Bid Data Sheet
ITB Clause
1.1 The PROCURING ENTITY is DPWH, Negros Occidental 1st District
Engineering Office, Matab-ang, Talisay City, Negros Occidental
The name of the Contract is – Construction of Concrete Road -
Construction of Road, Barangay Quezon to Barangay Balabag, San
Carlos City, Negros Occidental
The identification number of the Contract is 20GK0126
Contract duration = 36 Calendar days
2 The government of the Philippines (GOP) through the DPWH, Negros
Occidental 1st District Engineering Office, Matab-ang, Talisay City,
Negros Occidental
The Funding Source is: FY 2020 DPWH Local Infrastructure Program
SARO#
ABC amount- P 4,949,781.75 – Cost of Bid Tender Docs – P 5,000.00
5.1 No further instructions.
5.2 Bidding is restricted to eligible bidders as defined in ITB Clause 5.1
5.4 The Bidder must have completed, within ten (10) years from the submission
of bids, a single contract that is similar to this Project, equivalent to at least
fifty percent (50%) of the ABC.
5.5 No further instructions.
8.1 Subcontracting is not allowed.
8.2 “Not applicable”.
9.1 The Procuring Entity will hold a pre-bid conference for this Project on
January 6, 2020 at 2:00 pm
Procurement Room, DPWH, Negros Occidental 1st District Engineering
Office, Matab-ang, Talisay City, Negros Occidental
10.1 The Procuring Entity’s address is:
DPWH, Negros Occidental 1st District Engineering Office, Matab-ang,
Talisay City, Negros Occidental
Contact Person: Engr. EVANGELINE N. LIMOS –Engineer III – BAC
Chairman
Tel. No. (034) 4952249
12.1 If the Procuring Entity maintains a registry system using the PhilGEPS or
its own electronic system:
1
The first envelope shall contain the eligibility and technical documents
stated in the ITB Clause. However, if the Bidder maintains a current and
updated file of its Class “A” Documents with the Procuring Entity,
a Contractors Registration Certificate (CRC) may be submitted in lieu of
the Class “A” Documents; otherwise, it shall submit an application for
eligibility and its latest Class“A” Documents five (5) days prior to set date
of submission of bids.
First Envelope (Technical)
1. Bid Security
2. Organizational Chart for the contract to be bid
3. List of Contractors Personnel
4. List of contractor’s major construction and laboratory equipment
units to be used for the contract – which are owned, leased, and/or
under purchase agreements, supported by certification of availability
of the equipment form the equipment lessor/vendor for the duration
of the project (Form DPWH-INFR-15). These equipment units must
meet the minimum major equipment requirements for the contract
set in the BDS.
5. 5. Sworn statement by the prospective Bidder or its duly authorized
representative of the following:
a. It is not “blacklisted” or barred from bidding
by the GOP or any of its agencies, offices,
corporations, or LGU’s, including foreign
government/foreign or international financing
institution whose blacklisting rules have been
recognized by the GPPB;
b. 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.
c. It is authorizing the Head of the Procuring
Entity of his duly authorized representative to
verify all the documents submitted;
d. The signatory is the duly authorized
representative of the prospective bidder, and
granted full power and authority to do, execute
and perform any and all acts necessary and/or
to represent the prospective bier in the biding.
With the duly notarized Secretary’s Certificate
attesting to such fact, if the prospective bidder
is a corporation, partnership, cooperative, or
joint venture;
e. It complies with the disclosure provision under
Section 47 of the Act in relation to other
provision of R.A. 3019;
2
f. It complies with the responsibilities of a
prospective or eligible bidder provided in the
PBD’s and ;
g. It complies with existing labor laws and
standards, in the case of procurement of
services.
h. It 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.
2nd Envelope(Financial)
a. Statement of Cash flow
b. Detailed Estimate
c. Bid Prices in the Bill of Quantities in the prescribed form
13.2 The ABC is P 4,949,781.75 Any amount with a financial component
exceeding this amount shall not be accepted.
15.4 Bid Prices shall be fixed. Adjustable price proposals shall be treated as non-
responsive and shall be rejected.
Price escalation may be allowed in extraordinary circumstances as may be
determined by the National Economic and Development Authority in
accordance with the Civil Code of the Philippines, and upon the
recommendation of the Procuring Entity.
16.1 The bid prices shall be quoted in Philippine Pesos.
17.1 Bids will be valid until May 21, 2020 (120 C.D.)
18.1 The bid security shall be in the following forms and amount:
1. Bid Securing Declaration
2. Surety Bond - 5% of ABC
18.2 The bid security shall be valid until May 21, 2020 (120 C.D.)
18.5(a)(iv) The following shall be the additional grounds for forfeiture of the bid
security:
1. Submission of eligibility requirements containing false information
or falsified documents.
2. Submission of bids that contain false information or falsified
documents, or the concealment of such information in the bids in
order to influence the outcome of eligibility screening or any other
stage of the public bidding.
3. Allowing the use of one’s name, or using the name of another for
purposes of public bidding
4. Withdrawal of a bid, or refusal to accept an award, or enter into
contract with the Government without justifiable cause, after the
3
Bidder had been adjudged as having submitted the Lowest Calculated
and Responsive Bid.
5. Refusal or failure to post the required performance security within
the prescribed time.
6. Refusal to clarify or validate in writing its bid during post-
qualification within a period of seven (7) calendar days from receipt
of the request for clarification.
7. Any documented unsolicited attempt by a bidder to unduly influence
the outcome of the bidding in his favor.
8. Failure of the potential joint venture partners to enter into the joint
venture after the bid is declared as successful.
9. All other acts that tend to defeat the purpose of the competitive
bidding, such as habitually withdrawing from bidding, submitting
late Bids or patently insufficient bid, for at least three (3) times
within a year, except for valid reasons.
20.3 Each Bidder shall submit one (1) original of the first and second components
of its bid.
21 The address for submission of bids is –
DPWH, Negros Occidental 1st District Engineering Office, Matab-ang,
Talisay City, Negros Occidental
The Deadline for Submission of Bids is January 23, 2020 at 9:00 AM
The place of Bid opening is – Procurement Room, DPWH, Negros
Occidental 1st District Engineering Office, Matab-ang, Talisay City,
Negros Occidental
The date and time of Bid opening is January 23, 2020, immediately after
receiving the result of the Eligibility Check
28.2(b) NOTE: The latest income and business tax returns are those within the last
six months preceding the date of bid submission.
Additional contract documents: (to be submitted after award)
a. Construction Schedule and S-Curve
b. Manpower utilization schedule
c. Construction Methods
d. Equipment Utilization Schedule
e. Construction Safety and Health Program approved by the
Department of Labor and Employment
f. PERT/CPM
4
20GK0126 - Construction of Concrete Road - Construction of Road, Barangay Quezon
to Barangay Balabag, San Carlos City, Negros Occidental
Minimum Equipment Requirement:
Motorized Road Grader w/ scarifier (140 Hp) 1 unit
Vibratory Road Roller (10 m.t., 105Hp min.) 1 unit
Water Truck (16000 ltr. min. cap.) 1 unit
Concrete Screed Vibrator (3.7 m / 5.5 Hp min.) 1 unit
Concrete Vibrator (50 mm ø / 5 Hp min.) 2 units
Bar Cutter (Single Phase) 1 unit
Concrete Saw (300 mm blade /7. 5 Hp min.) 1 unit
Dump Truck (275 Hp min. / 10 cu.m. min. cap.) 2 units
Backhoe (wheel-type) 0.80 cu.m. 1 unit
Mechanical Asphalt Joint Sealer 1 unit
Concrete Mixer (1-bagger) 2 units
Plate Compactor 1 unit
Minimum Materials Testing Equipment as per Department Order No. 11 series of 2017
Technical Personnel
Minimum Personnel Required
Project Manager 1
Project Engineer 1
Materials Engineer 1
Safety & Health Officer 1
Construction Foreman 1
5
BID FORM
Date:
IAEB No.__________
TO: DPWH, Negros Occidental 1st District Engineering Office
Address: Matab-ang, Talisay City, Negros Occidental
We, the undersigned, declare that:
(a) We have examined and have no reservation to the Bidding Documents, including
Addenda, for the Construction of Concrete Road - Construction of Road,
Barangay Quezon to Barangay Balabag, San Carlos City, Negros Occidental
with Contract I.D. No. 20GK0126.
(b) We offer to execute the Works for this Contract in accordance with the Bid and Bid
Data Sheet, General and Special Conditions of Contract accompanying this Bid;
The total price of our Bid, excluding any discounts offered in item (d) below
is;________________________________________________________________
___________________________________________________________.
The discounts offered and the methodologies for their application are:
__________________________________________________________________
_________________________________________________________________;
(c) Our Bid shall be valid for a period of 120 calendar days from the date fixed for
the Bid submission deadline in accordance with the Bidding Documents, and it
shall remain binding upon us and may be accepted at any time before the
expiration of that period;
(d) If our Bid is accepted, we commit to obtain a Performance Security in the amount
of . , percent of the Contract Price for
the due performance of the Contract;
(e) Our firm, including any subcontractors or suppliers for any part of the Contract,
have nationalities from the following eligible countries _____N/A________;
(f) We are not participating, as Bidders, in more than one Bid in this bidding process,
other than alternative offers in accordance with the Bidding Documents;
(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers
for any part of the Contract, has not been declared ineligible by the Funding
Source;
(h) We understand that this Bid, together with your written acceptance thereof
included in your notification of award, shall constitute a binding contract between
us, until a formal Contract is prepared and executed; and
(i) We understand that you are not bound to accept the lowest Evaluated Bid or any
other Bid that you may receive.
Name ______________________________________________________________
In the capacity of _____________________________________________________
Signed ______________________________________________________________
Duly authorized to sign the Bid for and on behalf of __________________________
Date ________________________________________________________________
6
Department of Public Works and Highways (DPWH)
Contract ID: 20GK0126
Contract Name: Construction of Concrete Road - Construction of Road, Barangay Quezon to Barangay
Balabag, San Carlos City, Negros Occidental
Location of the Contract: Sta. 0+000 – Sta. 0+260, San Carlos City, Negros Occidental
BILL OF QUANTITIES
Part No. ________ Part Description: _________________________________
(Columns (1), (2), (3), and (4) are to be filled (Columns (5) and (6) are to be
up by the Procuring Entity) filled up by the Bidder)
Pay Item Unit Price Amount
No. Description Unit Qty (Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)
PART A FACILITIES FOR THE ENGINEER
A.1.1(8) Provision of Field mo. 1.20 In words: Pesos In figures: Php
Office for the __________________ ___________________
Engineer (Rental __________________ ___________________
In figures:
Basis)
Php_____________
PART B OTHER GENERAL REQUIREMENTS
B.5 Project Billboard/ ea 2.00 In words: Pesos In figures: Php
Sign Board __________________ ___________________
__________________ ___________________
In figures:
Php______________
B.7 (1) Occupational Safety mo. 1.20 In words: Pesos In figures: Php
and Health Program __________________ ___________________
__________________ ___________________
In figures:
Php______________
B.8 (1) Traffic Management mo. 1.20 In words: Pesos In figures: Php
__________________ ___________________
__________________ ___________________
In figures:
Php______________
B.9 Mobilization / l.s. 1.00 In words: Pesos In figures: Php
Demobilization __________________ ___________________
__________________ ___________________
In figures:
Php______________
TOTAL In words: Pesos In figures: Php
PART B __________________ ___________________
__________________ ___________________
In figures:
Php______________
Department of Public Works and Highways (DPWH)
Contract ID: 20GK0126
Contract Name: Construction of Concrete Road - Construction of Road, Barangay Quezon to Barangay
Balabag, San Carlos City, Negros Occidental
Location of the Contract: Sta. 0+000 – Sta. 0+260, San Carlos City, Negros Occidental
PART C EARTHWORKS
102(2) Surplus Common cu.m. 6,301.90 In words: Pesos In figures: Php
Excavation __________________ ___________________
__________________ ___________________
In figures:
Php______________
105(1)a Sub Grade sq.m. 1,820.00 In words: Pesos In figures: Php
Preparation __________________ ___________________
(Common Material) __________________ ___________________
In figures:
Php______________
TOTAL In words: Pesos In figures: Php
PART C __________________ ___________________
__________________ ___________________
In figures:
Php______________
PART D SUBBASE AND BASE COURSE
200(1) Aggregate Sub-Base cu.m. 559.00 In words: Pesos In figures: Php
Course __________________ ___________________
__________________ ___________________
In figures:
Php______________
PART E SURFACE COURSES
311(1)c1 PCC Pavement sq.m. 1,300.00 In words: Pesos In figures: Php
(Unreinforced) 0.230 __________________ ___________________
m thk (14 days) __________________ ___________________
In figures:
Php______________
Total In words: Pesos
_________________
________________
In figures: Php
Submitted by:
Name and Signature of Bidder’s Representative
Date: ________________
Position/Name of Bidder
Department of Public Works and Highways (DPWH)
Contract ID: 20GK0126
Contract Name: Construction of Concrete Road - Construction of Road, Barangay Quezon to Barangay
Balabag, San Carlos City, Negros Occidental
Location of the Contract: Sta. 0+000 – Sta. 0+260, San Carlos City, Negros Occidental
SUMMARY OF BID PRICES
(All Parts of Bill of Quantities or BOQ)
Instructions for completing the Summary of Bid Prices:
1. Part No. – Enter the “Part No.” for each section of the BOQ where unit prices are entered.
2. Part Description – Enter the “Part Description” corresponding to the “Part No.”
3. Total Amount – Enter the “Total Amount” in Pesos for all pages having the same “Part Description ”
Part No. Part Description Total Amount
PART A FACILITIES FOR THE ENGINEER
A.1.1(8) Provision of Field Office for the Engineer (Rental Basis)
PART B OTHER GENERAL REQUIREMENTS
B.5 Project Billboard/ Sign Board
B.7 (1) Occupational Safety and Health Program
B.8 (1) Traffic Management
B.9 Mobilization / Demobilization
TOTAL PART B
PART C EARTHWORKS
102(2) Surplus Common Excavation
105(1)a Sub Grade Preparation (Common Material)
TOTAL PART C
PART D SUBBASE AND BASE COURSE
200(1) Aggregate Sub-Base Course
PART E SURFACE COURSES
311(1)c1 PCC Pavement (Unreinforced) 0.230 m thk (14 days)
Total of Amounts
Total of All Amounts in Words:
Pesos __________________________________________________________
__________________________________ ______________ and __________ centavos.
Name ___________________________ in the capacity of _________________
Signed __________________________ Date ___________________________
Duly authorized to sign the Bid for and on behalf of _______________________