][bid data sheetcatarmancamiguin.gov.ph/wp-content/uploads/2020/09/... · 5.1 no further...
TRANSCRIPT
][Bid Data Sheet
ITB Clause1.1 The Procuring Entity is LGU-CATARMAN
The name of the Contract is DININGGASAN TOURISMDEVELOPMENT PROJECT
The identification of the Contract is CATCAM -2020-34
2 The Funding Source is 20% Development Fund
The Government of the Philippines (GOP) through 20% DevelopmentFund in the amount of Php 4,967,632.11.
The name of the Project is: DININGGASAN TOURISMDEVELOPMENT PROJECT
3.1 No further instructions.5.1 No further instructions5.2 Bidding is restricted to eligible bidder as defined in ITB Clause 5.1.5.4 (a) No further instructions.5.4(b) For this purpose, similar contracts shall refer to contracts which have
the same major categories of work. Construction of 231.93 sq.m.building of Dininggasan Tourism Development Project at Looc,Catarman, Camiguin.
8.1 Subcontracting is not allowed.8.2 Not applicable.9.1 The Procuring Entity will hold a Pre-Bid conference for this project on
September 23, 2020 – 9:00 AM at Municipal Conference Room, 2nd
Floor Multi-Purpose Building,Catarman, Camiguin.10.1 The Procuring Entity’s address is:
LGU-CATARMAN, Poblacion, Catarman, CamiguinHON. KITERIO ANTONIO U. PALARCA IIMunicipal [email protected]
10.4 No further instructions.12.1 No further instructions.12.1(a)(iii) No further instructions.12.1 (b)(ii.2) The minimum work experience requirements for key personnel are the
following:
Key Personnel General Experience Relevant ExperienceEngineer civil works civil worksForeman civil works civil worksLaborer civil works civil worksCarpenter civil works civil worksMason civil works civil worksSteelman civil works civil works
Paintor civil works civil worksWelder civil works civil worksElectrician civil works civil works
12.1(b)(iii.3) The minimum major equipment requirements are the following:
Equipment Capacity Number of Units
Bagger mixerVibratorBar CutterWelding machine
13.1 List of additional requirements:1. Preliminary Conceptual Design Plans in accordance with the
degree of details specified by the procuring entity2. Design and construction methods3. List of design and construction personnel, to be assigned to the
contract to be bid, with their complete qualification andexperience data; and
4. Value engineering analysis of design and construction method
13.1(b) This shall include all of the following documents:
1) Lump sum bid prices, which include the detailed engineeringcost, in the prescribed Bid Form;
2) Detailed estimates, including a summary sheet indicating theunit prices of construction materials, labor rates, and equipmentrentals used in coming up with the Bid; and
3) Cash flow by quarter and payment schedule
13.2 The ABC is Php 4,967,632.11. Any bid with a financial componentexceeding this amount shall not be accepted.
14.2 “No further instructions.”15.4 No further instructions16.1 The Bid prices shall be quoted in the Philippine Peso.
16.3 No further instructions
17.1 Bids will be valid March 4, 2021.
18.1 The bid security shall be in the form of a Bid Securing Declaration orany of the following forms and amounts:
1. The amount of not less than P99,352.64, if the bid security is incash, cashier’s/manager’s check, bank draft/guarantee orirrevocable letter of credit;
2. The amount of not less than P 248,381.60 if the bid security is inSurety Bond
18.2 The bid security shall be valid until March 4, 2021.20.3 Each bidder shall submit one (1) original and two (2) copies of the first
and second components of its bid.
21 The address for submission of bid is:
BAC SECRETARIATOffice of the Municipal Mayor2nd Floor Multi-purpose BuildingCatarman,Camiguin.
The deadline for submission of bids is October 5, 2020 – 9:30AM.24.1 The place of bid opening is at the Municipal Conference Room, 2nd
Floor Multi-purpose Building, Catarman, Camiguin.
The date and time of bid opening is October 5, 2020 – 10:30A.M.24.2 No further instructions.24.3 No further instructions.27.3 Partial bid is not allowed. The infrastructure project is packaged in a
single lot and the lot shall not be divided into sub-lots for the purpose ofbidding, evaluation, and contract award.
27.4 No further instructions.28.2 List licenses and permits relevant to the Project and the corresponding
law requiring it.Registration certificate from SEC, DTI for sole proprietorship, or CDAfor cooperatives, PhiGEPS Certificate of Registration, PCAB Licenseand Registration, Tax Clearance, Mayor’s/ Business Permit
31.4 (g) List of additional contract documents relevant to the Project that maybe required by existing laws and/or Procuring Entity, such asconstruction schedule and S-curve, manpower schedule, constructionmethods, equipment utilization schedule, construction safety and healthprogram approved by the Department of Labor and Employment, andPERT/CPM or other acceptable tools of project scheduling.
LGU – CATARMANName of the Procuring Entity
CATCAM-2020-34Contract Reference NumberDININGGASAN TOURISM DEVELOPMENTPROJECTName of the Contract:LOOC, CATARMAN, CAMIGUINLocation of the Contract
Standard Form Number: SF-INFR-06aRevised on: May 11, 2004
LETTER OF INTENT
____________________(Date of Issuance)
____________________________________(Name of the Head of the Procuring Entity)____________________________________(Position of the Head of the Procuring Entity)____________________________________Name of the Procuring Entity____________________________________Address of Procuring Entity)
Attention : The ChairmanBids and Awards Committee
Dear Sir / Madame:
In response to the Invitation to Apply for Eligibility and to Bid for the _____________________ of the(Name of the Contract)
__________________________ which appeared at the ____________________________________(Name of the Procuring Entity) (Name of newspaper or website or G-EPS)on_____________________________, we would like to express our intention to apply for eligibility to( date of advertising/posting )participate in the said bidding.
If found eligible, we commit to purchase the Bidding Documents for the said contract and to submit a bidtherefore.
In this regard, we would like to purchase the set of Eligibility Forms for the project.
Very truly yours,
_______________________________Name of Representative of the Bidder______________________________Position______________________________Name of the Bidder
Received by the BAC:
__________________________________Date: _____________________________
LGU – CATARMANName of the Procuring Entity
CATCAM-2020-34Contract Reference NumberDININGGASAN TOURISM DEVELOPMENTPROJECTName of the Contract:LOOC, CATARMAN, CAMIGUINLocation of the Contract
Standard Form Number: SF-INFR-07Revised on: October 28, 2016
Checklist of Eligibility Requirements for Bidders
The Eligibility Envelope shall contain the following:
a) Class “A” Documents
LEGAL DOCUMENTS
i) Registration certificate from SEC, Department of Trade and Industry (DTI) for sole proprietorship, orCDA for cooperatives
ii) Mayor’s/Business permit issued by the city or municipality where the principal place of business ofthe prospective bidder is located, or the equivalent document for Exclusive Economic Zones or Areas.
iii) Tax Clearance per E.O. 398, s. 2005, as finally reviewed and approved by the Bureau of InternalRevenue (BIR)
LGU – CATARMANName of the Procuring Entity
CATCAM-2020-34Contract Reference NumberDININGGASAN TOURISM DEVELOPMENTPROJECTName of the Contract:LOOC, CATARMAN, CAMIGUINLocation of the Contract
Standard Form Number: SF-INFR - 08Revised on: October 28, 2016
Checklist of Eligibility Requirements for the BAC
PROJECT: DININGGASAN TOURISMDEVELOPMENT PROJECT
DATE: OCTOBER 5, 2020 (10:30AM)
BIDDER:
Checklist of Eligibility Requirements
ELIGIBILITY ENVELOPE:
END
USE
R
MEM
-BER
MEM
-BER
MEM
-BER
VIC
E-C
HA
IR-M
AN
CH
AIR
-MA
N
Class “A” Documents
Legal Documents
i) Registration certificate from SEC, Department of Trade and Industry (DTI) for soleproprietorship, or CDA for cooperatives
ii) Mayor’s/Business permit issued by the city or municipality where the principal placeof business of the prospective bidder is located, or the equivalent document forExclusive Economic Zones or Areas
NOTE: Any missing document
Remarks: ( ) Eligible
iii)
in
Tax Clearance per E.O. 398, s. 2005, as finally reviewed and approved by theBureau of Internal Revenue (BIR)
The above-mentioned checklist is a ground for outright rejection of the bid.
( ) Ineligible
Standard Form Number: SF-INFR-10Revised on: May 24, 2004
NO. ________
Republic of the PhilippinesDepartment of Trade & Industry
(REGION)
Certification of RegistrationOF
BUSINESS NAME
THIS IS TO CERTIFY THAT
___________________________________
as a business name, or firm or style was registered in this office on _______________________ by:
___________________________________
which will expire on _____________________, in accordance with the provisions of Act No. 3883 of thePhilippines Legislature approved on November 14, 1931 as amended by Act No. 4147, approved November 28,1934, and Republic Act No. 863, approved June 16, 1953, and in compliance with the rules and regulationsprescribed by the Department of Trade and Industry.
IN TESTIMONY WHEREOF, I have hereunto set my hand causedthe seal of the DEPARTMENT OF TRADE AND INDUSTRY to beaffixed at __________________, Philippines, this _____ day of___________________, in the year of our Lord, ____________.
(Name of the Director)Director, DTI
NOTE: THIS IS NOT A LICENSE TO ENGAGE IN ANY KIND OF BUSINESS.(VALID ONLY AT THE BUSINESS ADDRESS INDICATED HEREIN)
Logo of DTI
AFFIXDOCUMENTARY
STAMP
Standard Form Number: SF-INFRA-11Revised on: May 24, 2004
Bilang ___________Republic of the Philippines
__________________________Name of the City or Municipality__________________________
Address__________________________
Telephone and Fax Numbers__________________________
Website Address__________________________
E-mail Address
PAHINTULOT SA PANGANGALAKAL(BUSINESS PERMIT)
MATALASTAS NG LAHAT:(KNOW ALL MEN BY THESE PRESENTS:)
Na Si/Ang:(That:) (Name of Bidder)
Namatatagpuan at may pahatirangsulatsa(with postal address at)
(Address of the Bidder)na itinatag ng may buong karapatan at umiiral sa ilalim ng mga batas ng
(duly organized and existing under the laws of the)
BagongRepublikangPilipinas, ay pinagkakaloobanngpahintulotnamangangalakalbilang(New Republic of the Philippines, is hereby granted the permit to operate as)
________________________________
Ngayongika - ______________________ ng _______________________(on this) (day of)
Ang pahintulot na ito ay matatapos sa ika - ___________________________(This permit expires on)
Malibangito’ymaagangbawiin at walaingbisa.(unless sooner revoked.)
O. R. BILANG ____________(O.R. No.)
HALAGA ____________(Amount)
PETSA ____________(Date)
(Name of Head)Business Permit Office
(Name of Mayor)PunongLungsod(Mayor)
ITO AY DAPAT IPASKEL SA HAYAG NA POOK NG KALAKALAN AT DAPAT(This must be posted on conspicuous place and)
IPAKITA SA SANDALING HINGIN NG MGA KINAUUKULANG MAYKAPANGYARIHAN.(to be presented upon demand by proper authorities.)
LGU – CATARMANName of the Procuring Entity
CATCAM-2020-34Contract Reference NumberDININGGASAN TOURISM DEVELOPMENTPROJECTName of the Contract:LOOC, CATARMAN, CAMIGUIN
Location of the ContractStandard Form Number: SF-INFRA-30Revised on: October 28, 2016
Checklist of Technical Envelope Requirements for Bidders
CLASS ‘A” DOCUMENTS
The Technical Component shall contain the following:
i) PhilGEPS Certificate of Registration and membership in accordance with Section 8.5.2 of 2016 IRR
UPLOADED CURRENT & UPDATED FILEa) Registration Certificateb) Mayor’s/Business Permit or its Equivalent Documentc) Tax Clearanced) PCAB License and Registratione) Audited Financial Statement
ii) PCAB License and Registration
iii) Statement of all Ongoing Government and private Contracts
iv) Statement of Single Largest Completed Contract (SLCC)
v) NFCC Computation
vi) The prospective bidder’s audited financial statement, showing among others the prospective bidder’stotal and current assets and liabilities stamped “received” by the BIR or its duly accredited andauthorized institutions, for the preceding calendar year which should not be earlier than two (2) yearsfrom the date of bid submission
vii) Joint Venture Agreement, if applicable
viii) Bid Security in the prescribed form, amount and validity period
ix) Organization chart for the contract to be bid
x)List of contractor’s personnel to be assigned to the contract to be bid, with their completequalification and experience data
xi)List of contractor’s major equipment units which are owned, leased, and/or under purchasedagreements, supported by proof of ownership or certification of availability of equipment fromthe equipment lessor/vendor for the duration of the project, as the case maybe; and
xii) Omnibus Sworn Statement in accordance with Section 25.3 of 2016 IRR
LGU – CATARMANName of the Procuring Entity
CATCAM-2020-34Contract Reference NumberDININGGASAN TOURISM DEVELOPMENTPROJECTName of the Contract:LOOC, CATARMAN, CAMIGUINLocation of the Contract
Standard Form Number: SF-INFR-35Revised on: May 24, 2004
Checklist of Technical Envelope Requirements for the BAC
PROJECT: DININGGASAN TOURISMDEVELOPMENT PROJECT
DATE: OCTOBER 5, 2020(10:30AM)
BIDDER:
Checklist of Bid RequirementsTECHNICAL ENVELOPE: APPROVED BUDGET for the CONTRACT (ABC)
END
USE
R
MEM
BER
MEM
BER
MEM
BER
VIC
E-C
HAI
RM
AN
CH
AIR
MAN
i PhilGEPS Certificate of Registration and8.5.2 of 2016 IRR,
UPLOADED CURRENT &UPDATED FILE
membership in accordance with Section
ii)
a) Registration Certificate
b) Mayor’s/Business Permit or
c) Tax Clearance
d) PCAB License and
e) Audited Financial Statement
PCAB License and Registration
Its Equivalent Document
Registration
iii) Statement of all Ongoing Government and private Contracts
iv) Statement of Single Largest Completed Contract (SLCC)
v) NFCC Computation
vi)
vii)
viii)
The prospective bidder’s audited financialthe prospective bidder’s total and current“received “ by the BIR or its duly accreditedpreceding calendar year which should not bedate of bid submission
Joint Venture Agreement, if applicable
Bid Security in the prescribed form, amount
REQUIRED BID SECURITYForm1. BID SECURING DECLARATION; OR2. ANY FORM OF BID SECURITY (SELECTa) Cash, cashier’s/manager’s check issued
by a Universal or Commercial Bankb) Bank draft/guarantee or irrevocable letter ofcredit issued by a Universal or Commercial
Statement, showing among others,assets, and liabilities, stampedand authorized institutions, for theearlier than two (2) years from the
and validity period
ONE BELOW)2% of ABC
2% of ABC
ix)
x)
xi)
xii)
Bank: Provided, however, that it shall beconfirmed or authenticated by a Universal orCommercial Bank, if issued by a foreign bankc) Surety bond callable upon demand issued
by a surety or insurance company dulycertified by the Insurance Commission asauthorized to issue such security
Organization chart for the contract to be bid
List of contractor’s personnel to be assignedwith their complete qualification and
List of contractor’s major equipment unitsunder purchased agreements, supported byof availability of equipment from theduration of the project
Omnibus Sworn Statement in accordance
5% of ABC
to the contract to be bid,experience data
which are owned, leased, and/orproof of ownership or certificationequipment lessor/vendor for the
with Section 25.3 of the 2016 IRR
Note: Any missing, incomplete or insufficient document in the above-mentioned checklist is a ground for outrightrejection of the bid.
Remarks: ( ) Complying ( ) Non-Complying
LGU – CATARMANName of the Procuring Entity
CATCAM-2020-34Contract Reference NumberDININGGASAN TOURISM DEVELOPMENT PROJECTName of the Contract:LOOC, CATARMAN, CAMIGUINLocation of the Contract
Standard Form Number: SF-INFR - 15Revised on: July 28, 2004
List of all Ongoing Government & Private Contracts including contracts awarded but not yet started
Business Name : ___________________________________Business Address : ___________________________________
Name ofContract/Project Cost
a. Owner’sName
b. Addressc. Telephone
Nos.
Nature ofWork
Bidder’s Rolea. Date
Awardedb. Date
Startedc. Date of
Completion
% ofAccomplishment
Value ofOutstanding Works/Undelivered Portion
TOTAL
Description % Planned ActualCOST
Government
Private
Note: This statement shall be supported with:1. Notice of Award and/or Contract2. Notice to Proceed issued by the owner3. Certificate of Accomplishments signed by the owner or authorized representative
Submitted : ___________________________________(Printed Name & Signature)
Designation : ___________________________________Date :___________________________________
LGU – CATARMANName of the Procuring Entity
CATCAM-2020-34Contract Reference NumberDININGGASAN TOURISM DEVELOPMENT PROJECTName of the Contract:LOOC, CATARMAN, CAMIGUINLocation of the Contract
Standard Form Number: SF-INFR – 15Revised on: July 28, 2004
STATEMENT OF SINGLE LARGEST COMPLETED CONTRACT (SLCC)Business Name: ____________________________Business Address: __________________________
Name ofContract/Project
Cost
a. Owner’sName
b. Addressc. Telepho
ne Nos.
Nature ofWork
Bidder’s Role d. Date Awardede. Date Startedf. Date of
Completion
% ofAccomplishment
Value ofOutstanding
Works/Undelivered
Portion
TOTALCOST
Description % Planned%
Actual
Government
Note: This statement shall be supported with:
Notice of Award and/or Notice to Proceed, Project Owner’s Certificate of Final Acceptance issued by the Owner other than the Contractor or theConstructors Performance Evaluation System (CPES) Final Rating, which must be at least satisfactory.
Submitted : ___________________________________(Printed Name & Signature)
Designation : ___________________________________Date :_________________________________
LGU – CATARMANName of the Procuring Entity
CATCAM-2020-34Contract Reference NumberDININGGASAN TOURISM DEVELOPMENT PROJECTName of the Contract:LOOC, CATARMAN, CAMIGUINLocation of the Contract
Standard Form Number: SF-INFR – 15Revised on: July 28, 2004
Name ofContract/Project
Cost
a. Owner’sName
b. Address
c. TelephoneNos.
Nature ofWork
Bidder’s Role
a. DateAwarded
b. DateStarted
c. Date ofCompletion
% ofAccomplishment
Value ofOutstanding
Works/Undelivered
Portion
TOTALCOST
Description % Planned % Actual
Government
Private
Note: This statement shall be supported with:1 Contract2 CPES rating sheets and/or Certificate of Completion3 Certificate of AcceptanceSubmitted by : __________________________________________
(Printed Name & Signature)Designation : __________________________________________Date : __________________________________________
Statement of all Completed Government & Private Construction Contracts which are similar in nature.Business Name : ______________________________________Business Address : ______________________________________
LGU – CATARMANName of Procuring Entity
Project Reference Number: CATCAM-2020-34Name of the Contract: DININGGASAN TOURISM DEVELOPMENT
PROJECTLocation of the Contract: LOOC, CATARMAN, CAMIGUIN
Standard Form Number: SF-INFR - 22Revised on: May 24, 2004
JOINT VENTURE AGREEMENT
KNOW ALL MEN BY THESE PRESENTS:
That this JOINT VENTURE AGREEMENT is entered into By and Between _________, oflegal age ______________, owner/proprietor of ___________________________ and a resident
( civil status )of _______________________.
- and -
________________________, of legal age, ___________________, owner/proprietor of( civil status )
__________________________ a resident of _____________________________________.
THAT both parties agree to join together their manpower, equipment, and what is need tofacilitate the Joint Venture to participate in the Eligibility, Bidding and Undertaking of the here-understated project to be conducted by the __________________________________________.
( Name of the Procuring Entity )
NAME OF PROJECT CONTRACT AMOUNT
That both parties agree to be jointly and severally liable for the entire assignment.
That both parties agree that _______________ and/or _____________________ shall be theOfficial Representative of the Joint Venture, and is granted full power and authority to do, execute andperform any and all acts necessary and/or to represent the Joint Venture in the bidding as fully andeffectively and the Joint Venture may do and if personally present with full power of substitution andrevocation.
THAT this Joint Venture Agreement shall remain in effect only for the above stated Projectsuntil terminated by both parties.
Done this _____day of ______________, in the year of our Lord.
REPUBLIC OF THE PHILIPPINES)PROVINCE OF CAMIGUIN ) S.S.x_____________________________x
BID-SECURING DECLARATION
Invitation to Bid/Request for Expression of Interest No.1:[Insert reference number]
1 Select one and delete the other2 Select one and delete the other. Adopt same instruction for similar terms throughout the document.3Issued by the GPPB through GPPB Resolution 03-2012 on 27 January 2012.4 Select one and delete the other
To:[Inset name and address of the Procuring Entity]
I/We2, the undersigned, declare that:
1. I/We understand that, according to your conditions, bids must be supported by a BidSecurity, which may be in the form of a Bid-Securing Declaration.
2. I/We accept that: (a) I/We will be automatically disqualified from bidding for anycontract with any procuring entity for a period of two (2) years upon receipt of yourBlacklisting Order; and, (b) I/we will pay the applicable fine provided under Section 6of the Guidelines on the Use of Bid Securing Declaration3, if I/we have committedany of the following actions:
(i) Withdrawn my/our Bid during the period of bid validity required in the BiddingDocuments; or
(ii) Fail or refuse to accept the award and enter into contract or perform any and allacts necessary to the execution of the Contract, in accordance with the Bidding documentsafter having been notified of your acceptance of our Bid during the period of bid validity.
3. I/We understand that this Bid-Securing Declaration shall cease to be valid on thefollowing circumstances:
a) Upon expiration of the bid validity period, or any extension thereof pursuant toyour request;
b) I am/we are declared ineligible or post-disqualified upon receipt of your notice tosuch effect, and (i) I/we failed to timely file a request for reconsideration or (ii)I/we filed a waiver to avail of said right;
c) I am/we are declared as the bidder with the Lowest Calculated and ResponsiveBid/Highest Rated and Responsive Bi4, and I/we have furnished the performancesecurity and signed the Contract.
_______________________________
GPPB Resolution No. 03-2012, dated 27 January 2012
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this________ day of [month] [year] at [place of execution].
[Insert NAME OF BIDDER’SAUHTORIZED REPRESENTATIVE][Insert signatory’s legal capacity]
Affiant
SUBSCRIBED AND SWORN to before me this ___ day of [month] [year]at[place of execution],Philippines. Affiant/s is/are personally known to me and was/were identified by me through competentevidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiantexhibited to me his/her [insert type of government identification card used], with his/her photographand signature appearing thereon, with no. ________ and his/her Community Tax Certificate No.________________ issued on ____________________ at ____________________________.
Witness my hand and seal this ____ day of [month] [year].
NAME OF NOTARY PUBLICSerial No. of Commission __________Notary Public for _____ until _________Roll of Attorney No. ________________PTR No., [date issued], [place issued]IBP No. ___, [date issued], [place issued]
Doc. No. ___Page No. ___Book No. ___Series of ____.
LGU-CATARMANName of the Procuring Entity
Project Reference Number: CATCAM-2020-34Name of the Contract: DININGGASAN TOURISMDEVELOPMENT PROJECTLocation of the Contract: LOOC, CATARMAN, CAMIGUIN
Standard Form Number: SF-INFR-36Revised on: May 24, 2004
FORM OF BID SECURITY (BANK GUARANTEE)
WHEREAS, (Name of Bidder) (hereinafter called “the Bidder”) has submitted his bid dated(Date) for the (Name of Contract) (hereinafter called “the Bid”).
KNOW ALL MEN by these presents that We (Name of Bank) of (Name of Country) havingour registered office at _________________________ (hereinafter called “the Bank” are bound unto(Name of Procuring Entity) (hereinafter called “The Entity”) in the sum of ____________________2
for which payment well and truly to be made to the said Entity the Bank binds himself, his successorsand assigns by these presents.
SEALED with the Common Seal of the said Bank this ____ day of ________________ 20 ___..
THE CONDITIONS of this obligation are that:
1) If the Bidder withdraws his Bid during the period of bid validity specified in the Form ofBid; or
2) If the Bidder does not accept the correction of arithmetical errors of his bid price inaccordance with the Instructions to Bidder; or
3) If the Bidder having been notified of the acceptance of his bid and award of contract tohim by the Entity during the period of bid validity:
a) fails or refuses to execute the Form of Contract in accordance with the Instructions toBidders, if required; or
b) fails or refuses to furnish the Performance Security in accordance with the Instructionto 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 notethat the amount claimed by it is due to the occurrence of any one or combination of the three (3)conditions stated above.
The Guarantee will remain in force up to and including the date ___________________3 days afterthe deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as itmay be extended by the Entity, notice of which extension(s) to the Bank is hereby waived. Anydemand 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)
LGU – CATARMANName of the Procuring Entity
Project Reference Number: CATCAM-2020-34Name of the Contract: DININGGASAN TOURISMDEVELOPMENT PROJECTLocation of the Contract: LOOC, CATARMAN, CAMIGUIN
Standard Form Number: SF-INFR-37Revised on: May 24, 2004
BID SECURITY: SURETY BOND
BOND NO.: ________________________ DATE BOND EXECUTED: _______________________
By this bond, We_________________________ (hereinafter called “the Principal”) as Principal and( Name of Bidder )
_________________ of the country of _________ ____________, authorized to transact business( Name of Surety )( Name of Country of Surety )in the country of _______________________ (hereinafter called “the Surety”) are held and firmly
( Name of Country of Entity )bound unto ____________________ (hereinafter called “the Entity”) as Oblige, in the sum of
( Name of Procuring Entity )_______________________1 Philippine currency, callable on demand by the Entity for the paymentof which sum, well and truly to be made, we, the said Principal and Surety bind ourselves, oursuccessors and assigns, jointly and severally, firmly by these presents.
SEALED with our seals and dated this _______ day of ______________ 20___
WHEREAS, the Principal will submit a written Bid to the Entity on the (Date)_____ day of___(Month)______________ 20_(Year)___, for the _(Name of Contract)_____ (hereinafter called “theBid”).
NOW, THEREFORE, the conditions of this obligation are that:
1) If the Principal withdraws his Bid during the period of bid validity specified in the Form ofBid; or
2) If the Principal does not accept the correction of arithmetical errors of his bid price inaccordance with the Instruction’s to Bidders: or
3) If the Principal having been notified of the acceptance of his Bid and award of contract tohim by the Entity during the period of bid validity:
a) fails or refuses to execute the Form of Contract in accordance with the Instructions toBidders, if required; or
b) fails or refuses to furnish the Performance Security in accordance with theInstructions to Bidders;
then the Entity shall call on the bond upon a written demand to the Surety, and the Surety shall paythe Entity up to the entered amount of the Bond, upon receipt by the Surety of a written demand fromthe Entity, without the Entity having to substantiate its demand, provided that, in the demand, theEntity will note that the sum claimed by it is due to the occurrence of any or combination of the threeconditions stated above. In this case, this obligation shall remain in full force and effect, otherwise itshall be null and void.
PROVIDED HOWEVER, that the Surety shall not be:
a) liable for a greater sum than the specified penalty of this bond, nor
b) liable for a greater sum that the difference between the amount of the said Principal’sBid and the amount of the Bid that is accepted by the Entity.
This Surety executing this instrument hereby agrees that its obligation shall be valid for 120 calendardays after the deadline for submission of the Bids as such deadline is stated in the Instructions toBidders or as it may be extended by the Entity, notice of which extensions(s) to the Surety is herebywaived.
PRINCIPAL SURETY
SIGNATURE(S) SIGNATURE(S)
NAME(S) AND TITLE(S) NAME(S)
SEAL SEAL
LGU – CATARMANName of the Procuring Entity
Project Reference Number: CATCAM-2020-34Name of the Contract: DININGGASAN TOURISM
DEVELOPMENT PROJECTLocation of the Contract: LOOC, CATARMAN, CAMIGUIN
Standard Form Number: SF-INFR-38Revised on: May 24, 2004
Bid Security: GSIS Bond
Republic of the PhilippinesGOVERNMENT SERVICE INSURANCE SYSTEM
GENERAL INSURANCE FUNDGSIS Makati Building, Legaspi St.
Legaspi Village, Makati, Metro Manila
G ( ) GIF Bond _______
KNOW ALL MEN BY THESE PRESENTS:
That we, ____Name of the Bidder)______________________________________________represented by its _____________________________, as Principal and the GOVERNMENTSERVICE INSURANCE SYSTEM as Administrator of the General Insurance Fund a corporation dulyorganized and existing under and by virtue of the laws of the Philippines, with head office at Manila,as SURETY, are held and firmly bound unto the OBLIGEE, _____________________ (Name of theProcuring Entity) in the sum of PESOS ________________ (P___________), callable on demand,Philippine Currency, for the payment of which sum well and truly to be made, we bind ourselves, ourheirs, executors, administrators, successors and assigns, jointly and severally, firmly by thesepresents.
WHEREAS, the above bounded PRINCIPAL will submit a bid for the _(Name ofContract)____________ on the ______ day of ______________, 20 ______ at __________ am/pm.
WHEREAS, the conditions of aforementioned OBLIGEE require the BIDDER a bond for thesaid bid.
WHEREAS, the PRINCIPAL agrees to comply with all the terms and conditions of the said bidwith the aforementioned OBLIGEE;
NOW, THEREFORE, the conditions of this obligation are that:
1) If the Principal withdraws his Bid during the period of bid validity specified in the Form of Bid;or
2) If the Principal does not accept the correction of arithmetical errors of his bid price inaccordance with the Instruction’s to Bidders: or
3) If the Principal having been notified of the acceptance of his Bid and award of contract to himby the Entity during the period of bid validity:
c) fails or refuses to execute the Form of Contract in accordance with the Instructions toBidders, if required; or
d) fails or refuses to furnish the Performance Security in accordance with theInstructions to Bidders;
then the Entity shall call on the bond upon a written demand to the Surety, and the Surety shall paythe Entity up to (the next is unreadable) amount of the Bond, upon receipt by the Surety of a writtendemand from the Entity, without the Entity having to substantiate its demand, provided that, in thedemand, the Entity will note that the sum claimed by it is due to the occurrence of any or combinationof the three conditions stated above. In this case, this obligation shall remain in full force and effect,otherwise it shall be null and void.
PROVIDED HOWEVER, that the Surety shall not be:
a) liable for a greater sum than the specified penalty of this bond, nor
b) liable for a greater sum that the difference between the amount of the said Principal’s Bidand the amount of the Bid that is accepted by the Entity.
WITNESS OUR HAND AND SEALS this ___________ day of ______________, 20____, at_______________________, Philippines.
GOVERNMENT SERVICE INSURANCE SYSTEMGeneral Insurance Fund
PrincipalBy:
_____________________
By:
_____________________
SIGNED IN THE PRESENCEOF:
__________________________________________
__________________________________________
NOT VALID WITH ERASURES
LGU – CATARMANName of the Procuring Entity
Project Reference Number: CATCAM-2020-34Name of the Contract: DININGGASAN TOURISMDEVELOPMENT PROJECTLocation of the Contract: LOOC, CATARMAN, CAMIGUIN
Standard Form Number: SF-INFR-44Revised on: August 11, 2004
Contractor’s Organization Chart for the Contract
Submit Copy of the Organizational Chart that the Contractor intends to use to execute the Contract ifawarded to him. Indicate in the chart the names of the Project Manager, Project Engineer, BridgeEngineer, Structural Engineer, Materials and Quality Control Engineer, Foreman and other KeyEngineering Personnel.
Attach the required Proposed Organizational Chart for the Contract as stated above
LGU – CATARMANName of the Procuring Entity
Project Reference Number: CATCAM-2020-34Name of the Contract: DININGGASAN TOURISM DEVELOPMENT PROJECTLocation of the Contract: LOOC, CATARMAN, CAMIGUIN
Standard Form Number: SF-INFR-48Revised on: August 11, 2004
Qualification of Key Personnel to be Assigned to the ContractBusiness Name : ________________________________________Business Address : ________________________________________
________________________________________
Project Manager /Engineer
MaterialsEngineer Foreman
Construction Safetyand HealthPersonnel
Other positions deemedrequired by the Applicant
for this projectNameAddressDate of BirthEmployed SinceExperiencePrevious EmploymentEducationPRC License
Minimum Requirements: Project Manager / Engineer: Materials Engineer: Foreman: Foreman
Note : Attached individual resume and PRC License of the (Professional) personnel.
Submitted by : __________________________(Printed Name & Signature)
Designation : __________________________Date : _______________________
LGU – CATARMANName of the Procuring Entity
Project Reference Number: CATCAM-2020-34Name of the Contract: DININGGASAN TOURISMDEVELOPMENT PROJECTLocation of the Contract: LOOC, CATARMAN, CAMIGUIN
Standard Form Number: SF-INFR-46Revised on: August 11, 2004
Key Personnel’s Certificate of Employment
Issuance Date
Name of the Head of the Procuring EntityPosition of the Head of the Procuring EntityName of the Procuring EntityAddress of the Procuring Entity
Dear Sir / Madame:
I am (Name of Nominee) a Licensed Engineer with Professional License No. issued on (date ofissuance) at (place of Issuance) .
I hereby certify that (Name of Bidder) has engaged my services as (Designation) for (Name of theContract), if awarded to it.
As (Designation) I supervised the following completed projects similar to the contract under bidding):
NAME OF PROJECT OWNER COST DATE COMPLETED___________________ __________ __________ ____________________________________ __________ __________ ____________________________________ __________ __________ _________________
At present, I am supervising the following projects:
NAME OF PROJECT OWNER COST DATE COMPLETED___________________ __________ __________ ____________________________________ __________ __________ ____________________________________ __________ __________ _________________
In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shallnotify the (Name of the Procuring Entity) at least twenty one (21) days before the effective date of myseparation.
As (Designation) , I know I will have to stay in the job site all the time to supervise and manage theContract works to the best of my ability, and aware that I am authorized to handle only one (1)contract at a time.
I do not allow the use of my name for the purpose of enabling the above-mentioned Contractor toqualify for the Contract without any firm commitment on my part to assume the post of (Designation)therefore, if the contract Is awarded to him since I understand that to do so will be a sufficient groundfor my disqualification as (Designation) in any future (Name of the Procuring Entity) bidding oremployment with any Contractor doing business with the (Name of the Procuring Entity).
___________________________(Signature of Engineer)
DRY SEAL
Republic of the Philippines }_______________________ } S.S.
SUBSCRIBED AND SWORN TO before me this _________________dayof_____________ 2020 affiant exhibiting to me his Residence Certificate No._________ issuedon____________________ at ____________________.
Notary PublicUntil December 31, 20___
Doc. No. ________;Page No. ________;Book No. ________;Series of_________;
LGU – CATARMANName of the Procuring Entity
Project Reference Number: CATCAM-2020-34Name of the Contract: DININGGASAN TOURISM DEVELOPMENT PROJECTLocation of the Contract: LOOC, CATARMAN, CAMIGUIN
Standard Form Number: SF-INFR-49Revised on: August 11, 2004
List of Equipment, Owned or Leased and/or under Purchase Agreements, Pledged to the Proposed Contract
Business Name : ________________________________________Business Address : ________________________________________
________________________________________Description Model/Year Capacity/Performance/
SizePlateNo.
Motor No. /Body No.
Location Condition Proof of Ownership /Lessor or Vendor
A. Ownedi.ii.iii.iv.v.
B. Leasedi.ii.iii.iv.v.
C. Under Purchase Agreementi.ii.iii.iv.v.List of minimum equipment required for the project
Submitted by : ____________________________________(Printed Name & Signature)
Designation : ____________________________________: ___________________________________
Omnibus Sworn Statement
REPUBLLIC OF THE PHILIPPINES )CITY/MUNICIPALITY OF CATARMAN)S.S.
A F F I D A V I T
I, (Name of Affiant), of legal age, (Civil Status), (Nationality ,and residing at (Address ofaffiant), after having been duly sworn in accordance with law, do hereby depose and statethat:
1. Select one, delete the other:
If a sole proprietorship: I am the sole proprietor of (Name of Bidder) with officeaddress at (address of bidder);
As the owner and sole proprietor of (Name of Bidder), I have full power and authority to do,execute and perform any and all acts necessary to represent it in the bidding for (Name ofthe Project) of the (Name of the Procuring Entity);
Select one, delete the other:
If a partnership, corporation, cooperative, or joint venture: I am the duly authorizedand designated representative of (Name of Bidder) with office address at (address ofbidder);
I am granted full power and authority to do, execute and perform any and all acts necessaryand/or to represent the (Name of Bidder) in the bidding as shown in the attached (State titleof attached document showing proof of authorization (e.g. duly notarized Secretary’sCertificate issued by the corporation or the members of the joint venture);
2. (Name of Bidder) is not “Blacklisted” or barred from bidding by the Government of thePhilippines or any of its agencies, offices, corporations, or Local Government Units, foreigngovernment/foreign or international financing institution whose blacklisting rules have beenrecognized by the Government Procurement Policy Board.
3. Each of the documents submitted in satisfaction of the bidding requirements is an authenticcopy of the original, complete, and all statements and information provided therein are trueand correct;
4. (Name of Bidder) is authorizing the Head of the Procuring Entity or its duly authorizedrepresentative(s) to verify all the documents submitted;
5. Select one, delete the rest:
If a sole proprietorship: I am not related to the head of the Procuring Entity, members of theBids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat,the head of the Project Management Office of the end-user unit, and the project consultantsby consanguinity or affinity up to the third civil degree;
If partnership of cooperative: None of the officers and members of (Name of Bidder) isrelated 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 ProjectManagement Office or the end-user unit, and the project consultants by consanguinity oraffinity up to the third civil degree;
If a corporation or joint venture: None of the officers, directors and controlling stockholdersof (Name of Bidder) is related to the head of the Procuring Entity, members of the Bids andAwards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the headof the Project Management Office or the end-user unit, and the project consultants byconsanguinity or affinity up to the third civil degree;
6. (Name of Bidder) complies with existing labor laws and standards;
7. (Name of Bidder) is aware of and has undertaken the following responsibilities as a Bidder:
a. Carefully examine all of the Bidding Documents;b. Acknowledge all conditions, local or otherwise, affecting the implementation of the
Contract;c. Made an estimate of the facilities available and needed for the contract to be bid, if any;
andd. Inquire or secure Supplemental/Bid Bulletin(s) issued for the (Name of the Project); and
8. (Name of Bidder) did not give or pay directly or indirectly, any commission, amount, fee, orany form of consideration, pecuniary or otherwise, to any person or official, personnel orrepresentative of the government in relation to any procurement project or activity.
IN WITNESS WHEREOF, I have hereunto set my hand this ____ day of _________________,2020 at ________________________________, Philippines.
___________________________________Bidder’s Representative/Authorized Signatory
LGU – CATARMANName of the Procuring Entity
Project Reference Number: CATCAM-2020-34Name of the Contract: DININGGASAN TOURISMDEVELOPMENT PROJECTLocation of the Contract: LOOC, CATARMAN, CAMIGUIN
Standard Form Number: SF-INFRA-30Revised on: October 28, 2016
Checklist of Financial Envelope Requirements for Bidders
The Second Envelope (Financial Proposal) shall contain the financial information / documents asspecified in the PBDs (which generally are):
1. Bid prices in Bill of Quantities in the prescribed Bid form
2. Detailed estimates including a summary sheet indicating the unit prices of constructionmaterials, labor rates and equipment rentals used in coming up with the bid; and
3. Cash flow by quarter and payments schedule
Name of the Procuring EntityLGU - CATARMAN
Project Reference Number: CATCAM-2020-34Name of the Contract: DININGGASAN TOURISMDEVELOPMENT PROJECTLocation of the Contract: LOOC, CATARMAN, CAMIGUIN
Standard Form Number: SF-INFRA-54Revised on: October 28, 2016
Checklist for Financial Envelope Requirements for the BAC
PROJECT: DININGGASAN TOURISMDEVELOPMENT PROJECT
DATE: OCTOBER 5, 2020(10:30AM)
BIDDER:
CHECKLIST OF BID REQUIREMENTS
FINANCIAL ENVELOPE: Shall contain the following information / documents and shallbe opened only if the bidder has complied with therequirements in the Technical Envelope.
END
USE
R
MEM
BER
MEM
BER
MEM
BER
VIC
E-C
HAI
RM
AN
CH
AIR
MAN
1 Bid prices in Bill of Quantities in the prescribed Bid form
2 Detailed estimated including a summary sheet indicating the unit pricesof construction materials, labor rates and equipment rentals used incoming up with the bid; and
3 Cash flow by quarter and payments schedule
Note: Any missing , incomplete or insufficient document in the above-mentioned checklist is a ground foroutright rejection of the bid.
Remarks: ( ) Sufficient ( ) Insufficient
LGU – CATARMANName of the Procuring Entity
Project Reference Number: CATCAM-2020-34Name of the Contract: DININGGASAN TOURISMDEVELOPMENT PROJECTLocation of the Contract: LOOC, CATARMAN, CAMIGUIN
Standard Form Number: SF-INFR-55Revised on: August 11, 2004
Bill of Quantities
<Name and Location of Contract> Bill of Quantities
Item No. Description Unit Quantity Unit Price(Pesos)
Amount(Pesos)
1 Structure Excavation Cu.m. 132.202 Embankment Cu.m. 38.403 Plain an Reinforce Concrete Cu.m. 76.004 Cement Plaster Finish Sq.m. 333.355 Tile Works Sq.m. 340.006 Welded Metal Structure Kgs. 1.458.607 Wire & Wiring Devices Lot 1.008 Prepainted Metal Roofing LM 71.509 Masonry Works Sq.m. 265.80
10 Painting Works Sq.m. 577.0011 Glass and Glazing Sq.m. 24.9612 Carpentry Works Bd. Ft. 1,130.5013 Plumbing Lot 1.0014 Signage Inches 690.0015 Clearing & Grubbing hectare 0.15
TOTALSubmitted by:
Name of the Representative of the Bidder_______________________ Date: ___________PositionName of the Bidder
LGU – CATARMAN Project Reference Number: CATCAM-2020-34Name of the Procuring Entity Name of the Contract: DININGGASAN TOURISM DEVELOPMENT
PROJECTLocation of the Contract: LOOC, CATARMAN, CAMIGUIN
Standard Form Number: SF-INFR-56Revised on: August 11, 2004
CASH FLOW BY QUARTER AND PAYMENT SCHEDULE
PARTICULAR %WT. 1STQUARTER
2NDQUARTER
3RDQUARTER
4THQUARTER
ACCOMPLISHMENTCASH FLOWCUMULATIVEACCOMPLISHMENTCUMULATIVE CASHFLOW
Submitted by:
Name of the Representative of the Bidder Date: ____________PositionName of the Bidder