage Thereof Using The Rate As Specified In Scc Clause 41.2. 41.2. Progress Payments Are Subject To Retention Of Ten Percent (10%), Unless Otherwise Specified In The Scc, Referred To As The “retention Money.” Such Retention Shall Be Based On The Total Amount Due To The Contractor Prior To Any Deduction And Shall Be Retained From Every Progress Payment Until Fifty Percent (50%) Of The Value Of Works, As Determined By The Procuring Entity, Are Completed. If, After Fifty Percent (50%) Completion, The Work Is Satisfactorily Done And On Schedule, No Additional Retention Shall Be Made; Otherwise, The Ten Percent (10%) Retention Shall Again Be Imposed Using The Rate Specified Therefor. 41.3. The Total “retention Money” Shall Be Due For Release Upon Final Acceptance Of The Works. The Contractor May, However, Request The Substitution Of The Retention Money For Each Progress Billing With Irrevocable Standby Letters Of Credit From A Commercial Bank, Bank Guarantees Or Surety Bonds Callable On Demand, Of Amounts Equivalent To The Retention Money Substituted For And Acceptable To The Procuring Entity, Provided That The Project Is On Schedule And Is Satisfactorily Undertaken. Otherwise, The Percentage Retained Shall Be Made. Said Irrevocable Standby Letters Of Credit, Bank Guarantees And/or Surety Bonds, To Be Posted In Favor Of The Procuring Entity Shall Be Valid For A Duration To Be Determined By The Concerned Implementing Office/agency Or Procuring Entity And Will Answer For The Purpose For Which The Retention Is Intended, I.e., To Cover Uncorrected Discovered Defects And Third Party Liabilities. 41.4. On Completion Of The Whole Works, The Contractor May Substitute Retention Money With An “on Demand” Bank Guarantee In A Form Acceptable To The Procuring Entity. 42. Variation Orders 42.1. Variation Orders May Be Issued By The Procuring Entity To Cover Any Increase/decrease In Quantities, Including The Introduction Of New Work Items That Are Not Included In The Original Contract Or Reclassification Of Work Items That Are Either Due To Change Of Plans, Design Or Alignment To Suit Actual Field Conditions Resulting In Disparity Between The Preconstruction Plans Used For Purposes Of Bidding And The “as Staked Plans” Or Construction Drawings Prepared After A Joint Survey By The Contractor And The Procuring Entity After Award Of The Contract, Provided That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. The Addition/deletion Of Works Should Be Within The General Scope Of The Project As Bid And Awarded. A Variation Order May Either Be In The Form Of A Change Order Or Extra Work Order. 42.2. A Change Order May Be Issued By The Implementing Official To Cover Any Increase/decrease In Quantities Of Original Work Items In The Contract. 42.3. An Extra Work Order May Be Issued By The Implementing Official To Cover The Introduction Of New Work Necessary For The Completion, Improvement Or Protection Of The Project Which Were Not Included As Items Of Work In The Original Contract, Such As, Where There Are Subsurface Or Latent Physical Conditions At The Site Differing Materially From Those Indicated In The Contract, Or Where There Are Duly Unknown Physical Conditions At The Site Of An Unusual Nature Differing Materially From Those Ordinarily Encountered And Generally Recognized As Inherent In The Work Or Character Provided For In The Contract. 42.4. Any Cumulative Variation Order Beyond Ten Percent (10%) Shall Be Subject Of Another Contract To Be Bid Out If The Works Are Separable From The Original Contract. In Exceptional Cases Where It Is Urgently Necessary To Complete The Original Scope Of Work, The Head Of The Procuring Entity May Authorize The Variation Order Beyond Ten Percent (10%) But Not More Than Twenty Percent (20%) Subject To The Guidelines To Be Determined By The Gppb: Provided, However, That Appropriate Sanctions Shall Be Imposed On The Designer, Consultant Or Official Responsible For The Original Detailed Engineering Design Which Failed To Consider The Variation Order Beyond Ten Percent (10%). 42.5. In Claiming For Any Variation Order, The Contractor Shall, Within Seven (7) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Condition(s) Leading To The Extra Cost, And Within Twenty-eight (28) Calendar Days Deliver A Written Communication Giving Full And Detailed Particulars Of Any Extra Cost In Order That It May Be Investigated At That Time. Failure To Provide Either Of Such Notices In The Time Stipulated Shall Constitute A Waiver By The Contractor For Any Claim. The Preparation And Submission Of Variation Orders Are As Follows: (a) If The Head Of The Procuring Entity Believes That A Change Order Or Extra Work Order Should Be Issued, He Shall Prepare The Proposed Order Accompanied With The Notices Submitted By The Contractor, The Plans Therefore, His Computations As To The Quantities Of The Additional Works Involved Per Item Indicating The Specific Stations Where Such Works Are Needed, The Date Of His Inspections And Investigations Thereon, And The Log Book Thereof, And A Detailed Estimate Of The Unit Cost Of Such Items Of Work, Together With His Justifications For The Need Of Such Change Order Or Extra Work Order, And Shall Submit The Same To The Procuring Entity’s Representative. (b) The Procuring Entity’s Representative, Upon Receipt Of The Proposed Change Order Or Extra Work Order Shall Immediately Instruct The Technical Staff Of The Procuring Entity To Conduct An On-the-spot Investigation To Verify The Need For The Work To Be Prosecuted. A Report Of Such Verification Shall Be Submitted Directly To The Procuring Entity’s Representative. (c) The Procuring Entity’s Representative, After Being Satisfied That Such Change Order Or Extra Work Order Is Justified And Necessary, Shall Review The Estimated Quantities And Prices And Forward The Proposal With The Supporting Documentation To The Head Of Procuring Entity For Consideration. (d) If, After Review Of The Plans, Quantities And Estimated Unit Cost Of The Items Of Work Involved, The Proper Office Of The Procuring Entity Empowered To Review And Evaluate Change Orders Or Extra Work Orders Recommends Approval Thereof, The Procuring Entity’s Representative, Believing The Change Order Or Extra Work Order To Be In Order, Shall Approve The Same. (e) The Timeframe For The Processing Of Variation Orders From The Preparation Up To The Approval By The Head Of The Procuring Entity Concerned Shall Not Exceed Thirty (30) Calendar Days. 43. Contract Completion 43.1. Once The Project Reaches An Accomplishment Of Ninety Five (95%) Of The Total Contract Amount, The Procuring Entity May Create An Inspectorate Team To Make Preliminary Inspection And Submit A Punch-list To The Contractor In Preparation For The Final Turnover Of The Project. Said Punch-list Will Contain, Among Others, The Remaining Works, Work Deficiencies For Necessary Corrections, And The Specific Duration/time To Fully Complete The Project Considering The Approved Remaining Contract Time. This, However, Shall Not Preclude The Claim Of The Procuring Entity For Liquidated Damages. 44. Suspension Of Work 44.1. The Procuring Entity Shall Have The Authority To Suspend The Work Wholly Or Partly By Written Order For Such Period As May Be Deemed Necessary, Due To Force Majeure Or Any Fortuitous Events Or For Failure On The Part Of The Contractor To Correct Bad Conditions Which Are Unsafe For Workers Or For The General Public, To Carry Out Valid Orders Given By The Procuring Entity Or To Perform Any Provisions Of The Contract, Or Due To Adjustment Of Plans To Suit Field Conditions As Found Necessary During Construction. The Contractor Shall Immediately Comply With Such Order To Suspend The Work Wholly Or Partly. 44.2. The Contractor Or Its Duly Authorized Representative Shall Have The Right To Suspend Work Operation On Any Or All Projects/activities Along The Critical Path Of Activities After Fifteen (15) Calendar Days From Date Of Receipt Of Written Notice From The Contractor To The District Engineer/regional Director/consultant Or Equivalent Official, As The Case May Be, Due To The Following: (a) There Exist Right-of-way Problems Which Prohibit The Contractor From Performing Work In Accordance With The Approved Construction Schedule. (b) Requisite Construction Plans Which Must Be Owner-furnished Are Not Issued To The Contractor Precluding Any Work Called For By Such Plans. (c) Peace And Order Conditions Make It Extremely Dangerous, If Not Possible, To Work. However, This Condition Must Be Certified In Writing By The Philippine National Police (pnp) Station Which Has Responsibility Over The Affected Area And Confirmed By The Department Of Interior And Local Government (dilg) Regional Director. (d) There Is Failure On The Part Of The Procuring Entity To Deliver Government-furnished Materials And Equipment As Stipulated In The Contract. (e) Delay In The Payment Of Contractor’s Claim For Progress Billing Beyond Forty-five (45) Calendar Days From The Time The Contractor’s Claim Has Been Certified To By The Procuring Entity’s Authorized Representative That The Documents Are Complete Unless There Are Justifiable Reasons Thereof Which Shall Be Communicated In Writing To The Contractor. 44.3. In Case Of Total Suspension, Or Suspension Of Activities Along The Critical Path, Which Is Not Due To Any Fault Of The Contractor, The Elapsed Time Between The Effective Order Of Suspending Operation And The Order To Resume Work Shall Be Allowed The Contractor By Adjusting The Contract Time Accordingly. 45. Payment On Termination 45.1. If The Contract Is Terminated Because Of A Fundamental Breach Of Contract By The Contractor, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done And Materials Ordered Less Advance Payments Received Up To The Date Of The Issue Of The Certificate And Less The Percentage To Apply To The Value Of The Work Not Completed, As Indicated In The Scc. Additional Liquidated Damages Shall Not Apply. If The Total Amount Due To The Procuring Entity Exceeds Any Payment Due To The Contractor, The Difference Shall Be A Debt Payable To The Procuring Entity. 45.2. If The Contract Is Terminated For The Procuring Entity’s Convenience Or Because Of A Fundamental Breach Of Contract By The Procuring Entity, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done, Materials Ordered, The Reasonable Cost Of Removal Of Equipment, Repatriation Of The Contractor’s Personnel Employed Solely On The Works, And The Contractor’s Costs Of Protecting And Securing The Works, And Less Advance Payments Received Up To The Date Of The Certificate. 45.3. The Net Balance Due Shall Be Paid Or Repaid Within Twenty Eight (28) Days From The Notice Of Termination. 45.4. If The Contractor Has Terminated The Contract Under Gcc Clauses 16 Or 17, The Procuring Entity Shall Promptly Return The Performance Security To The Contractor. 46. Extension Of Contract Time 46.1. Should The Amount Of Additional Work Of Any Kind Or Other Special Circumstances Of Any Kind Whatsoever Occur Such As To Fairly Entitle The Contractor To An Extension Of Contract Time, The Procuring Entity Shall Determine The Amount Of Such Extension; Provided That The Procuring Entity Is Not Bound To Take Into Account Any Claim For An Extension Of Time Unless The Contractor Has, Prior To The Expiration Of The Contract Time And Within Thirty (30) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Claim Have Arisen, Delivered To The Procuring Entity Notices In Order That It Could Have Investigated Them At That Time. Failure To Provide Such Notice Shall Constitute A Waiver By The Contractor Of Any Claim. Upon Receipt Of Full And Detailed Particulars, The Procuring Entity Shall Examine The Facts And Extent Of The Delay And Shall Extend The Contract Time Completing The Contract Work When, In The Procuring Entity’s Opinion, The Findings Of Facts Justify An Extension. 46.2. No Extension Of Contract Time Shall Be Granted The Contractor Due To (a) Ordinary Unfavorable Weather Conditions And (b) Inexcusable Failure Or Negligence Of Contractor To Provide The Required Equipment, Supplies Or Materials. 46.3. Extension Of Contract Time May Be Granted Only When The Affected Activities Fall Within The Critical Path Of The Pert/cpm Network. 46.4. No Extension Of Contract Time Shall Be Granted When The Reason Given To Support The Request For Extension Was Already Considered In The Determination Of The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection. 46.5. Extension Of Contract Time Shall Be Granted For Rainy/unworkable Days Considered Unfavorable For The Prosecution Of The Works At The Site, Based On The Actual Conditions Obtained At The Site, In Excess Of The Number Of Rainy/unworkable Days Pre-determined By The Procuring Entity In Relation To The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection, And/or For Equivalent Period Of Delay Due To Major Calamities Such As Exceptionally Destructive Typhoons, Floods, Earthquakes, And Epidemics, And For Causes Such As Non-delivery On Time Of Materials, Working Drawings, Or Written Information To Be Furnished By The Procuring Entity, Non-acquisition Of Permit To Enter Private Properties Within The Right-of-way Resulting In Complete Paralyzation Of Construction Activities, And Other Meritorious Causes As Determined By The Procuring Entity’s Representative And Approved By The Head Of The Procuring Entity. Shortage Of Construction Materials, General Labor Strikes, And Peace And Order Problems That Disrupt Construction Operations Through No Fault Of The Contractor May Be Considered As Additional Grounds For Extension Of Contract Time Provided They Are Publicly Felt And Certified By Appropriate Government Agencies Such As Dti, Dole, Dilg, And Dnd, Among Others. The Written Consent Of Bondsmen Must Be Attached To Any Request Of The Contractor For Extension Of Contract Time And Submitted To The Procuring Entity For Consideration And The Validity Of The Performance Security Shall Be Correspondingly Extended. 47. Price Adjustment 47.1. Except For Extraordinary Circumstances As Determined By Neda And Approved By The Gppb, No Price Adjustment Shall Be Allowed Unless Otherwise Specified In The Scc. 48. Completion 48.1. The Contractor Shall Request The Procuring Entity’s Representative To Issue A Certificate Of Completion Of The Works, And The Procuring Entity’s Representative Will Do So Upon Deciding That The Work Is Completed. 49. Taking Over 49.1. The Procuring Entity Shall Take Over The Site And The Works Within Seven (7) Days From The Date The Procuring Entity’s Representative Issues A Certificate Of Completion. 50. Operating And Maintenance Manuals 50.1. If “as Built” Drawings And/or Operating And Maintenance Manuals Are Required, The Contractor Shall Supply Them By The Dates Stated In The Scc. 50.2. If The Contractor Does Not Supply The Drawings And/or Manuals By The Dates Stated In The Scc, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative Shall Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Part Ii. Section Iv. Special Conditions Of Contract Gcc Clause 1.17 The Intended Completion Date Is 105 Calendar Days. 1.22 The Procuring Entity Is Municipality Of Carmen. 1.23 The Procuring Entity’s Representative Is Hon. Jane V. Plaza - Municipal Mayor. 1.24 The Site Is Located At Barangay Poblacion, Carmen, Surigao Del Sur And Is Defined In Drawings No. Sheet No. 01 Vicinity Map See Part Ii Section Vi. 1.28 The Start Date Is Within 10 Calendar Days Upon Receipt Of Ntp. 1.31 The Works Consist Of I. Construction Of Additional 75 Meters Perimeter Fence Ii. Finishing Works Of Existing Fence Iii. Construction/welding Of Steel Fence With Steel Matting As Main Fence Iv. Painting Works Of Inner Wall And Concrete Post Structures And All Steel Materials V. Installation Of Electrical Materials Vi. Construction Of 368m Drainage Canal 2.2 Not Applicable (h) The Other Documents Forming Part Of The Contract Are: None. 5.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Issuance Of Ntp 6.5 The Contractor Shall Employ The Following Key Personnel: 1. Civil Engineer 2. Construction Foreman 3. Carpenter/mason/paintor 4. Equipment Operator 5. Laborers 6. Welders Equipment Needed: 1 Concrete Mixer, Welding Machine 1 Bar Cutter, Grinder 1 Concrete Vibrator 7.1 At The Contractor’s Option The Performance Security Is To Be In Any Of The Following Form: (a) Cash, Certified (cashier’s Or Manager’s) Check, In The Amount Of Five Percent (5%) Of The Contract Price; And (b) Bank Guarantee In The Amount Of Ten Percent (10%) Of The Contract Price. The Performance Security Shall Be Discharged By The Procuring Entity And Returned To The Contractor Not Later Than Thirty (30) Days Following The Date Of The Expiration Of This Contract. 8.1 No Further Instructions. 9.1 The Applicable Liquidated Damages Is At Least One Tenth (1/10) Of A Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 10.1 The Site Investigation Reports Are: None 20.1 The Arbiter Is: Construction Industry Arbitration Commission Manila 20.2 No Further Instructions. 25.1 No Further Instructions. 28.1 No Day Works Are Applicable To The Contract. 30.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within [10] Days Of Delivery Of The Letter Of Acceptance. 30.3 The Period Between Program Of Work Updates Is [30] Days. The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is 1% Of The Progress Billing. 33.3 The Funding Source: 20% Ldf 2025 36.1 The Defects Liability Period Is One Year. 38.1 The Amount Of The Advance Payment Is 15% Of The Contract Price And To Be Recouped Every Progress Billing. 39.1 No Further Instructions. 39.3 No Further Instructions. 41.2 The Amount Of Retention Is Ten Percent (10%) Of The Contract Value. 47.1 No Further Instructions. 50.1 The Date By Which Operating And Maintenance Manuals Are Required Is : Not Applicable The Date By Which “as Built” Drawings Are Required Is : [within Fifteen (15) Days After Completion] 50.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings By The Date Required Is : [1% Of The Final Contract Amount] Part Ii. Section V. Specifications I. Site Clearing Site Clearing (before And After) 1 Lot Including Vegetation Controls And Alike Ii. Excavation And Filling Works Footing, Wall Footing Excavation 190 Cu.m Filling And Grading Of Soil Near The Fence Iii. Carpentry Works (forms, Scafolding) 100-2”x3”x16’ Lawaan 800 Bd.ft 100-2”x2”x16’ Lawaan 534 Bd.ft #cwn Assorted 80 Kls Marine Plywood 120 Pcs Iv. Concrete Works Portland Cement Type 1 280 Bags Washed Sand 22 Cu.m ¾” Screened Gravel 30 Cu.m V. Reinforcement Works 10mm Dsb 295 Le Of 6m 1079.7 Lg 12mm Dsb 740 Le Of 6m 3944.2 Kg #16 Tie Wire 100 Kg Vi. Masonry Works (walls And Finishing Works) 6” Chb 1100 Pcs Portland Cement 160 Bags Washed Sand 17 Cu.m Vii. Welding Works Steel Matting Wire Mesh 4”x8”, 4.5mm Thick Rod 137 Sheet G.i. Steel Tubular Type 2”x3”x6m Length, 1.5mm Thick 274 Pcs 12mm Steel Bars 504 Pcs 2”x1” Angle Bar 5mm Thick 6m Length 125 Pcs Grinding Disk 150 Pcs Bolts (connection For Steel To Concrete) 1500 Pcs Cutting Disk 100 Pcs Welding Rod 700 Pcs Viii. Painting Works Painting Of Walls (two Coats) 632.2 Sq.m Painting Of Steels (use Zinc Chromate For Tubular And Red Oxide For Steel Matting For First Coat) Used Epoxy Enamel For Top Coat. Black Use Color Black 675 Sq.m Ix. Electrical Works Thhn – Thwn Paciflex #10 10 Mts Thhn – Thwn Paciflex #12 9 Boxes Electrical Pvc Pipe #3/4 160 Le Heavy Duty Metal Conduit Clamp Gi Clamps Single #3/4 40 Pcs Electrical Pvc Elbow #3/4 30 Pcs Electrical Square Box Poly 70 Pcs Enclosure Boxn Surface Type 9 Way 161 Mm-w/ 255mm-i 1 Pc Mcb Circuit Breaker 20 Amps Ac 4 Pcs Mcb Circuit Breaker 40 Amps Ac 1 Pc Electrical Conduit Pipe Connector, Male Adapter W/ Lock Nut #3/4 6 Pcs Electrical Tape Big 20 Pcs 30 Watts Outdoor Street Light As Showed In Plan. With Holder (clamps) With Steel As Shown 65 Sets G.i. Pipe 2” Dia. X 6m Sched. 20 33 Pcs Welding Rod #6013 15 Boxes Anchor Bolt 5/8 X 8” With Nut And Washer 4 Pcs With 5mm 8” X 8” Steel Plate 65 Sets Steel Plate 5mm Thick 1 Sheet Cutting Disk For Steel 15 Pcs X. Billboard Project Billboard 1 Lot Xi. Temporary Facility 1 Lot Provision Of Bunk House Temporary Electrical Connection Temporary Water Supply Connection Part Ii. Section Vi. Drawings Part Ii. Section Vii. Bill Of Quantities Item Scope Of Works Unit Qty Unit Price Total Amount I Site Clearing Lot 1.00 Ii Excavation & Filling Works Lot 1.00 Iii Carpentry Works (forms, Scafolding) Lot 1.00 Iv Concrete Works Lot 1.00 V Reinforcement Works Kgs 5023.90 Vi Masonry Works (walls & Finishing Works) Lot 1.00 Vii Welding Works Lot 1.00 Viii Painting Works Sq.m 1307.20 Ix Electrical Works Lot 1.00 X Billboard Lot 1.00 Xi Temporary Facility Lot 1.00 Part Ii. Section Viii. Forms And Qualification Information Table Of Contents Bid Form 129 Form Of Bid Security (bank Guarantee) 131 Qualification Information 133 Letter Of Acceptance 136 Form Of Contract Agreement 137 Form Of Performance Security (bank Guarantee) 140 Bank Guarantee For Advance Payment 141 Affidavit Of Disclosure Of No Relationship 142 Bid Form Date: Iaeb No.: To: Alain P. Cabanilla Chairman, Bids And Awards Committee Carmen, Municipal Hall Poblacion, Carmen, Surigao Del Sur We, The Undersigned, Declare That: We Have Examined And Have No Reservation On The Bidding Documents Including Addenda, For The Contract Completion Of Concrete Perimeter Fence At Evacuation Center, At Brgy. Poblacion, Carmen, Surigao Del Sur. A) We Offer To Execute The Works For This Contract In Accordance With The Bid, And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid The Total Price Of Our Bid, Excluding Any Discounts Offered In Item (d) Below Is: _______________ The Discounts Offered And The Methodology For Their Application Are: _______________ B) Our Bid Shall Be Valid For A Period Of [insert Number] Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; C) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of __________ Percent Of The Contract Price For The Due Performance Of The Contract; D) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries: Philippines E) 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; F) Our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; G) 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 H) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. Name: ___________________ In The Capacity Of: _______________ Signed: _______________ Duly Authorized To Sign The Bid For And On Behalf Of: ___________________ Date: ______________________ (with Bank’s Letter Head) Form Of Bid Security (bank Guarantee) Whereas, [insert Name Of Bidder] (hereinafter Called The “bidder”) Has Submitted His Bid Dated [insert Date] For The [insert Name Of Contract] (hereinafter Called The “bid”). Know All Men By These Presents That We [insert Name Of Bank] Of [insert Name Of Country] Having Our Registered Office At [insert Address] (hereinafter Called The “bank” Are Bound Unto [insert Name Of Procuring Entity] (hereinafter Called The “entity”) In The Sum Of [insert Amount] For Which Payment Well And Truly To Be Made To The Said Entity The Bank Binds Himself, His Successors And Assigns By These Presents. Sealed With The Common Seal Of The Said Bank This _____ Day Of _________ 20___. The Conditions Of This Obligation Are: 1. If The Bidder: (a) Withdraws His Bid During The Period Of Bid Validity Specified In The Form Of Bid; Or (b) Does Not Accept The Correction Of Arithmetical Errors Of His Bid Price In Accordance With The Instructions To Bidder; Or 2. If The Bidder Having Been Notified Of The Acceptance Of His Bid By The Employer During The Period Of Bid Validity: (a) Fails Or Refuses To Execute The Form Of Agreement In Accordance With The Instructions To Bidders, If Required; Or (b) Fails Or Refuses To Furnish The Performance Security In Accordance With The Instructions To Bidders. We Undertake To Pay To The Entity Up To The Above Amount Upon Receipt Of His First Written Demand, Without The Entity Having To Substantiate His Demand, Provided That In His Demand The Entity Will Note That The Amount Claimed By Him Is Due To Him Owing To The Occurrence Of One Or Both Of The Two (2) Conditions, Specifying The Occurred Condition Or Conditions. The Guarantee Will Remain In Force Up To And Including The Date 120 Days After The Deadline For Submission Of Bids As Such Deadline Is Stated In The Instructions To Bidders Or As It May Be Extended By The Entity, Notice Of Which Extension(s) To The Bank Is Hereby Waived. Any Demand In Respect Of This Guarantee Should Reach The Bank Not Later Than The Above Date. Date Signature Of The Bank Witness Seal (signature, Name And Address) Qualification Information Notes: The Information To Be Filled In By Bidders In The Following Pages Will Be Used For Purposes Of Qualification As Provided For In Part I, Part I. Section Ii. Eligibility Documents. This Information Will Not Be Incorporated In The Contract. Attach Additional Pages As Necessary. 1. Individual Bidders Or Individual Members Of Joint Ventures 1.1 Constitution Or Legal Status Of Bidder: [attach Copy] Place Of Registration: [insert] Principal Place Of Business: [insert] Power Of Attorney Of Signatory Of Bid: [attach] 1.2* Total Annual Volume Of Construction Work Performed In The Past Five Years As Listed In The Eligibility Data Sheet, Reflected Using The Currency Specified For The Bid. Annual Turnover Data (construction Only) Year Turnover In (specified Currency) 1. 2. 3. 4. 5. 1.3 Work Performed As Prime Contractor On Works Of A Similar Nature And Volume Over The Last Ten Years. Proof Of Completion, E.g. Certificate Of Completion Signed By The Employer Or Owner, Shall Be Submitted. Also List Details Of Work Under Way Or Committed, Including Expected Completion Date. Project Name And Country Name Of Employer And Contact Person Type Of Work Performed And Year Of Completion Total Value Of Contract (in Specified Currency) 1. 2. 1.4 Major Items Of Contractor’s Equipment Proposed For Carrying Out The Works. List All Information Requested Below. Item Of Equipment Description, Make, And Age (years) Owned, Leased (from Whom?), Or To Be Purchased (from Whom?) 1. [employer To Specify] 2. 3. 1.5* Qualifications And Experience Of Contract Manager Proposed For Administration And Execution Of The Contract. Attach Bio-data. Name (primary Candidate And Alternate) Years Of Experience In Similar Works Years Of Experience As Contract Manager 1. 2. 1.6* Financial Statements For The Last Five (5) Years. Attach Audited Financial Statements. 1.7 Evidence Of Access To Financial Resources To Meet The Qualification Requirements: Cash In Hand, Lines Of Credit, Etc. List Below And Attaché Copies Of Support Documents. Source Of Financing Amount In (specified Currency) 1. 2. 3. 1.8 Name, Address, And Telephone And Facsimile Numbers Of Banks That May Provide References If Contacted By The Entity. 1.9 Proposed Program Of Work (work Method And Schedule). Attach Descriptions, Drawings And Charts, As Necessary, To Comply With The Requirements Of The Bidding Documents. 1.10* Proposed Subcontracts And Firms Involved. Refer To Gcc Clause 8. Section Of The Works Value Of Subcontract Subcontractor (name And Address) Experience In Similar Work 2. Joint Ventures* 2.1 The Information Listed In 1.1 - 1.9 Above Shall Be Provided For Each Partner Of The Joint Venture. 2.2 Attach The Power Of Attorney Of The Signatory(ies) Of The Bid Authorizing Signature Of The Bid On Behalf Of The Joint Venture. 2.3 Attach The Agreement Among All Partners Of The Joint Venture (and Which Is Legally Binding On All Partners), Which Shows That: (a) All Partners Shall Be Jointly And Severally Liable For The Execution Of The Contract In Accordance With The Contract Terms; (b) One Of The Partners Will Be Nominated As Being In Charge, Authorized To Incur Liabilities, And Receive Instructions For And On Behalf Of Any And All Partners Of The Joint Venture; And (c) The Execution Of The Entire Contract, Including Payment, Shall Be Done Exclusively With The Partner In Charge. Letter Of Acceptance [letterhead Of The Entity] Date: [insert Date] To: [name And Address Of Contractor] This Is To Notify You That Your Bid Dated [insert Date] For Execution Of The [insert Name Of Contract And Identification Number As Given In The Itb] For The Contract Price Of [insert Amount In Specified Currency] , As Corrected And Or Modified If Applicable, In Accordance With The Instructions To Bidders Is Hereby Accepted By Our Agency. You Are Hereby Instructed To Come To Our Office Located At [insert Address] To Sign The Formal Agreement On [date] At [time]. Authorized Signature: Name: Designation: Form Of Contract Agreement This Agreement, Made This ____th Day Of _______ Between Hon. Jane V. Plaza, Municipal Mayor Of Carmen, Surigao Del Sur (hereinafter Called The“entity”) And ________________________________________, Represented By _________________________ (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute The Completion Of Concrete Perimeter Fence At Evacuation Center, Brgy. Poblacion, Carmen, Surigao Del Sur (hereinafter Called “the Works”) And The Entity Has Accepted The Bid In The Amount Of ___________________________________ (php . __________) By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Section Scope Of Works Unit Qty Unit Price Total Amount 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 Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) General And Special Conditions Of Contract; (b) Drawings/plans; (c) Specifications; (d) Invitation To Apply For Eligibility And To Bid; (e) Instructions To Bidders; (f) Bid Data Sheet; (g) Addenda And/or Supplemental/bid Bulletins, If Any; (h) Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes; (i) Eligibility Requirements, Documents And/or Statements; (j) Performance Security; (k) Credit Line Issued By A Licensed Bank, If Any; (l) Notice Of Award Of Contract And The Bidder’s Conforme Thereto; (m) Other Contract Documents That May Be Required By Existing Laws And/or The Entity. I. Environmental Management Plan (emp) Ii. Environmental Compliance Certificate (ecc),if Any 3. In Consideration Of The Payments To Be Made By The Entity To The Contractor As Hereinafter Mentioned, The Contractor Hereby Covenants With The Entity To Execute And Complete The Works Within 30 Calendars Days Inclusive Of 20 Days Allowance For Unworkable Conditions And Remedy Any Defects Therein In Conformity With The Provisions Of This Contract In All Respects. 4. The Entity Hereby Covenants To Pay The Contractor In Consideration Of The Execution And Completion Of The Works And The Remedying Of Defects Wherein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Times And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Municipality Of Carmen By : Contractor By : Jane V. Plaza _____________________________ First Party Second Party Signed In The Presence Of : ____________________________ _____________________ Witness Witness Notarial Acknowledgment Republic Of The Philippines) Before Me, This ______ Day Of _________________, Personally Appeared: Name Ctc No. Date Of Issue Place Of Issue 1. Jane V. Plaza __________ _____________ Carmen, Sds. 2. ____________________ __________ ______________ _____________ All Known To Me To Be Same Persons Who Executed The Foregoing Agreement And Acknowledge That The Same Are Their Free Act And Voluntary Deed. This Instrument Consisting Of _____ Pages, Including This Page Whereon The Acknowledgment Is Written, Has Been Signed By The Parties And Their Witnesses On Each And Every Page Thereof, Sealed With Notarial Seal. Notary Public Doc. No.______; Page No.______; Book No.______; Series Of 2025 (with Bank’s Letter Head) Form Of Performance Security (bank Guarantee) To : [name Of Procuring Entity] [address Of Procuring Entity] Whereas, [name And Address Of Contractor] (hereinafter Called The “contractor”) Has Undertaken, In Pursuance Of Contract No. [insert Number] Dated [insert Date] To Execute [name Of Contract And Brief Description Of Works] (hereinafter Called The “contract”); And Whereas, It Has Been Stipulated By You In The Said Contract That The Contractor Shall Furnish You With A Bank Guarantee By A Recognized Bank For The Sum Specified Therein As Security For Compliance With His Obligations In Accordance With The Contract; And Whereas, We Have Agreed To Give The Contractor Such A Bank Guarantee; Now Therefore, We Hereby Affirm That We Are The Guarantor And Responsible To You, On Behalf Of The Contractor, Up To A Total Of [insert Amount Of Guarantee In Numbers And In Words] Such Sum Being Payable In The Types And Proportions Of Currencies In Which The Contract Price Is Payable, And We Undertake To Pay You, Upon Your First Written Demand And Without Cavil Or Argument, Any Sum Or Sums Within The Limits Of [amount Of Guarantee] As Aforesaid Without Your Needing To Prove Or To Show Grounds Or Reasons For Your Demand For The Sum Specified Therein. We Hereby Waive The Necessity Of Demand Of The Said Debt From The Contractor Before Presenting Us With The Demand. We Further Agree That No Change Or Addition To Or Other Modification Of The Terms Of The Contract Or Of The Works To Be Performed There Under Or Of Any Of The Contract Documents Which May Be Made Between You And The Contractor Shall In Any Way Release Us From Any Liability Under This Guarantee, And We Hereby Waive Notice Of Any Such Change, Addition, Or Modification. This Guarantee Shall Be Valid Until A Date Twenty Eight (28) Days From The Date Of Issue Of The Certificate Of Completion. Signature And Seal Of The Guarantor Name Of Bank Address Date (with Bank’s Letter Head) Bank Guarantee For Advance Payment To: [name And Address Of Procuring Entity] [name Of Contract] Gentlemen: In Accordance With The Provisions Of The Gcc Clause 32 Of The Above-mentioned Contract, [name And Address Of Contractor] (hereinafter Called “the Contractor”) Shall Deposit With [name Of Procuring Entity] A Bank Guarantee To Guarantee His Proper And Faithful Performance Under The Said Clause Of The Contract In An Amount Of [amount Of Guarantee] [amount In Words] We, The [bank Or Financial Institution], As Instructed By The Contractor, Agree Unconditionally And Irrevocably To Guarantee As Primary Obligator And Not As Surety Merely, The Payment To [name Of Procuring Entity] On His First Demand Without Whatsoever Right Of Objection On Our Part And Without His First Claim To The Contractor, In The Amount Not Exceeding [amount Of Guarantee] [amount In Words] We Further Agree That No Change Or Addition To Or Other Modification Of The Terms Of The Contract Or Of Works To Be Performed There Under Or Of Any Of The Contract Documents Which May Be Made Between [name Of Procuring Entity] And The Contractor, Shall In Any Way Release Us From Any Liability Under This Guarantee, And We Hereby Waive Notice Of Any Such Change, Addition, Or Modification. This Guarantee Shall Remain Valid And In Full Effect From The Date Of The Advance Payment Under The Contract Until [name Of Procuring Entity] Receives Full Repayment Of The Same Amount From The Contractor. Yours Truly, Signature And Seal: Name Of Bank/financial Institution: Address: Date: Affidavit Of Disclosure Of No Relationship [see Itb Clause 3.2 Of The Bidding Documents] I, [name Of The Affiant], [state Nationality], Of Legal Age, [state Status], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Authorized Representative Of [insert Name Of Bidder] With Office Address At [insert Address] An Established And Reputable Constructor Of [insert Name And/or Description Of The Works] For The Bidding Of [insert Name Of The Project] By The [insert Name Of Procuring Entity] (hereinafter Referred To As The “procuring Entity”); 2. None Of The [officers / Directors / Controlling Stockholders / Members / Owners] Of The [name Of The Bidder] Are Related By Consanguinity Or Affinity Up To The Third Civil Degree To The Head Of The Procuring Entity Or Any Of The Procuring Entity’s Officers Or Employees Having Direct Access To Information That May Substantially Affect The Result Of The Bidding, Such As, But Not Limited To, The Members Of The Bids And Awards Committee (bac), The Members Of The Technical Working Group (twg), The Bac Secretariat, The Members Of The Project Management Office (pmo), And The Designers Of The Project. 3. I Am Making This Statement In Compliance With Section 47 Of The Implementing Rules And Regulations Part A Of Republic Act 9184, And In Accordance With The Requirements Of The Procuring Entity 4. I Understand And Accept That Any False Statement In This Respect Will Render [name Of The Bidder], And Its Authorized Officers Liable For Prosecution To The Full Extent Of The Law. In Witness Whereof, I Have Hereunto Set My Hand This _________________ Day Of __________________, 20__, In The City Of __________________, Philippines. ______________________ Affiant Subscribed And Sworn To Before Me This ___________________________ Day Of _____________________, Philippines. ______________________ Notary Public Doc. No. __________; Page No. __________; Book No. __________; Series Of 20____ 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] Checklist Republic Of The Philippines Province Of Surigao Del Sur Municipality Of Carmen Bids And Awards Committee Bid Opening Checklist Name Of Contractor : _______________________________________________________ Name Of Project : _______________________________________________________ Bid Amount : _______________________________________________________ 1. Eligibility Documents A) Class A Documents A.) Dti ____ B.) Mayor’s Permit ____ C.) Pcab License ____ D.) Tax Clearance ____ E.) Audited Financial Statement/bir Income Tax ____ F.) Certificate Of Philgeps Registration (platinum) ____ B) - Class B Documents A.) Minimum Experience To Be Eligible And Qualified - One Project Of 80% Value For The Last 5-years ____ Same Nature - Average 3-years Total Project > 100% ____ 2. Technical Proposal A) Bid Security ____ B) Construction Schedule And S-curve ____ C) Pert-cpm ____ D) Manpower Schedule ____ E) Construction Method ____ F) Organization Chart For The Contract To Be Bid ____ G) Duly Signed Contractor’s Certification Of Key Personnel For The Contract, With Key Personnel’s Affidavits Of Commitment To Work On The Contract With Complete Qualification And Experience Data ____ H) Duly Signed List Of Contractor’s Equipment Pledge For The Contract Supported With Proof Of Ownership. ____ I) Equipment Utilization Schedule ____ J) Affidavit Of Site Inspection ____ K) Prospective Bidder’s Computation For Its Net Financial Contracting Capacity (nfcc) ____ L) Construction Safety And Health Program ____ M) Statement Of Ongoing Government And Private Construction Contracts, Including Contracts Awarded But Not Yet Started ____ N.) Statement Of All Completed Government And Private Construction Contracts Which Are Similar In Nature ____ O.) Evidence Of Financial, Technical & Prod’n. Capabilities/list Of Completed Projects ____ P.) Omnibus Sworn Statements In Accordance With Section 25.3 Of The Ra 9184 ____ Q.) Statement Of The Bidders Slcc Similar To The Contract To Be Bid ____ 3. Financial Proposal A. Duly Signed Bid Price In Approved Bid Form ____ B. Duly Signed Bill Of Quantities ____ C. Duly Signed Detailed Estimate ____ D. Duly Signed Cash Flow By Quarter And Payment Schedule ____ Documents To Be Submitted A) One (1) – Original; B) Two(2) Copies – Xerox ____
Closing Date19 Feb 2025
Tender AmountPHP 4 Million (USD 69.1 K)
8671-8680 of 8677 archived Tenders