road repair works along president diosdado …

72
PHILIPPINE RECLAMATION AUTHORITY 7th Floor, Legaspi Towers 200 Bldg., 107 Paseo de Roxas St. Legazpi Village, Makati City,1226 Procurement of INFRASTRUCTURE PROJECTS For the ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO MACAPAGAL BOULEVARD (PDMB), ASEAN AVENUE AND J.W. DIOKNO (BAY) BOULEVARD REPOST PBINFRA-20-001

Upload: others

Post on 18-Jan-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

PHILIPPINE RECLAMATION AUTHORITY

7th Floor, Legaspi Towers 200 Bldg., 107 Paseo de Roxas St.

Legazpi Village, Makati City,1226

Procurement of INFRASTRUCTURE

PROJECTS

For the

ROAD REPAIR WORKS ALONG

PRESIDENT DIOSDADO MACAPAGAL

BOULEVARD (PDMB), ASEAN AVENUE

AND J.W. DIOKNO (BAY) BOULEVARD

REPOST

PBINFRA-20-001

Page 2: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

2

TABLE OF CONTENTS

GLOSSARY OF ........................................................................................................................ 4

TERMS, ABBREVIATIONS, AND ACRONYMS ............................................................................... 4

SECTION I. INVITATION TO BID ................................................................................................. 6

SECTION II. INSTRUCTIONS TO BIDDERS ................................................................................... 9

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

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

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

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

5. Eligible Bidders .......................................................................................................10

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

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

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

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

10. Documents Comprising the Bid: Eligibility and Technical Components ................11

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

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

13. Bid Prices ................................................................................................................12

14. Bid and Payment Currencies ..................................................................................12

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

16. Sealing and Marking of Bids ...................................................................................13

17. Deadline for Submission of Bids .............................................................................13

18. Opening and Preliminary Examination of Bids .......................................................13

19. Detailed Evaluation and Comparison of Bids .........................................................13

20. Post Qualification ....................................................................................................14

21. Signing of the Contract ...........................................................................................14

SECTION III. BID DATA SHEET ............................................................................................... 15

SECTION IV. GENERAL CONDITIONS OF CONTRACT ................................................................ 18

1. Scope of Contract ...................................................................................................19

2. Sectional Completion of Works ...............................................................................19

3. Possession of Site ...................................................................................................19

4. The Contractor’s Obligations ..................................................................................19

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

6. Site Investigation Reports .......................................................................................20

Page 3: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

3

7. Warranty ..................................................................................................................20

8. Liability of the Contractor ........................................................................................20

9. Termination for Other Causes ................................................................................20

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

11. Program of Work .....................................................................................................21

12. Instructions, Inspections and Audits .......................................................................21

13. Advance Payment ...................................................................................................21

14. Progress Payments .................................................................................................21

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

SECTION V. SPECIAL CONDITIONS OF CONTRACT ................................................................... 22

SECTION VI. SPECIFICATIONS ................................................................................................ 24

SECTION VII. DRAWINGS ....................................................................................................... 35

SECTION VIII. BILL OF QUANTITIES ........................................................................................ 43

SECTION IX. CHECKLIST OF TECHNICAL AND FINANCIAL DOCUMENTS ..................................... 45

SECTION X. BIDDING FORMS ................................................................................................. 49

Page 4: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

4

Glossary of Terms, Abbreviations, and Acronyms

ABC – Approved Budget for the Contract.

ARCC – Allowable Range of Contract Cost.

BAC – Bids and Awards Committee.

Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to and in consonance with the requirements of the bidding documents. Also referred to as Proposal and Tender. (2016 revised IRR, Section 5[c])

Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR, Section 5[d])

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

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

CDA – Cooperative Development Authority.

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

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

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

CPI – Consumer Price Index.

DOLE – Department of Labor and Employment.

DTI – Department of Trade and Industry.

Page 5: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

5

Foreign-funded Procurement or Foreign-Assisted Project – Refers to procurement whose funding source is from a foreign government, foreign or international financing institution as specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section 5[b]).

GFI – Government Financial Institution.

GOCC – Government-owned and/or –controlled corporation.

Goods – Refer to all items, supplies, materials and general support services, except Consulting Services and Infrastructure Projects, which may be needed in the transaction of public businesses or in the pursuit of any government undertaking, project or activity, whether in the nature of equipment, furniture, stationery, materials for construction, or personal property of any kind, including non-personal or contractual services such as the repair and maintenance of equipment and furniture, as well as trucking, hauling, janitorial, security, and related or analogous services, as well as procurement of materials and supplies provided by the Procuring Entity for such services. The term “related” or “analogous services” shall include, but is not limited to, lease or purchase of office space, media advertisements, health maintenance services, and other services essential to the operation of the Procuring Entity. (2016 revised IRR, Section 5[r])

GOP – Government of the Philippines.

Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition, repair, restoration or maintenance of roads and bridges, railways, airports, seaports, communication facilities, civil works components of information technology projects, irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste management systems, shore protection, energy/power and electrification facilities, national buildings, school buildings, hospital buildings, and other related construction projects of the government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u])

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PCAB – Philippine Contractors Accreditation Board.

PhilGEPS - Philippine Government Electronic Procurement System.

Procurement Project – refers to a specific or identified procurement covering goods, infrastructure project or consulting services. A Procurement Project shall be described, detailed, and scheduled in the Project Procurement Management Plan prepared by the agency which shall be consolidated in the procuring entity's Annual Procurement Plan. (GPPB Circular No. 06-2019 dated 17 July 2019)

PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

UN – United Nations.

Page 6: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

6

Section I. Invitation to Bid

Page 7: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

Republic of the Philippines OFFICE OF THE PRESIDENT

PHILIPPINE RECLAMATION AUTHORITY 7th floor, Legaspi Towers 200 Bldg., 107 Paseo de Roxas St., Legaspi Village, 1226 City of Makati

Tel. No.: (02) 8459-5000 ⚫ Facsimile No.: (02) 8815-2662 Website: www.pea.gov.ph ⚫ Email: [email protected]

Invitation to Bid for Road Repair Works Along President Diosdado Macapagal Boulevard (PDMB), Asean Avenue

and J.W. Diokno (Bay) Boulevard - REPOST

1. The Philippine Reclamation Authority (PRA), through the Corporate Operating Budget (COB) for CY 2020 intends to apply the sum of PHILIPPINE PESOS: NINE MILLION ONE HUNDRED THREE THOUSAND FIFTY-SIX AND 31/100 (Php9,103,056.31), VAT inclusive, being the Approved Budget for the Contract (ABC) to payments under the contract for Road Repair Works Along President Diosdado Macapagal Boulevard (PDMB), Asean Avenue and J.W. Diokno (Bay) Boulevard (PBINFRA-20-001). Bids received in excess of the ABC shall be automatically rejected at bid opening.

2. The PRA now invites bids for the above Procurement Project. Completion of the Works is required within SIXTY calendar days (60 c.d.) from the receipt of Notice to Proceed. Bidders should have completed a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II (Instructions to Bidders).

3. Bidding will be conducted through open competitive bidding procedures using non-discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules and Regulations (IRR) of Republic Act (RA) No. 9184. Bidding is restricted to Filipino citizens/sole proprietorships, cooperatives, and partnerships or corporations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines.

4. Interested bidders may obtain further information by writing and sending an E-mail to

[email protected] and inspect the Bidding Documents at the address given below from October 21, 2020 to November 15, 2020 during office hours between 8:00 AM to 5:00 PM and on November 16, 2020, from 8:00 AM to 12:00 NN.

5. A complete set of Bidding Documents may be acquired by interested bidders from October 21, 2020 to November 15, 2020 during office hours between 8:00 AM to 5:00 PM and on November 16, 2020, from 8:00 AM to 11:30 AM, from given address and website below and upon payment of the applicable fee for the Bidding Documents, in the amount of TEN THOUSAND PESOS (₱10,000.00).

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

6. The PRA will hold a Pre-Bid Video Conference on November 04, 2020, 10 AM using Microsoft Teams platform. Prospective bidders must register to this link https://shorturl.at/pUY26 to provide their name, representation, and contact details as traditionally required in physical meetings. The Pre-Bid Video Conference shall be open to prospective bidders.

Page 8: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

8

In the conduct of business operations, the PRA observes Alternative Work Arrangements provided in the Updated Notice to Public: GCQ Advisory posted in its website, www.pea.gov.ph.

7. Bids must be duly received by the BAC Secretariat through manual submission at the

office address as indicated below, on or before November 16, 2020 at 12:00 NN. Late bids shall not be accepted. Enclose the Bids in a closed plastic envelope/container for easy disinfection. Upon arrival at the building, please submit to the COVID-19 screening procedures of Legaspi Towers 200 Building Administration and inform the lobby guard that you are submitting a bid for the subject procurement. The guard shall then call the PRA BAC Secretariat and a member of the BAC Secretariat shall proceed to the lobby and personally receive your Bids before dropping the same in the Bid Box. Please wait for the PRA personnel and do not leave the documents with the lobby guard.

8. All bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 16.

9. Bid opening shall be conducted via Online Video Conferencing on November 16, 2020 at 1:30 PM through this link http://bit.ly/pbinfra20001rp using the Microsoft Teams platform. Bids will be opened in the presence of the bidders’ representatives who choose to access the said link. Potential bidders who access the link shall be required to provide their name, representation, and contact details as traditionally required in physical meetings.

10. The PRA reserves the right to reject any and all bids, declare a failure of bidding, or

not award the contract at any time prior to contract award in accordance with Sections 35.6 and 41 of the 2016 revised Implementing Rules and Regulations (IRR) of RA No. 9184, without thereby incurring any liability to the affected bidder or bidders.

11. For further information, please refer to: ATTY. JOSEPH JOHN M. LITERAL Chairperson, BAC Philippine Reclamation Authority 7th Flr., Legaspi Towers 200 Bldg. 107 Paseo de Roxas St. Legazpi Village, Makati City, 1226 Tel. No. : (632) 8459-5000 email : [email protected] website : www.pea.gov.ph

12. You may visit the PRA website at www.pea.gov.ph, for downloading of Bidding Documents.

October 21, 2020

(SGD.) ATTY. JOSEPH JOHN M. LITERAL

Chairperson, Bids and Awards Committee

Page 9: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

9

Section II. Instructions to Bidders

Page 10: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

10

1. Scope of Bid

The Procuring Entity, Philippine Reclamation Authority (PRA) invites Bids for the Road Repair Works Along President Diosdado Macapagal Boulevard (PDMB), Asean Avenue and J.W. Diokno (Bay) Boulevard, with Project Identification Number PBINFRA-20-001. The Procurement Project (referred to herein as “Project”) is for the construction of Works, as described in Section VI (Specifications).

2. Funding Information

2.1. The GOP through the source of funding as indicated below for CY 2020 in the amount of PHILIPPINE PESOS: NINE MILLION ONE HUNDRED THREE THOUSAND FIFTY-SIX AND 31/100 (Php9,103,056.31), VAT inclusive.

2.2. The source of funding is: PRAs Corporate Operating Budget.

3. Bidding Requirements

The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and its 2016 revised IRR, including its Generic Procurement Manual and associated policies, rules and regulations as the primary source thereof, while the herein clauses shall serve as the secondary source thereof. Any amendments made to the IRR and other GPPB issuances shall be applicable only to the ongoing posting, advertisement, or invitation to bid by the BAC through the issuance of a supplemental or bid bulletin. The Bidder, by the act of submitting its Bid, shall be deemed to have inspected the site, determined the general characteristics of the contracted Works and the conditions for this Project, such as the location and the nature of the work; (b) climatic conditions; (c) transportation facilities; (c) nature and condition of the terrain, geological conditions at the site communication facilities, requirements, location and availability of construction aggregates and other materials, labor, water, electric power and access roads; and (d) other factors that may affect the cost, duration and execution or implementation of the contract, project, or work and examine all instructions, forms, terms, and project requirements in the Bidding Documents.

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

The Procuring Entity, as well as the Bidders and Contractors, shall observe the highest standard of ethics during the procurement and execution of the contract. They or through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No. 9184 or other integrity violations in competing for the Project.

5. Eligible Bidders

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

5.2. The Bidder must have an experience of having completed a Single Largest Completed Contract (SLCC) that is similar to this Project, equivalent to at least

Page 11: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

11

fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to current prices using the PSA’s CPI, except under conditions provided for in Section 23.4.2.4 of the 2016 revised IRR of RA No. 9184. A contract is considered to be “similar” to the contract to be bid if it has the major categories of work stated in the BDS.

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

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

6. Origin of Associated Goods

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

7. Subcontracts

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

The Procuring Entity has prescribed that: Subcontracting is not allowed.

8. Pre-Bid Conference

The Procuring Entity will hold a pre-bid conference for this Project on the specified date and time through videoconferencing/webcasting} as indicated in paragraph 6 of the IB.

9. Clarification and Amendment of Bidding Documents

Prospective bidders may request for clarification on and/or interpretation of any part of the Bidding Documents. Such requests must be in writing and received by the Procuring Entity, either at its given address or through electronic mail indicated in the IB, at least ten (10) calendar days before the deadline set for the submission and receipt of Bids.

10. Documents Comprising the Bid: Eligibility and Technical Components

10.1. The first envelope shall contain the eligibility and technical documents of the Bid as specified in Section IX. Checklist of Technical and Financial Documents.

10.2. If the eligibility requirements or statements, the bids, and all other documents for submission to the BAC are in foreign language other than English, it must be accompanied by a translation in English, which shall be authenticated by the appropriate Philippine foreign service establishment, post, or the equivalent office having jurisdiction over the foreign bidder’s affairs in the Philippines. For Contracting Parties to the Apostille Convention, only the translated documents shall be authenticated through an apostille pursuant to GPPB Resolution No.

Page 12: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

12

13-2019 dated 23 May 2019. The English translation shall govern, for purposes of interpretation of the bid.

10.3. A valid PCAB License is required, and in case of joint ventures, a valid special PCAB License, and registration for the type and cost of the contract for this Project. Any additional type of Contractor license or permit shall be indicated in the BDS.

10.4. A List of Contractor’s key personnel (e.g., Project Manager, Project Engineers, Materials Engineers, and Foremen) assigned to the contract to be bid, with their complete qualification and experience data shall be provided. These key personnel must meet the required minimum years of experience set in the BDS.

10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or under purchase agreements, supported by proof of ownership, certification of availability of equipment from the equipment lessor/vendor for the duration of the project, as the case may be, must meet the minimum requirements for the contract set in the BDS.

11. Documents Comprising the Bid: Financial Component

11.1. The second bid envelope shall contain the financial documents for the Bid as specified in Section IX. Checklist of Technical and Financial Documents.

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

11.3. For Foreign-funded procurement, a ceiling may be applied to bid prices provided the conditions are met under Section 31.2 of the 2016 revised IRR of RA No. 9184.

12. Alternative Bids

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

13. Bid Prices

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

14. Bid and Payment Currencies

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

Page 13: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

13

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

15. Bid Security

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

15.2. The Bid and bid security shall be valid until ONE HUNDRED TWENTY (120) calendar days from the date of opening of bids. Any bid not accompanied by an acceptable bid security shall be rejected by the Procuring Entity as non-responsive.

16. Sealing and Marking of Bids Each Bidder shall submit one copy of the first and second components of its Bid. The Procuring Entity may request additional hard copies and/or electronic copies of the Bid. However, failure of the Bidders to comply with the said request shall not be a ground for disqualification. If the Procuring Entity allows the submission of bids through online submission to the given website or any other electronic means, the Bidder shall submit an electronic copy of its Bid, which must be digitally signed. An electronic copy that cannot be opened or is corrupted shall be considered non-responsive and, thus, automatically disqualified.

17. Deadline for Submission of Bids

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

18. Opening and Preliminary Examination of Bids

18.1. The BAC shall open the Bids in public at the time, on the date, and at the place specified in paragraph 9 of the IB. The Bidders’ representatives who are present shall sign a register evidencing their attendance. In case videoconferencing, webcasting or other similar technologies will be used, attendance of participants shall likewise be recorded by the BAC Secretariat. In case the Bids cannot be opened as scheduled due to justifiable reasons, the rescheduling requirements under Section 29 of the 2016 revised IRR of RA No. 9184 shall prevail.

18.2. The preliminary examination of Bids shall be governed by Section 30 of the 2016 revised IRR of RA No. 9184.

19. Detailed Evaluation and Comparison of Bids

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

19.2. If the Project allows partial bids, all Bids and combinations of Bids as indicated in the BDS shall be received by the same deadline and opened and evaluated

Page 14: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

14

simultaneously so as to determine the Bid or combination of Bids offering the lowest calculated cost to the Procuring Entity. Bid Security as required by ITB Clause 16 shall be submitted for each contract (lot) separately.

19.3. In all cases, the NFCC computation pursuant to Section 23.4.2.6 of the 2016 revised IRR of RA No. 9184 must be sufficient for the total of the ABCs for all the lots participated in by the prospective Bidder.

20. Post Qualification

Within a non-extendible period of five (5) calendar days from receipt by the Bidder of the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall submit its latest income and business tax returns filed and paid through the BIR Electronic Filing and Payment System (eFPS), and other appropriate licenses and permits required by law and stated in the BDS.

21. Signing of the Contract

The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184 shall form part of the Contract. Additional Contract documents are indicated in the BDS.

Page 15: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

15

Section III. Bid Data Sheet

Page 16: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

16

Bid Data Sheet ITB Clause

5.2 For this purpose, contracts similar to the Project refer to contracts which have the same major categories of work, which shall be: Repair of asphalt roads

7.1

Subcontracting is not allowed.

10.3 Valid PCAB License Categorization: C and above Size Range: Small “B” and above

10.4

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

Key Personnel

Years of Relevant

Experience Other Requirements

One (1) Project Engineer 3 Licensed Civil Engineer

One (1) Materials Engineer 2 Licensed Civil Engineer with accreditation by DPWH

One (1) Safety Officer/ Engineer

2 Certified Construction Safety and Health Personnel/ Safety Officer

One (1) Leadman/ Foreman 2

10.5 The minimum major equipment requirements are the following:

Equipment # of Units Minimum Requirements

Concrete cutter Two (2) Blade diameter: 16-18 inches Engine power: 13 HP

Plate compactor One (1) Plate Width: 500 – 600 mm Engine power: 6 HP

Walk behind One (1) No. of Drums: 2 (smooth) Plate Width: 500 – 650 mm

Open bed truck with sides Two (2) Capacity: 4 – 5 cu.m

15.1 The bid security shall be in the form of a Bid Securing Declaration or any of the following forms and amounts:

a. The amount of not less than ₱182,061.13 if bid security is in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit;

b. The amount of not less than ₱455,152.82 if bid security is in Surety Bond.

21

Additional contract documents:

1. Construction Schedule and S-Curve 2. Manpower schedule 3. *Construction Safety and Health Program in accordance to latest

guidelines from the Department of Labor and Employment 4. Traffic Management Plan 5. PERT/CPM or other acceptable tools of project scheduling

Page 17: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

17

6. Per GPPB Resolution No. 09-2020, Performance Securing Declaration (PSD) in lieu of Performance Security. Unnotarized PSD may be accepted, subject to submission of a notarized PSD before payment, unless the same is replaced with a performance security in the prescribed form under Section 39.2 of the 2016 revised IRR of RA No. 9184 upon lifting of the State of Calamity, or community quarantine or similar restrictions, as the case may be. (Refer to GPPB Resolution No. 09-2020 for PSD Form)

*NOTE: Submission of DOLE-approved program, after award of the contract or prior to payment of the contract

Page 18: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

18

Section IV. General Conditions of Contract

Page 19: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

19

1. Scope of Contract

This Contract shall include all such items, although not specifically mentioned, that can be reasonably inferred as being required for its completion as if such items were expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised IRR, including the Generic Procurement Manual, and associated issuances, constitute the primary source for the terms and conditions of the Contract, and thus, applicable in contract implementation. Herein clauses shall serve as the secondary source for the terms and conditions of the Contract. This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No. 9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement activities, the advertisement, posting, or invitation of which were issued after the effectivity of the said amendment.

2. Sectional Completion of Works

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

3. Possession of Site

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

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

4. The Contractor’s Obligations

The Contractor shall employ the key personnel named in the Schedule of Key Personnel indicating their designation, in accordance with ITB Clause 10.3 and specified in the BDS, to carry out the supervision of the Works. The Procuring Entity will approve any proposed replacement of key personnel only if their relevant qualifications and abilities are equal to or better than those of the personnel listed in the Schedule.

5. Performance Security

5.1. Within ten (10) calendar days from receipt of the Notice of Award from the Procuring Entity but in no case later than the signing of the contract by both

Page 20: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

20

parties, the successful Bidder shall furnish the performance security in any of the forms prescribed in Section 39 of the 2016 revised IRR.

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

6. Site Investigation Reports

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

7. Warranty

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

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

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

8. Liability of the Contractor

Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability under this Contract shall be as provided by the laws of the Republic of the Philippines.

If the Contractor is a joint venture, all partners to the joint venture shall be jointly and severally liable to the Procuring Entity.

9. Termination for Other Causes

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

10. Dayworks

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

Page 21: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

21

11. Program of Work

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

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

12. Instructions, Inspections and Audits

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

13. Advance Payment

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

14. Progress Payments

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

15. Operating and Maintenance Manuals

15.1. If required, the Contractor will provide “as built” Drawings and/or operating and maintenance manuals as specified in the SCC.

15.2. If the Contractor does not provide the Drawings and/or manuals by the dates stated above, or they do not receive the Procuring Entity’s Representative’s approval, the Procuring Entity’s Representative may withhold the amount stated in the SCC from payments due to the Contractor.

Page 22: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

22

Section V. Special Conditions of Contract

Page 23: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

23

Special Conditions of Contract

GCC Clause

3.1 The Procuring Entity shall give possession of all parts of the Site to the CONTRACTOR upon receipt of NTP.

6 The site investigation report is: Certificate of Site Inspection issued by PRA

10 No dayworks are applicable to the contract.

11.1 The CONTRACTOR shall submit the Program of Work to the Procuring Entity’s Representative within SEVEN (7) calendar days from the receipt of the Notice of Award.

13 The amount of the advance payment shall not exceed FIFTEEN percent (15%) of Total Contract Price, which shall be given to the CONTRACTOR not later than FIFTEEN (15) calendar days from receipt by the Procuring Entity of the CONTRACTOR’s request.

15.1 The date by which the “As-Built” Drawings are required is SEVEN (7) calendar days before the request for final payment.

15.2 No amount will be withheld for failing to produce As-Built Drawings within the date required. However, the approved As-Built Drawings shall form part of the requirements in the processing of the final payment.

Page 24: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

24

Section VI. Specifications

Page 25: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

25

TECHNICAL SPECIFICATIONS Road Repair Works Along President Diosdado Macapagal Boulevard (PDMB), Asean

Avenue and J.W. Diokno (Bay) Boulevard The DPWH Standard Specifications Volume (2013) will be used as basis of the technical specifications of items under the Scope of Works of the Project whenever applicable.

Item Scope of Works Specifications Comply/

Not Comply

I. Mobilization &

Demobilization

II. Other General

Requirements

II.A Project Signs

1.2 x 2.4 m Project Sign on 20 mm (3/4”) thick

Marine Plywood, elevated 750 mm above grade by

two (2) 150 x 150 mm wooden post. (Refer to the

figure on the next page.)

II.B Fees and Permits

This pertains to all fees and permits required for

the construction works, which include, but not

limited to, permits from the Local Government Unit,

Metropolitan Manila Development Authority, etc.

II.C Traffic Management

Compliance to rules, regulations and requirement

set by the local government.

For Road Signs, refer to DPWH Standard

Specifications Vol. II, Item 605.

III. Earthworks

III.A Cutting & Squaring DPWH Standard Specifications Vol. II, Item 101

III.B Excavation &

Disposal

DPWH Standard Specifications Vol. II, Item 101.

III.C Base Preparation DPWH Standard Specifications Vol. II, Item 105.

IV. Asphalting Works

IV.A

Asphalt Mix, 3/8”

Aggregates, 0.10m

thickness

DPWH Standard Specifications Vol. II, Item 310.

IV.B Prime Coat, MC-70 DPWH Standard Specifications Vol. II, Item 301.

IV.C Tack Coat, SS-1 DPWH Standard Specifications Vol. II, Item 302.

V.

Miscellaneous,

Construction Safety &

Health

Refer to DOLE Department Order No. 198, Series

of 2018, Implementing Rules and Regulations of

Republic Act No. 11058

_________________________ Name and Signature of Bidder

_________________________

Position

Page 26: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

26

PROJECT SIGN

EARTHWORKS

ITEM 101. REMOVAL OF STRUCTURES AND OBSTRUCTIONS

101.1 Description This Item shall consist of the removal wholly or in part, and satisfactory disposal of all buildings, fences, structures, old pavements, abandoned pipe lines, and any other obstructions which are not designated or permitted to remain, except for the obstructions to be removed and disposed of under other items in the Contract. It shall also include the salvaging of designated materials, and backfilling the resulting trenches, holes and pits.

101.2 Construction Requirements

101.2.1 General The Contractor shall perform the work described above, within and adjacent to the roadway, on Government land or easement, as shown on the Plans or as directed by the Engineer. All designated salvable material shall be removed, without unnecessary damage, in sections or pieces which may be readily

20 mm (3/4 inch)

Page 27: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

27

transported, and shall be stored by the Contractor at specified places on the project or as otherwise shown in the Special Provisions. Perishable material shall be handled as designated in Subsection 100.2.2 Nonperishable material may be disposed off outside the limits of view from the project with written permission of the property owner on whose property the material is placed. Copies of all agreements with property owners are to be furnished to the Engineer. Basements or cavities left by the structure removal shall be filled with acceptable material to the level of the surrounding ground and, if within the prism of construction, shall be compacted to the required density.

101.2.4 Removal of Existing Pavement, Sidewalks, Curbs, etc.

All concrete pavement, base course, sidewalks, curbs, gutters, etc., designated for removal, shall be: Broken into pieces and used for riprap on the project, or Broken into pieces, the size of which shall not exceed 300 mm in any dimension and stockpiled at designated locations on the project for use by the Government, or otherwise demolished and disposed off as directed by the Engineer. When specified, ballast, gravel, bituminous materials or other surfacing or pavement materials shall be removed and stockpiled as required in Subsection 101.2.1, otherwise such materials shall be disposed off as directed. There will be no separate payment for excavating for the removal of structures and obstructions, or for backfilling and compacting the remaining cavity.

101.3 Method of Measurement

When the Contract stipulates that payment will be made for removal of obstructions on lump-sum basis, the pay item will include all structures and obstructions encountered within the roadway. Where the contract stipulates that payment will be made for the removal of specific items on a unit basis, measurement will be made by the unit stipulated in the Contract. Whenever the Bill of Quantities does not contain an item for any aforementioned removals, the work will not be paid for directly, but will be considered as a subsidiary obligation of the Contractor under other Contract Items.

Page 28: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

28

101.4 Basis of Payment

The accepted quantities, measured as prescribed in Section 101.3, sum price bid for each shall be paid for at the Contract unit price or lump of the Pay Items listed below that is included in the Bill of Quantities which price and payment shall be full compensation for removing and disposing of obstructions, including materials, labor, equipment, tools and incidentals necessary to complete the work prescribed in this Item. The price shall also include backfilling, salvaging of materials removed, their custody, preservation, storage on the right-of-way and disposal as provided herein. Payment will be made under:

Pay Item Number

Description Unit of

Measurement

Cutting/ Squaring

Removal of Existing Pavement

l.m

Excavation & Disposal

Removal and Disposal of Existing Pavement

cu.m

ITEM 105. SUBGRADE PREPARATION

105.1 Description This Item shall consist of the preparation of the subgrade for the support of overlying structural layers. It shall extend to full width of the roadway. Unless authorized by the Engineer, subgrade preparation shall not be done unless the Contractor is able to start immediately the construction of the pavement structure.

105.3 Construction Requirements

105.3.1 Prior Works Prior to commencing preparation of the subgrade, all culverts, cross drains, ducts and the like (including their fully compacted backfill), ditches, drains and drainage outlets shall be completed. Any work on the preparation of the subgrade shall not be started unless prior work herein described shall have been approved by the Engineer.

105.3.2 Subgrade Level Tolerances

The finished compacted surface of the subgrade shall conform to the allowable tolerances as specified hereunder:

Permitted variation from design LEVEL OF SURFACE Permitted SURFACE IRREGULARITY MEASURED BY 3-m STRAIGHT EDGE Permitted variation from design CROSSFALL OR CAMBER Permitted variation from design LONGITUDINAL GRADE over 25 m length

+ 20 mm - 30 mm 30 mm + 0.5 % ± 0.1 %

Page 29: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

29

105.3.6 Subgrade on Existing Pavement

Where the new pavement is to be constructed immediately over an existing Portland Cement concrete pavement and if so specified in the Contract the slab be broken into pieces with greatest dimension of not more than 500 mm and the existing pavement material compacted as specified in Subsection 104.3.3, as directed by the Engineer. The resulting subgrade level shall, as part pavement construction be shaped to conform to the allowable tolerances of Subsection 105.3.2 by placing and compacting where necessary a leveling course comprising the material of the pavement course to be placed immediately above. Where the new pavement is to be constructed immediately over an existing asphalt concrete pavement or gravel surface pavement and if so specified in the Contract the pavement shall be scarified, thoroughly loosened, reshaped and recompacted in accordance with Subsection 104.3.3. The resulting subgrade level shall conform to the allowable tolerances of Subsection 105.3.2.

105.3.7 Protection of Completed Work

The Contractor shall be required to protect and maintain at his own expense the entire work within the limits of his Contract in good condition satisfactory to the Engineer from the time he first started work until all work shall have been completed. Maintenance shall include repairing and recompacting ruts, ridges, soft spots and deteriorated sections of the subgrade caused by the traffic of the Contractor's vehicle/equipment or that of the public.

105.3.8 Templates and Straight-edges

The Contractor shall provide for use of the Engineer, approved templates and straight-edges in sufficient number to check the accuracy of the work, as provided in this Specification.

105.4 Method of Measurement

105.4.1 Measurement of Items for payment shall be provided only for: 1. The compaction of existing ground below subgrade level in

cuts of common material as specified in Subsection 105.3.3.

2. The breaking up or scarifying, loosening, reshaping and recompacting of existing pavement as specified in Subsection 105.3.6. The quantity to be paid for shall be the area of the work specified to be carried out and accepted by the Engineer.

105.4.2 Payment for all work for the preparation of the subgrade, including shaping to the required levels and tolerances, other than as specified above shall be deemed to be included in the Pay Item for Embankment.

105.5

Basis of Payment

The accepted quantities, measured as prescribed in Section 105.4, shall be paid for at the appropriate contract unit price for Pay Item listed below that is included in the Bill of Quantities which price and payment shall be full compensation for the placing or removal and disposal of all materials including all

Page 30: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

30

labor, equipment, tools and incidentals necessary to complete the work prescribed in this Item. Payment will be made under:

Pay Item Number

Description Unit of

Measurement

105 (2) Subgrade Preparation (Existing Pavement)

sq.m

ITEM 301. BITUMINOUS PRIME COAT

301.1 Description This Item shall consist of preparing and treating an aggregate base course with material in accordance with the Plans and Specifications, preparatory to the construction of a bituminous surface course.

301.2 Material Requirements

Bituminous material shall be either Rapid Curing (RC) or Medium Curing (MC) Cut-back Asphalt, whichever is called for in the Bill of Quantities. It shall conform to the requirements of Item 702, Bituminous Materials. The type and grade shall be specified in the Special Provisions.

301.3 Construction Requirements

301.3.1 Surface Condition

Prime coat shall be applied only to surfaces which are dry or slightly moist. No prime coat shall be applied when the weather is foggy or rainy.

301.3.2 Equipment The liquid bituminous material shall be sprayed by means of a pressure distributor of not less than 1000 liters capacity, mounted on pneumatic tires of such width and number that the load produced on the road surface will not exceed 1 kN (100 kgf) per cm width of tire. The tank shall have a heating device able to heat a complete charge of bituminous liquid to 180°C. The heating device shall be such that overheating will not occur. Consequently, the flames must not directly touch the casing of the tank containing the bituminous liquid. The liquid shall be insulated in such a way that the drop in temperature when the tank is filled with bituminous liquid at 180°C and not heated will be less than 2°C per hour. A thermometer shall be fixed to the tank in order to be able to measure continuously the temperature of the liquid. The thermometer shall be placed in such a way that the highest temperature in tank is measured. The tank shall be furnished with a calibrated dipstick to indicate the contents. The pipes for filling the tank shall be furnished with an easily changeable filter. The distributor shall be able to vary the spray width of the bituminous liquid in maximum steps of 100 mm to a total width of 4 m. The spraying bar shall have nozzles from which the liquid is sprayed fan-shaped on the road surface equally distributed over the total spraying width.

Page 31: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

31

For adding the liquid bituminous material, the distributor shall have a pump either driven by a separate motor, or with a device to synchronize its speed with the speed of the distributor. The pump shall be furnished with an indicator showing the rate of flow. The suction side of the pump shall have an easily changeable filter. A thermometer shall be fixed, such that it indicates the temperature of the liquid immediately before it leaves the spraying bar. The distributor shall be furnished with a tachometer, indicating its forward speed, which shall be visible from the driver's seat. The distributor shall be designed so that the deviation from the prescribed rate of application does not exceed 10% and shall be equipped with a device for hand spraying of the bituminous liquid.

301.3.3 Application of Bituminous Material

Immediately before applying the prime coat, the full width of surface to be treated shall be swept with a power broom and if necessary, scraped to remove all dirt and other objectionable materials. When required by the Engineer, immediately prior to the application of the prime coat, the surface shall be slightly sprayed with water but not saturated. Bituminous material shall be applied by means of a pressure distributor at the temperature given in Item 702, Bituminous Materials. The rate of application of the bituminous material shall be within the range of 1 to 2 litres/m2, the exact rate to be ordered by the Engineer. The prime coat shall be left undisturbed for a period of at least 24 hours and shall not be opened to traffic until it has penetrated and cured sufficiently so that it will not be picked up by the wheels of passing vehicles. The Contractor shall maintain the prime coat until the next course is applied. Care shall be taken that the application of bituminous material is not in excess of the specified amount, any excess shall be blotted with sand or removed as directed by the Engineer. All areas inaccessible to the distributor shall be sprayed manually using the device for hand spraying. The surface of structures and trees adjacent to the areas being treated shall be protected in such a manner as to prevent their being spattered or marred.

301.4 Method of Measurement

Bituminous Prime Coat shall be measured by the tonne (t). The quantity to be paid for shall be the number of tonnes of bituminous material applied and accepted in the completed work.

301.5 Basis of Payment

The accepted quantity, measured as prescribed in Section 301.4, shall be paid for at the contract unit price for Bituminous Prime Coat which price and payment shall be full compensation for furnishing and placing all materials, including all labor, equipment, tools and incidentals necessary to complete this Item. Payment will be made under:

Pay Item Number

Description Unit of

Measurement

301(1) MC - Cut-back Asphalt (Prime Coat, MC-70)

sq.m

Page 32: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

32

ITEM 302. BITUMINOUS TACK COAT

302.1 Description This Item shall consist of preparing and treating an existing bituminous or cement concrete surface with bituminous material in accordance with the Plans and Specifications, preparatory to the construction of a bituminous surface course.

302.2 Material Requirements

Bituminous material shall be either Rapid Curing (RC) Cut-back or Emulsified Asphalt, whichever is called for in the Bill of Quantities. It shall conform to the requirements of Item 702, Bituminous Materials. The type and grade will be specified in the Special Provisions.

302.3 Construction Requirements

302.3.1 Surface Condition

Tack coat shall be applied only to surfaces which are dry or slightly moist. No tack coat shall be applied when the weather is foggy or rainy.

302.3.2 Equipment Equipment shall conform in all respects to Subsection 301.3.2.

302.3.3 Application of Bituminous Material

Immediately before applying the tack coat, the full width of the surface to be treated shall be cleaned of loose and foreign materials by means of a power broom or power blower, supplemented as necessary by hand sweeping. Where required by the Engineer, immediately prior to the application of the tack coat, the surface shall be lightly sprayed with water but not saturated. Bituminous material shall be applied by means of a pressure distributor at the temperature given in Item 702, Bituminous Materials, of the particular material being used. The rate of application of either the Rapid Curing Cut-back or the Emulsified Asphalt shall be within the range of 0.2 to 0.7 litre/m2, the exact rate as determined by the Engineer. Care shall be taken that the application of bituminous material is not in excess of the specified amount; any excess shall be blotted by sand or removed as directed by the Engineer. All areas inaccessible to the distributor shall be treated manually using the device for hand spraying. The surfaces of structures and trees adjacent to the areas being treated shall be protected in such a manner so as to prevent their being spattered or marred. Traffic shall be kept off the tack coat at all times. The tack coat shall be sprayed only so far in advance on the surface course as will permit it to dry to a "tacky" condition. The Contractor shall maintain the tack coat until the next course has been applied. Any area that has become fouled by traffic or otherwise, shall be cleaned and resprayed at the Contractor's expense before the next course is applied.

302.4 Method of Measurement

The bituminous tack coat shall be measured by the tonne (t), completed and accepted in-place.

Page 33: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

33

302.5 Basis of Payment

The accepted quantity, measured as prescribed in Section 302.4 shall be paid for at the contract unit price for Bituminous Tack Coat which price and payment shall be full compensation for furnishing and placing all materials including all labor, equipment, tools and incidentals necessary to complete this Item. Payment will be made under:

Pay Item Number

Description Unit of

Measurement

302(2) Emulsified Asphalt (Tack Coat, SS-1)

sq.m

ITEM 310. BITUMINOUS CONCRETE SURFACE COURSE, HOT-LAID

310.1 Description This Item shall consist of constructing a bituminous concrete surface course composed of aggregates, mineral filler, and bituminous material mixed in a central plant, constructed and laid hot on the prepared base in accordance with this Specification and in conformity with lines, grades, thickness and typical cross-section shown on the Plans.

310.2 Material Requirements

310.2.1 Composition and Quality of Bituminous Mixture (Job-Mix Formula)

Same as Subsection 307.2.1

310.2.2 Bituminous Material

It shall be either Medium Curing (MC) Cut-back Asphalt or Asphalt Cement, whichever is called for in the Bill of Quantities. It shall conform to the requirements of Item 702, Bituminous Materials. The penetration grade, type and grade of bituminous material shall be specified in the Special Provisions.

310.2.3 Aggregates Aggregates shall conform to the requirements of Item 307, Bituminous Plant Mix Surface Course-General.

310.2.4 Mineral Filler It shall conform to the requirements of Item 307, Bituminous Plant Mix Surface Course-General.

310.2.5

Hydrated Lime

It shall conform to the requirements of Item 307, Bituminous Plant-Mix Surface Course-General.

310.2.6 Proportioning of Mixtures

The proportion of bituminous material on the basis of total dry aggregate shall be from 5.0 to 8.0 mass percent. The exact percentage to be used shall be fixed by the Engineer in accordance with the job-mix formula and the other quality control requirements. During the mixing operation, one-half to one (0.5 to 1.0) mass percent of hydrated lime, dry aggregate basis, shall be added to the mixture. The lower percentage limit is applicable to aggregates which are predominantly calcareous.

Page 34: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

34

310.3 Construction Requirements

The construction requirements shall be in accordance whenever applicable, with Section 307.3.

310.4 Method of Measurement

The area to be paid for under this item shall be the number of square meters (m2) of asphalt pavement placed, compacted and accepted based on the thickness and density of the cores taken in accordance with subsection 307.3.10 (Acceptance, Sampling and Testing).

310.5 Basis of Payment

The accepted quantity, measured as prescribed in Section 310.4, shall be paid for at the contract unit price for Bituminous Concrete Surface Course, Hot-Laid, which price and payment shall be full compensation for furnishing all materials, handling, mixing, hauling, placing, rolling, compacting, labor, equipment, tools and incidentals necessary to complete this Item. Payment will be made under:

Pay Item Number

Description Unit of

Measurement

310 Bituminous Concrete Surface Course, Hot-Laid (Asphalt Mix, 3/8” Aggregates, 0.10m thickness)

sq.m

Page 35: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

35

Section VII. Drawings

(Blueprint in standard size and downloadable higher resolution file is available.)

Page 36: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

36

Page 37: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

37

Page 38: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

38

Page 39: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

39

Page 40: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

40

Page 41: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

41

Page 42: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

42

Page 43: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

43

Section VIII. Bill of Quantities

Page 44: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

44

BILL OF QUANTITIES

Road Repair Works Along President Diosdado Macapagal Boulevard (PDMB), Asean Avenue and J.W. Diokno (Bay) Boulevard

Item No.

Description Qty Unit Unit Price

(₱) Amount

(₱)

(1) (2) (3) (4) (5) (6)

I. Mobilization & Demobilization 1.00 l.s.

II. Other general requirements

II.A Project signs (1.2 x 2.4 m) 4.00 unit

II.B Fees and permits 1.00 l.s.

II.C Traffic Management 1.00 l.s.

III. Earthworks

III.A Cutting and squaring (Item 101)

3,509.50 l.m

III.B Excavation and disposal (Item 101)

393.27 cu.m

III.C Base preparation (Item 105)

3,932.68 sq.m

IV. Asphalting works

IV.A Asphalt Mix, 3/8” Aggregates, 0.10 m thickness (Item 310)

3,932.68 sq.m

IV.B Prime Coat, MC-70 (Item 301)

3,932.68 sq.m

IV.C Tack Coat, SS-1 (Item 302)

3,932.68 sq.m

V. Miscellaneous, Construction Safety & Health

1.00 l.s.

TOTAL

TOTAL BID AMOUNT: In words: _______________________________________________________ PESOS

_________________________ Name and Signature of Bidder

_________________________

Position

Page 45: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

45

Section IX. Checklist of Technical and Financial Documents

Page 46: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

46

Checklist of Technical and Financial Documents

I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents

Legal Documents

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

⬜ (b) Registration certificate from Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives or its equivalent document; and

⬜ (c) Valid and current Mayor’s or Business permit issued by the city or municipality where the principal place of business of the prospective bidder is located, or the equivalent document for Exclusive Economic Zones or Areas; and

⬜ (e) Latest tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by the Bureau of Internal Revenue (BIR).

Technical Documents

⬜ (f) Statement of the prospective bidder of all its ongoing government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid, issued within the last five (5) years (use SF-INFR-15, note the additional supporting documents); and

⬜ (g) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except under conditions provided under the rules (use SF-INFR-16, note the additional supporting documents); and

⬜ (h) Philippine Contractors Accreditation Board (PCAB) License Category C and above; or Special PCAB License in case of Joint Ventures; and registration for the type and cost of the contract to be bid, Small “B” and above; and

⬜ (i) Original copy of Bid Security. If in the form of a Surety Bond, submit also a certification issued by the Insurance Commission; or Original copy of Notarized Bid Securing Declaration; and

(j) Project Requirements, which shall include the following:

⬜ a. Organizational chart for the contract to be bid;

b. Statement of Availability of Key Personnel and Equipment (use SF-INFR-18);

⬜ c. Manpower Schedule (use SF-INFR-42);

⬜ d. List of contractor’s key personnel (e.g., Project Manager, Project Engineers, Materials Engineers, and Foremen), to be assigned to the contract to be bid, with their complete qualification and experience data (use SF-INFR-48); and

⬜ e. List of contractor’s major equipment units, which are owned, leased, and/or under purchase agreements, supported by proof of ownership or certification of availability of equipment from the equipment

Page 47: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

47

lessor/vendor for the duration of the project, as the case may be (use SF-INFR-49);

⬜ (k) Original duly signed Omnibus Sworn Statement (OSS); and if applicable, Original Notarized Secretary’s Certificate in case of a corporation, partnership, or cooperative; or Original Special Power of Attorney of all members of the joint venture giving full power and authority to its officer to sign the OSS and do acts to represent the Bidder;

⬜ (l) Construction Schedule and S-Curve, and Manpower Schedule;

⬜ (m) Construction Safety and Health Program in accordance to latest guidelines from the Department of Labor and Employment (submission of DOLE-approved program, after award of the contract or prior to payment of the contract);

⬜ (n) Traffic Management Plan; and

⬜ (o) PERT/CPM or other acceptable tools of project scheduling.

⬜ (p) Certificate of Site Inspection from PRA

Financial Documents

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

⬜ (r) The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC).

Class “B” Documents

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

II. FINANCIAL COMPONENT ENVELOPE

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

Other documentary requirements under RA No. 9184

⬜ (u) Original of duly signed Bid Prices in the Bill of Quantities; and

⬜ (v) Duly accomplished Detailed Estimates Form, including a summary sheet indicating the unit prices of construction materials, labor rates, and equipment rentals used in coming up with the Bid; and

⬜ (w) Cash Flow by Quarter.

NOTE TO BIDDERS:

A. Each Bidder shall submit one (1) original copy, one (1) photocopy and one (1) USB/CD

containing the scanned copy of the Eligibility & Technical Component and Financial

Component.

B. Enclose the Bids in a closed plastic envelope/container for easy disinfection. Upon

arrival at the building, please submit to the COVID-19 screening procedures of Legaspi

Page 48: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

48

Towers 200 Building Administration and inform the lobby guard that you are submitting

a bid for the subject procurement. The guard shall then call the PRA BAC Secretariat

and a member of the BAC Secretariat shall proceed to the lobby and personally receive

your Bids before dropping the same in the Bid Box. Please wait for the PRA personnel

and do not leave the documents with the lobby guard.

C. To facilitate checking of the bidding documents, these must be sorted in the same

sequence listed above and separated by tabs or page separators.

D. Note that the forms for SF-INFR-15 and SF-INFR-16 also require additional supporting

documents as attachments. Only the five (5) biggest contracts/projects for the past

five (5) years shall be submitted with the required attachments.

E. In accomplishing the Standard Forms, please consider the following information:

(next page)

Procuring Entity : PHILIPPINE RECLAMATION AUTHORITY

Address of Procuring Entity : 7th Floor, Legaspi Towers 200 Bldg.,

107 Paseo de Roxas St., Legazpi Village

Makati City, 1226

Project Reference/ID No. : PBINFRA-20-001

Name of the Project : Road Repair Works Along President

Diosdado Macapagal Boulevard (PDMB),

Asean Avenue and J.W. Diokno (Bay)

Boulevard

Name of Head of the Procuring Entity : ATTY. JANILO E. RUBIATO

Position of Head of Procuring Entity : General Manager & CEO

Page 49: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

49

Section X. Bidding Forms

Page 50: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

50

TABLE OF CONTENTS

Form of Contract Agreement ............................................................................................... 51

Bid Form for the Procurement of Infrastructure Projects ...................................................... 56

Net Financial Contracting Capacity (NFCC) Computation ................................................... 58

Omnibus Sworn Statement ................................................................................................. 59

Bid Securing Declaration Form ........................................................................................... 61

Performance Securing Declaration (Revised) ..................................................................... 64

Statement of all On-Going Government & Private Construction Contracts .......................... 66

Statement of Single Largest Completed Contracts (SLCC) Similar in Nature ...................... 67

Statement of Availability of Key Personnel and Equipment ................................................. 68

Manpower Schedule ........................................................................................................... 69

Qualification of Key Personnel Assigned for the Proposed Contract ................................... 70

List of Equipment Owned/ Leased, Assigned to the Proposed Contract .............................. 71

Page 51: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

51

_________________________

_________________________

WIT

NE

SS

ES

: _

__

__

__

__

__

__

__

__

__

__

_

______________________

A

TT

Y. J

AN

ILO

E.

RU

BIA

TO

(N

AM

E)

Form of Contract Agreement

CONTRACT FOR ROAD REPAIR WORKS ALONG PRESIDENT

DIOSDADO MACAPAGAL BOULEVARD (PDMB), ASEAN AVENUE

AND J.W. DIOKNO (BAY) BOULEVARD

THE PUBLIC IS INFORMED:

This CONSTRUCTION CONTRACT, made this ______ day of ______, 2020, Makati

City, Philippines, by and between:

PHILIPPINE RECLAMATION AUTHORITY (Public Estates Authority), a

government instrumentality created pursuant to P.D. 1084, as amended, with

principal office address at the 7th and 8th Floors, Legaspi Towers 200 Bldg., 107

Paseo de Roxas St., Legazpi Village, Makati City, herein by its General

Manager and CEO, ATTY. JANILO E. RUBIATO, duly authorized for this

purpose, under Board Resolution No. ____, Series of ____, hereinafter referred

to as “PRA”;

- and -

[NAME OF CONTRACTOR], with principal office address at

_____________________________________________________________,

represented herein by its _______________, _________________________,

hereinafter referred to as “CONTRACTOR”:

- Collectively referred herein as “Parties” -

ANTECEDENTS:

WHEREAS, the President Diosdado Macapagal Boulevard (PDMB), Asean Avenue

and J.W. Diokno (Bay) Boulevard (formerly Bay Blvd.), located at CBP-1, Islands B&C,

Parañaque City, are major road components of the Boulevard 2000 Integrated Framework

Plan. Pursuant to Administrative Order No. 223, dated November 14, 1995, the Public Estates

Authority, now the PRA, was ordered to immediately implement the plans, programs, and

projects in the Boulevard reclamation which includes the administration of the roads therein;

WHEREAS, monitoring activities conducted on April 2020 determined that some

segments of these roads exhibit alligator cracking, longitudinal cracking, potholes and other

defects, and need to be repaired immediately:

WHEREAS, the PRA Board, under its Resolution No. ____, Series of 2020, (Annex

“O”), approved the procurement of the Road Repair Works Along PDMB, Asean Avenue and

Bay Boulevard, including the Bidding Documents and draft CONTRACT, herein referred to as

the “WORKS” and appropriated an amount of Nine Million One Hundred Three Thousand

Page 52: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

52

_________________________

_________________________

WIT

NE

SS

ES

: _

__

__

__

__

__

__

__

__

__

__

_

______________________

A

TT

Y. J

AN

ILO

E.

RU

BIA

TO

(N

AM

E)

Fifty-Six and 31/100 PESOS (₱9,103,056.31) for the WORKS as well as approved the

authority of the General Manager & CEO to sign the CONTRACT;

WHEREAS, pursuant to and in compliance with Republic Act No. 9184, otherwise

known as the “Government Procurement Reform Act” and its 2016 Revised Implementing

Rules and Regulations, the PRA duly posted the Invitation to Submit Bids for the WORKS in

the PhilGEPS website, the PRA website and at a conspicuous place within the Office premises

of PRA on __________, 2020;

WHEREAS, bidding was conducted on _________, 2020 wherein the CONTRACTOR

was declared as the _____ Calculated Bid (_CB) upon determination that it has complied with

all the Eligibility, Technical and Financial Requirements. After the Post-Qualification

Evaluation, the CONTRACTOR was declared as the _____ Calculated and Responsive

Bidder (_CRB);

WHEREAS, on _________, 2020 the PRA Board of Directors under its Resolution No.

_____, Series of 2020, (Annex “Q”), approved the recommendation of the PRA Bids and

Awards Committee (BAC) in its BAC Resolution No. ___________ (Annex “P”) to award

the CONTRACT to the CONTRACTOR;

WHEREAS, a Notice of Award (Annex “K”) was issued on ________, 2020 to the

CONTRACTOR;

WHEREAS, the PRA is desirous that the CONTRACTOR execute [name and

identification number of CONTRACT] (hereinafter called “the WORKS”) and the PRA has

accepted the Bid for [insert the amount in specified currency in numbers and words] by the

CONTRACTOR for the execution and completion of such Works and the remedying of any

defects therein.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this CONTRACT, 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 integral part of this Agreement, to wit:

(a) General Conditions of Contract (Annex “A”);

(b) Special Conditions of Contract (Annex “B”);

(c) Construction Plans (Annex “C”);

(d) Specifications (Annex “D”);

(e) Invitation to Bid (Annex “E”);

(f) Instruction to Bidders (Annex “F”);

Page 53: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

53

_________________________

_________________________

WIT

NE

SS

ES

: _

__

__

__

__

__

__

__

__

__

__

_

______________________

A

TT

Y. J

AN

ILO

E.

RU

BIA

TO

(N

AM

E)

(g) Bid Data Sheet (Annex “G”);

(h) Bid Form, Price Schedule, and Bill of Quantities (Annex “H”);

(i) Eligibility requirements (legal and technical documents) (Annex “I”);

(j) Performance Security (Annex “J”);

(k) Notice of Award of Contract and the Bidder’s conforme thereto (Annex “K”);

(l) Construction Schedule (Annex “L”);

(m) Traffic Management Plan (Annex “M”);

(n) Cash Flow (Annex “N”);

(o) PRA Board Resolution No. _____, Series of 2020 approving the procurement

of the Road Repair Works of President Diosdado Macapagal Boulevard

(PDMB), Asean Avenue and J.W. Diokno (Bay) Boulevard (Annex “O”);

(p) PRA BAC Resolution No. _____, Series of 2020, (title of the BAC Resolution

recommending award) (Annex “P”);

(q) PRA Board Resolution No. _____, Series of 2020, (approving the awards of

the contract) (Annex “Q”);

(r) PRA Board Resolution No. _____, Series of 2020, (duly authorizing the

General Manager and CEO to sign the contract) (Annex “R”);

(s) Omnibus Sworn Statement dated _______, granting full power and authority to

(indicate name of representative of CONTRACTOR) to do, execute and

perform all acts necessary and to represent (indicate name of CONTRACTOR)

(Annex “S”);

(t) Addenda and/or Supplemental/Bid Bulletins, if any (Annex “T”);

3. The TOTAL CONTRACT PRICE (TCP) shall be ________________________

__________________________________________________________ PESOS

(₱_______________), inclusive of Value Added Tax (VAT).

4. In consideration of the payments to be made by the PRA to the CONTRACTOR

as hereinafter mentioned, the CONTRACTOR hereby covenants with the PRA to

execute and complete the WORKS and remedy any defects therein in conformity

with the provisions of this CONTRACT in all respects.

5. The PRA hereby covenants to pay the CONTRACTOR in consideration of the

execution and completion of the WORKS and the rectification of defects wherein,

Page 54: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

54

the Total Contract Price or such other sum as may become payable under the

provision of this CONTRACT at the times and in the manner prescribed by this

CONTRACT.

IN WITNESS whereof the parties thereto have caused this CONSTRUCTION

CONTRACT to be executed the day and year first before written.

PHILIPPINE RECLAMATION

AUTHORITY

By:

By:

ATTY. JANILO E. RUBIATO

GENERAL MANAGER AND CEO GENERAL MANAGER

SIGNED IN THE PRESENCE OF:

Funds Available:

MA. CHONA T. FLORES

Manager, Treasury and Budget Dept.

Page 55: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

55

_________________________

_________________________

W

ITN

ES

SE

S:

___

__

__

__

__

__

__

__

__

__

_

______________________

A

TT

Y. J

AN

ILO

E.

RU

BIA

TO

(N

AM

E)

ACKNOWLEDGMENT

Republic of the Philippines}

___________________ } S.S.

BEFORE ME, a Notary Public, for and in the City of _______________, this _______

day of ______________________, 2020, personally appeared:

GOV’T. ISSUED I.D. Date/Place of Issue

ATTY. JANILO E. RUBIATO Philippine Passport No.: Expiry Date:

Issued at:

known to me to be the same parties who executed the foregoing instrument, and they

acknowledge to me that the same is their true and voluntary act and deed as well as the

entities herein represents.

This instrument refers to a CONTRACT FOR ROAD REPAIR WORKS ALONG PRESIDENT

DIOSDADO MACAPAGAL BOULEVARD (PDMB), ASEAN AVENUE AND J.W. DIOKNO

(BAY) BOULEVARD, consisting of ______ (__) pages including this page where the

acknowledgment is written, signed by the parties and their instrumental witnesses on each

page hereof.

WITNESS MY HAND AND SEAL on the date and place first above.

Notary Public

Doc. No. _______________

Page No. _______________

Book No. _______________

Series of 2020.

Page 56: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

56

Bid Form for the Procurement of Infrastructure Projects [shall be submitted with the Bid]

Date: ______________________

Project Identification No.: ______

To: ATTY. JOSEPH JOHN M. LITERAL Chairperson, Bids and Awards Committee PHILIPPINE RECLAMATION AUTHORITY 7th Flr., Legaspi Towers 200 Bldg. 107 Paseo de Roxas St. Legazpi Village Makati City, 1226

Having examined the Philippine Bidding Documents (PBDs) including the Supplemental or Bid Bulletin Numbers [insert numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, declare that:

a. We have no reservation to the PBDs, including the Supplemental or Bid Bulletins, for the Procurement Project: [insert name of contract];

b. We offer to execute the Works for this Contract in accordance with the PBDs;

c. The total price of our Bid in words and figures, excluding any discounts offered below is: [insert information];

d. The discounts offered and the methodology for their application are: [insert information];

e. The total bid price includes the cost of all taxes, such as, but not limited to: [specify the applicable taxes, e.g. (i) value added tax (VAT), (ii) income tax, (iii) local taxes, and (iv) other fiscal levies and duties], which are itemized herein and reflected in the detailed estimates,

f. Our Bid shall be valid within the period stated in the PBDs, and it shall remain binding upon us at any time before the expiration of that period;

g. If our Bid is accepted, we commit to obtain a Performance Security in the amount of [insert percentage amount] percent of the Contract Price for the due performance of the Contract, or a Performance Securing Declaration in lieu of the allowable forms of Performance Security, subject to the terms and conditions of issued GPPB

guidelines12 for this purpose;

h. We are not participating, as Bidders, in more than one Bid in this bidding process, other than alternative offers in accordance with the Bidding Documents;

12 currently based on GPPB Resolution No. 09-2020

Page 57: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

57

i. We understand that this Bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal Contract is prepared and executed; and

j. We understand that you are not bound to accept the Lowest Calculated Bid or any other Bid that you may receive.

k. We likewise certify/confirm that the undersigned, is the duly authorized representative of the bidder, and granted full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for the [Name of Project] of the [Name of the Procuring Entity].

l. We acknowledge that failure to sign each and every page of this Bid Form, including the Bill of Quantities, shall be a ground for the rejection of our bid.

Name:

In the capacity of:

Signed:

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

Date: ___________

Page 58: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

58

Net Financial Contracting Capacity (NFCC) Computation

A. Summary of the Applicant Firm’s/Contractor’s assets and liabilities on the basis of the attached

income tax return and audited financial statement, stamped “RECEIVED” by the Bureau of

Internal Revenue or BIR authorized collecting agent, for the immediately preceding year and a

certified copy of Schedule of Fixed Assets particularly the list of construction equipment.

Year 2019

1. Total Assets

2. Current Assets

3. Total Liabilities

4. Current Liabilities

5. Total Net Worth (1-3)

6. Current Net Worth or Net Working Capital (2-4)

B. The Net Financial Contracting Capacity (NFCC) based on the above data is computed as

follows:

NFCC = K (current asset – current liabilities) minus value of all outstanding works under ongoing

contracts including awarded contracts yet to be started

NFCC = P _______________________________________

K = 10 for a contract duration of one year or less, 15 for more than one year up to two years and

20 for more than two years

or

Commitment from a licensed bank to extend to it a credit line if awarded the contract or a cash

deposit certificate in the amount of at least 10% of the proposed project to bid.

Name of Bank: _______________________________ Amount: ___________________

Herewith attached are certified true copies of the income tax return and audited financial statement:

stamped “RECEIVED” by the BIR or BIR authorized collecting agent for the immediately preceding year

and the cash deposit certificate or certificate of commitment from a licensed bank to extend a credit

line.

Submitted by:

________________________________________

Name of Firm / Contractor

_________________________________________

Signature of Authorized Representative

Date : _____________________________

NOTE: If Partnership or Joint Venture, each Partner or Member Firm of Joint Venture shall submit the

above requirements.

Page 59: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

59

Omnibus Sworn Statement [shall be submitted with the Bid]

REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ______ ) S.S.

A F F I D A V I T I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that: 1. [Select one, delete the other:]

[If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of Bidder] with office address at [address of Bidder]; [If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder];

2. [Select one, delete the other:] [If a sole proprietorship:] As the owner and sole proprietor, or authorized representative of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], 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

Page 60: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

60

Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; If a partnership or cooperative: None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; If a corporation or joint venture: None of the officers, directors, and controlling stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

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

8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder 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 ___, 2020 at

____________, Philippines.

[Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE]

[Insert signatory’s legal capacity] Affiant

Page 61: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

61

SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no. ______. Witness my hand and seal this ___ day of [month] 2020. NAME OF NOTARY PUBLIC Serial No. of Commission _______________ Notary Public for _______ until __________ Roll of Attorneys No. __________________ PTR No. ______ [date issued], [place issued] IBP No. ______ [date issued], [place issued] Doc. No. _____ Page No. _____ Book No. _____ Series of _____

Page 62: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

62

Bid Securing Declaration Form [shall be submitted with the Bid if bidder opts to provide this form of bid security]

(REPUBLIC OF THE PHILIPPINES) CITY OF _______________________ ) S.S.

BID SECURING DECLARATION Project Identification No.: [Insert number]

To: PHILIPPINE RECLAMATION AUTHORITY 7TH Flr., Legaspi Towers 200 Bldg. 107 Paseo de Roxas St. Legazpi Village, Makati City

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

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

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any procurement contract with any procuring entity for a period of two (2) years upon receipt of your Blacklisting Order; and, (b) I/we will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from receipt of the written demand by the procuring entity for the commission of acts resulting to the enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except 69.1(f),of the IRR of RA No. 9184; without prejudice to other legal action the government may undertake.

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

circumstances:

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

b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of said right; and

c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we have furnished the performance security and signed the Contract.

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

[Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE]

[Insert signatory’s legal capacity] Affiant

Page 63: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

63

SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no. ______. Witness my hand and seal this ___ day of [month] 2020. NAME OF NOTARY PUBLIC Serial No. of Commission _______________ Notary Public for _______ until __________ Roll of Attorneys No. __________________ PTR No. ______ [date issued], [place issued] IBP No. ______ [date issued], [place issued] Doc. No. _____ Page No. _____ Book No. _____ Series of _____

Page 64: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

64

Performance Securing Declaration (Revised) [if used as an alternative performance security but it is not required to be submitted with the

Bid, as it shall be submitted within ten (10) days after receiving the Notice of Award]

(REPUBLIC OF THE PHILIPPINES) CITY OF _______________________ ) S.S.

PERFORMANCE SECURING DECLARATION Invitation to Bid: [Insert Reference Number indicated in the Bidding Documents] To: PHILIPPINE RECLAMATION AUTHORITY 7TH Flr., Legaspi Towers 200 Bldg. 107 Paseo de Roxas St. Legazpi Village, Makati City I/We, the undersigned, declare that: 1. I/We understand that, according to your conditions, to guarantee the faithful performance

by the supplier/distributor/manufacturer/contractor/consultant of its obligations under the Contract, I/we shall submit a Performance Securing Declaration within a maximum period of ten (10) calendar days from the receipt of the Notice of Award prior to the signing of the Contract.

2. I/We accept that: I/we will be automatically disqualified from bidding for any procurement contract with any procuring entity for a period of one (1) year for the first offense, or two (2) years for the second offense, upon receipt of your Blacklisting Order if I/We have violated my/our obligations under the Contract;

3. I/We understand that this Performance Securing Declaration shall cease to be valid upon:

a. issuance by the Procuring Entity of the Certificate of Final Acceptance, subject to the following conditions:

i. Procuring Entity has no claims filed against the contract awardee; ii. It has no claims for labor and materials filed against the contractor; and iii. Other terms of the contract; or

b. replacement by the winning bidder of the submitted PSD with a performance security in any of the prescribed forms under Section 39.2 of the 2016 revised IRR of RA No. 9184 as required by the end-user.

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

[Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE]

[Insert signatory’s legal capacity] Affiant

Page 65: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

65

SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no. ______. Witness my hand and seal this ___ day of [month] 2020. NAME OF NOTARY PUBLIC Serial No. of Commission _______________ Notary Public for _______ until __________ Roll of Attorneys No. __________________ PTR No. ______ [date issued], [place issued] IBP No. ______ [date issued], [place issued] Doc. No. _____ Page No. _____ Book No. _____ Series of _____

Page 66: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

66

SF-INFR-15

Statement of all On-Going Government & Private Construction Contracts

Business Name : ________________________________________________ Business Address : ________________________________________________

Name of

Contract/

Location

Project Cost

a. Date of the Contract

b. Duration of the

Contract

a. Owner Name

b. Address

c. Telephone Nos.

Nature

of Work

Contractor’s Role

a. Total Contract Value at Award

b. Date of Completion or Estimated

Completion

c. Total Contract Value at Completion

% of

Accomplishment

Value of

Outstanding

Works

Description % Planned Actual

Government

Private

Total Cost

Only contracts issued by government/private clients for the past five (5) year, including all contracts awarded but not started.

This statement shall be supported by any of the following:

1. Notice of Award and/or Contract;

2. Notice to Proceed issued by the Owner;

3. Certificate of Accomplishments signed by the owner or Project Engineer

Submitted by : ___________________________________________ (Printed Name & Signature)

Designation : ___________________________________________ Date : ___________________________________________

Page 67: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

67

SF-INFR-16

Statement of Single Largest Completed Contracts (SLCC) Similar in Nature

Business Name : ________________________________________________ Business Address : ________________________________________________

Name of Contract

a. Owner Name

b. Address

c. Telephone Nos.

Nature of Work Contractor’s Role

a. Amount of Award

b. Amount at Completion

c. Duration

a. Date Awarded

b. Contract Effectivity

c. Date Completed

Description %

Government

Private

This statement shall be supported by any of the following:

1. Notice of Award and/or Contract;

2. Certificate of Completion or Final Acceptance issued by the Owner other than the Contractor, or Certificate of Satisfactory Completion or Performance by the

Constructors Performance Evaluation System (CPES) Final Rating2

Submitted by : ___________________________________________ (Printed Name & Signature)

Designation : ___________________________________________ Date : ___________________________________________

2 GPPB Resolution No. 16-2020, dated 16 September 2020, pg. 16

Page 68: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

68

SF-INFR-18

Statement of Availability of Key Personnel and Equipment

(Date) ATTY. JANILO E. RUBIATO General Manager & CEO Philippine Reclamation Authority 7th Flr., Legaspi Towers 200 Bldg. 107 Paseo de Roxas St. Legazpi Village Makati City, 1226 Attention : ATTY. JOSEPH JOHN M. LITERAL

Chairperson, Bids and Awards Committee Dear Sir/Ma’am, In compliance with the requirements of the PHILIPPINE RECLAMATION AUTHORITY (PRA)’s BIDS AND AWARDS COMMITTEE for the bidding of the ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO MACAPAGAL BOULEVARD (PDMB), ASEAN AVENUE AND J.W. DIOKNO (BAY) BOULEVARD, we certify that (Name of the Bidder) has in its employ key personnel who shall be engaged for the construction of the said contract. Further, we likewise certify the availability of equipment that (Name of the Bidder) owns, has under lease, and/or has under purchase agreements, that may be used for the construction of the said contract. Very truly yours, (Name and Signature of the Authorized Representative) (Position) (Name of the Bidder)

Page 69: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

69

SF-INFR-42

Manpower Schedule

Scope of Work or Category

MANPOWER UTILIZATION SCHEDULE

1 2 3 4 5 6 7

Contractor’s Name: Name of Procuring Entity: Contractor’s Name:

Submitted by: Name of the Representative of the Bidder Date: ________________ Position Name of the Bidder The manpower schedule (weekly or monthly scheduling of skilled and unskilled workers, including Project Engineers, Materials Engineers, Safety Officer/ Engineer, or Leadman/ Foreman) is required to be in the Technical Envelope of the Bidder.

Page 70: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

70

SF-INFR-48

Qualification of Key Personnel Assigned for the Proposed Contract Business Name : ________________________________________________ Business Address : ________________________________________________

Project Engineer Materials Engineer Safety Officer/ Engineer Leadman/ Foreman

1 Name

2 Address

3 Date of Birth

4 Employed Since

5 Experience

6 Previous Employment

7 Education

8 PRC License /

Certification (if

applicable)

Minimum Requirements:

One (1) Project Engineer One (1) Materials Engineer One (1) Safety Officer/ Engineer One (1) Leadman/ Foreman

Note: Attach individual Curriculum Vitae and valid PRC licenses Submitted by : ___________________________________________ (Printed Name & Signature)

Designation : ___________________________________________ Date : ___________________________________________

Page 71: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

71

SF-INFR-49

List of Equipment Owned/ Leased, Assigned to the Proposed Contract Business Name : ________________________________________________ Business Address : ________________________________________________

Description Model Name /

Year

Capacity /

Performance / Size

Plate Number

(if applicable)

Motor No./ Body No.

(if applicable) Location Condition

Proof of

Ownership

A. OWNED

1.

2.

3.

4.

5.

B. LEASED

1.

2.

3.

4.

5.

Minimum requirements:

Equipment # of Unit/s Minimum Requirements

Concrete cutter Two (2) Blade diameter: 16-18 inches; Engine power: 13 HP

Plate compactor One (1) Plate Width: 500 – 600 mm; Engine power: 6 HP

Walk behind One (1) No. of Drums: 2 (smooth); Plate Width: 500 – 650 mm

Open bed truck with sides Two (2) Capacity: 4 – 5 cu.m

Submitted by : ___________________________________________ (Printed Name & Signature)

Designation : ___________________________________________ Date : ___________________________________________

Page 72: ROAD REPAIR WORKS ALONG PRESIDENT DIOSDADO …

72