0% found this document useful (0 votes)
133 views40 pages

Bidding Forms for School Building Project

This document provides bidding forms for contractors to use in preparing bids for public works projects. It lists 18 forms that bidders must use, including bid forms, performance security forms, organizational charts, equipment lists, construction plans, and health and safety programs. The forms are provided in an attached folder and on the DPWH website for bidders to download.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
133 views40 pages

Bidding Forms for School Building Project

This document provides bidding forms for contractors to use in preparing bids for public works projects. It lists 18 forms that bidders must use, including bid forms, performance security forms, organizational charts, equipment lists, construction plans, and health and safety programs. The forms are provided in an attached folder and on the DPWH website for bidders to download.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd

21DE0004

Bidding Forms
The Bidder shall use the Bidding Forms (BFs) listed below in preparing its Bid and, in case it is
awarded the contract, in preparing the documents required to perfect the contract.

Bid Form

Form of Bid Security: Bank Guarantee

Form of Bid Security: Irrevocable Letter of Credit

Form of Bid Securing Declaration

Contractor’s Organizational Chart for the Contract

List of Contractor’s Key Personnel to be Assigned to the Contract, with their Qualification and
Experience Data

List of Contractor’s Equipment Units to be Assigned to the Contract, Supported by Certificates of


Availability

Omnibus Sworn Statement Required by IRR Section 25.2b)iv)

Summary of Bid Prices

Cash Flow by Quarter

Bidder’s Checklist of Requirements for Its Bid, Including Technical and Financial Proposals
Requirement for Bidders

Performance Security: Irrevocable Letter of Credit

Performance Securing Declaration

Construction Methods

Construction Schedule in the form of PDM or Precedence Diagram Method and Bar Chart with S-
Curve and Cash Flow

Manpower Schedule

Major Equipment Utilization Schedule

Construction Safety and Health Program

The content of each of these forms is given in the attached folder marked “Standard Bidding
Forms.” The bidder may download these forms from the DPWH website. The bidder may also obtain
from the Procuring Entity hard copies of these forms as part of the BDs for the contract.

D P W H P r o c u r e m e n t M a n u a l V o l u m e I I - I n f r a s t r u c t u r e P a g e 1 | 31
21DE0004

Department of Public Works and Highways Contract


ID: SN15-2021
Contract Name: PROPOSED 2 STOREY SCHOOL BUILDING WITH 25 CLASSROOMS
Location of the Contract: Balingasag, Cagayan de Oro City, Misamis Oriental
BID FORM

Date: June 29, 2021_

Project Identification No.:90 – 306 – 513 -008- 701

To: CITY GOVERNMENT OF CAGAYAN DE ORO CITY


CITY HALL, CAGAYAN DE ORO CITY, MISAMIS ORIENTAL

Having examined the Philippine Bidding Documents (PBDs) including the Supplemental or
Bid Bulletin Numbers SN15-2021, 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: Proposed 2 Storey School Building with 25 Classrooms ;

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:
1.5 million;

d. The discounts offered and the methodology for their application are: 3%;

e. The total bid price includes the cost of all taxes, such as, but not limited to (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 3


percent of the Contract Price for the due performance of the Contract, or a Performance
Securing Declaration in lieu of the allowable forms of Performance Security, subject to
the terms and conditions of issued GPPB guidelines12 for this purpose;

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

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

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

k. We likewise certify/confirm that the undersigned, is the duly authorized representative of


the bidder, and granted full power and authority to do, execute we have examined
and have no reservation on the Bidding Documents (BDs), including Supplemental/Bid
Bulletins, for the above stated Contract;

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.

D P W H P r o c u r e m e n t M a n u a l V o l u m e I I - I n f r a s t r u c t u r e P a g e 2 | 31
21DE0004

Name: Jean Rich Love L. Benitez


Legal Capacity: President
Signature: _____________
Duly authorized to sign the Bid for and behalf of: La Montierra Construction Firm
Date: June 29, 202

D P W H P r o c u r e m e n t M a n u a l V o l u m e I I - I n f r a s t r u c t u r e P a g e 3 | 31
21DE0004

Department of Public Works and Highways Contract


ID: SN15-2021
Contract Name: PROPOSED 2 STOREY SCHOOL BUILDING WITH 25 CLASSROOMS
Location of the Contract: Balingasag, Cagayan de Oro City, Misamis Oriental

FORM OF BID SECURITY: BANK GUARANTEE

WHEREAS, ___La Montierra Construction Firm__, hereinafter called “the Bidder,” has submitted its
bid dated July 29, 2021 for the SN15-2021 and Proposed 2 Storey Building with 25 Classrooms,
hereinafter called “the Bid.”

KNOW ALL MEN by these presents that We, __Bank of the Philippine Islands of __Philippines ,
having our registered office at _Kauswagan, Cagayan de Oro City_, hereinafter called “the Bank,” are
bound unto __Shiro Miyuki , hereinafter called “the Entity,” in the sum of One million, Five
Hundred Thousand Pesos_ for which payment well and truly to be made to the said Entity the Bank
binds itself, its successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this 29th day of June, 2021.

THE CONDITIONS of this obligation are that:

1) if the Bidder withdraws the Bid during the period of bid validity specified in the Form of
Bid; or
2) if the Bidder does not accept the correction of arithmetical errors of its bid price in
accordance with the Instructions to Bidder; or
3) if the Bidder having been notified of the acceptance of the Bid and award of contract to it
by the Entity during the period of bid validity:
a) fails or refuses to submit the requirements for and to execute the Form of Contract in
accordance with the Instructions to Bidders, if required; or
b) fails or refuses to furnish the Performance Security in accordance with the Instructions
to Bidders;
We undertake to pay to the Entity up to the above amount upon receipt of its first written demand,
without the Entity having to substantiate its demand, provided that in its demand the Entity will note
that the amount claimed by it is due to the occurrence of any one or combination of the three (3)
conditions stated above.

The Guarantee will remain in force up to a period of _30_ days from the opening of bids as stated in
the Instructions to Bidders or as it may be extended by the Entity, notice of which extension(s) to the
Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank within the
said period.

Bank of the Philippine Islands Date: June 29, 202 Position

D P W H P r o c u r e m e n t M a n u a l V o l u m e I I - I n f r a s t r u c t u r e P a g e 4 | 31
21DE0004

Department of Public Works and Highways


Department of Public Works and Highways Contract
ID: SN15-2021
Contract Name: PROPOSED 2 STOREY SCHOOL BUILDING WITH 25 CLASSROOMS
Location of the Contract: Balingasag, Cagayan de Oro City, Misamis Oriental
----------------------------------------------------------------------------------------
FORM OF BID SECURITY: IRREVOCABLE LETTER OF CREDIT

July 1, 2021

Jean Rich Love L. Benitez, Presidnt, La Montierra Construction Firm, Cagayan de Oro City

Irrevocable Letter of Credit No. ______

For: Contract ID and Name____________________________

WHEREAS, Anthony Diaz , hereinafter called the “Bidder,” has undertaken to submit to
you a bid for the abovestated Contract, and whereas you have stipulated in the Instructions to
Bidders for the said Contract that the Bidder shall furnish you with an irrevocable standby Letter of
Credit for a sum specified therein as Bid Security for the faithful compliance of the obligations of
the
Bidder:

WHEREAS, the Conditions of this obligation are that:

4) if the Bidder withdraws the Bid during the period of bid validity specified in the
Form of Bid; or
5) if the Bidder does not accept the correction of arithmetical errors of its bid price in
accordance with the Instructions to Bidder; or
6) if the Bidder, having been notified of the acceptance of the Bid and award of
contract to it by the Entity during the period of bid validity:

c) fails or refuses to submit the requirements for and to execute the Form of
Contract in accordance with the Instructions to Bidders; or
d) fails or refuses to furnish the Performance Security in accordance with the
Instructions to Bidders;

D P W H P r o c u r e m e n t M a n u a l V o l u m e I I - I n f r a s t r u c t u r e P a g e 5 | 31
21DE0004

Department of Public Works and Highways

Contract ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------

we undertake to pay to the Entity up to the above amount upon receipt of its first written demand,
without the Entity having to substantiate its demand, provided that in its demand the Entity will
note that the amount claimed by it is due to the occurrence of any one or combination of the three
(3) conditions stated above.

WHEREAS, we have agreed to guarantee this obligation of the Bidder.

THEREFORE, we hereby affirm that we are guarantors and responsible to you, on behalf of the
Bidder, up to the total amount of 200,000 php and we undertake to pay you, upon first
written demand declaring the Bidder to be in default under the Instructions to Bidders and without
cavil or argument, any sum or sums within the limits of 100,000 php as aforesaid, without you
needing to prove or show grounds or reasons for your demand for the sum specified therein.

This irrevocable guarantee is valid until one hundred twenty (120) calendar days after the date of
opening of bids for the said Contract on June 29,2021 .

This certification is being issued in favor of the said Bidder in connection with your requirements
of the bidding for the said Contract. We are aware that any false statements issued by us make us
liable to perjury.

Anthony Diaz

Official Designation

Concurred by:

Lilith Balos

Official Designation

D P W H P r o c u r e m e n t M a n u a l V o l u m e I I - I n f r a s t r u c t u r e P a g e 6 | 31
21DE0004

Department of Public Works and Highways

Contract ID: 02-1819-06792


Contract Name: PROPOSED 2 STOREY SCHOOL BUILDING WITH 25 CLASSROOMS
Location of the Contract: Balingasag, Cagayan de Oro City, Misamis Oriental
----------------------------------------------------------------------------------------
REPUBLIC OF THE PHILIPPINES )
CITY OF BALINGASAG ) S.S.
x-------------------------------------------------------x

BID-SECURING DECLARATION Project Identification No.:


[SN15-2021]

To: Anthony Diaz


Balulang Cagayan de Oro City, Misamis Oriental

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;

D P W H P r o c u r e m e n t M a n u a l V o l u m e I I - I n f r a s t r u c t u r e P a g e 7 | 31
21DE0004

Department of Public Works and Highways


(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 and Responsive Bid, and
I/we have furnished the performance security and signed the Contract.

D P W H P r o c u r e m e n t M a n u a l V o l u m e I I - I n f r a s t r u c t u r e P a g e 8 | 31
21DE0004

Department of Public Works and Highways Contract


ID: 02-1819-06792
Contract Name: PROPOSED 2 STOREY SCHOOL BUILDING WITH 25 CLASSROOMS
Location of the Contract: Balingasag, Cagayan de Oro City, Misamis Oriental
----------------------------------------------------------------------------------------

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this 29 day of June, 2021 at
Cagayan de Oro City.

Anthony Diaz
Zyra Benitez
Affiant

SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of execution],
Philippines. Affiant/s is/are personally known to me and was/were identified by me through
competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-
813-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] [year].

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 ____.

Note: This must be dry-sealed.

D P W H P r o c u r e m e n t M a n u a l V o l u m e I I - I n f r a s t r u c t u r e P a g e 9 | 31
21DE0004

Department of Public Works and Highways Contract


ID: 02-1819-06792
Contract Name: PROPOSED 2 STOREY SCHOOL BUILDING WITH 25 CLASSROOMS
Location of the Contract: Balingasag, Cagayan de Oro City, Misamis Oriental
----------------------------------------------------------------------------------------

1. CONTRACTOR’S ORGANIZATIONAL CHART FOR THE CONTRACT

Submit a copy of the Organizational Chart that the Contractor intends to use to execute the Contract
if awarded to it. Indicate in the chart the names of the Project Manager, Project Engineer,
Structural Engineer, Materials and Quality Control Engineer, Foremen, and other Key Personnel, as
required in the Instructions to Bidders (Bid Data Sheet). Include Sub-Contractors, if any.

Attach the required Proposed Organizational Chart for the Contract as stated above.

Name and Signature of Bidder’s Representative Date: _____________ Position Name of


Bidder

D P W H P r o c u r e m e n t M a n u a l V o l u m e I I - I n f r a s t r u c t u r e P a g e 10 | 31
21DE0004

Department of Public Works and Highways Contract


ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------

KEY PERSONNEL’S AFFIDAVIT OF COMMITMENT TO WORK ON THE


CONTRACT

June 29, 2021

Anthony Diaz

Dear Sir/Madame:

1. I confirm that JAICCA FAITH ALLAS has engaged my services for the position
of in the above stated Contract if it is awarded to the Contractor.

1. I, therefore, commit to assume the said position in the above stated Contract once it is awarded
to the Contractor, and I shall employ the best care, skill, and ability to perform the duties of
such position in accordance with Conditions of Contract, Specifications, Drawings, and other
provisions of the Contract Agreement. I am aware that I have to stay in the jobsite for the
duration of my assignment.

2. I do not allow the use of my name to enable the Contractor to qualify for the above stated
Contract without my commitment to assume the said position, since I understand that to do so
shall be a sufficient ground for my disqualification from this Contract and future biddings of
DPWH.

3. I submit, and as certify true and correct, my bio-data as follows:

a. Name : JAICCA FAITH ALLAS


b. Date and Birth : July 21, 1999
c. Nationality : Filipino

D P W H P r o c u r e m e n t M a n u a l V o l u m e I I - I n f r a s t r u c t u r e P a g e 11 | 31
21DE0004

d. Educational Attainment : College Graduate with a Bachelor Degree of Civil


Engineering
e. Specialty : Construction Engineering,
f. PRC License No. and Date : 09-150977678- Jan 01, 2021
g. Tax Information No. (TIN) : 117726621
h. Employment Record : Construction Engineering (1yr)
Assistant Head Engineer (6months)
Assistant Surveyor (3months)
Field employee (5months)
(DPWH-INFRA-14-2016)

Department of Public Works and Highways Contract


ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------

Name & Address of Position From To Total Period Employer Mo./Yr. Mo./Yr. Yrs.
& Mos.

i. Work Experience (Projects Handled):

i. Proj. Name & Location i. Proj. Description i. Part of Proj. I i. Start Date
ii. Owner’s Name & Address ii. Total Proj. Cost Handled ii. Compl. Date
iii. My Position ii. Cost of Part
Completed Projects:

On-going Projects:

(use another sheet, if necessary)

D P W H P r o c u r e m e n t M a n u a l V o l u m e I I - I n f r a s t r u c t u r e P a g e 12 | 31
21DE0004

Very truly yours,

Name and Signature of Personnel

Noted by:

Name and Signature of Contractor’s Authorized Representative

Department of Public Works and Highways Contract


ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------

REPUBLIC OF THE PHILIPPINES)


CITY OF )

SUBSCIBED and SWORN TO before me this _____day of _______________, 20____ at


_______________, affiant exhibiting to me his/ her Residence Certificate No. ________ issued
at ________________________ on ________________________.

_____________________
Notary Public

Doc. No. ______________________ Until ______________________

Page No. ______________________ PTR No. ______________________

Book No. ______________________ Issued at ______________________

D P W H P r o c u r e m e n t M a n u a l V o l u m e I I - I n f r a s t r u c t u r e P a g e 13 | 31
21DE0004

Series No. ______________________ Issued on ______________________


Department of Public Works and Highways Contract ID:
Contract Name:
Location of the Contract:
-----------------------------------------------------------------------------
LIST OF CONTRACTOR’S KEY PERSONNEL TO BE ASSIGNED TO THE
CONTRACT, WITH THEIR QUALIFICATION DATA

Date of Issuance

Name of Head of Procuring Entity Position Name of Procuring Entity Address

Dear Sir/Madame:

Supplementing our Organizational Chart for the abovestated Contract, we submit, and certify as
true and correct, the following information:

1. We have engaged the services of the following key personnel to perform the duties of the
positions indicated in the abovestated Contract if it is awarded to us:

Proposed Position (as Name Years of Experience


applicable)
Total (Similar Similar
Position
and Related)

Project Manager

Project Engineer

Materials Engineer

Construction Safety Officer

Foreman

Others (specify)

Department of Public Works and Highways Contract


ID:

D P W H P r o c u r e m e n t M a n u a l V o l u m e I I - I n f r a s t r u c t u r e P a g e 14 | 31
21DE0004

Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------

2. We submit the enclosed Curriculum Vitae and Affidavits of Commitment to Work on the
Contract of these key personnel.

3. We ensure that the abovementioned personnel shall employ their best care, skill, and ability in
performing the duties of their respective positions in accordance with the provisions of the
Contract, including the Conditions of Contract, Specifications, and Drawings, and that they
shall be personally present in the jobsite during the period of their assignment in the Contract.

4. In the event that we choose to replace any of the abovementioned key personnel, we shall
submit to you in writing at least fourteen (14) days before making the replacement, for your
approval, the name and biodata of the proposed replacement whose qualifications shall be
equal to or better than that of the person to be replaced.

5. We understand that any violation of the abovestated conditions shall be a sufficient ground for
us to be disqualified from this Contract and future biddings of the DPWH.

Very truly yours,

Name and Signature of Bidder’s Authorized Representative

D P W H P r o c u r e m e n t M a n u a l V o l u m e I I - I n f r a s t r u c t u r e P a g e 15 | 31
21DE0004

Department of Public Works and Highways Contract


ID:
Contract Name:
Location of the Contract:

LIST OF CONTRACTOR’S MAJOR CONSTRUCTION AND LABORATORY EQUIPMENT UNITS TO BE ASSIGNED TO THE
CONTRACT SUPPORTED BY CERTIFICATIONS OF AVAILABILITY

Business Name : __________________________


Business Address : ___________________________

Business Name : ___________________________________________________


a. Business : ___________________________________________________
Address
___________________________________________________

Description Model/Year Capacity / Plate No. Motor No. / Location Condition Proof of Ownership /
Performance / Size Body No. Lease/Purchase
A. Owned1
i.
ii.
iii.
iv.
v.

B. Leased2
i.
ii.
iii.
iv.
v.
C. Under Purchase Agreements3
i.
ii.
iii.
iv.
v.
DPWHProcurementManualVolumeII-Infrastructure 17 | 31

21DE0004

1
Attached are copies of sales invoices / Registration Certificates from LTO.
2
Attached are the certifications from the lessors that the equipment units under B (Leased) shall be available for this contract.
3
Attached are the certifications from the vendors that the equipment units under C (Purchase Agreements) shall be available for this contract.

Minimum major construction equipment requirement as prescribed in the Bid Data Sheet: Minimum major laboratory equipment requirements as prescribed in Bid Data Sheet:
________________________________ ________________________________
______________________ _______________________________
______________________ ________________________________
________________________________

Name and Signature of Bidder’s Representative Date: _____________________ Position


Name of Bidder
DPWHProcurementManualVolumeII-Infrastructure 18 | 31
21DE0004

Department of Public Works and Highways


Contract ID:
Contract Name:
Location of the Contract:
-------------------------------------------------------------------------------------------------------------------
OMNIBUS SWORN STATEMENT
AS REQUIRED BY RA 9184-IRR SECTION 25.2b)iv)

REPUBLIC OF THE PHILIPPINES)


CITY/MUNICIPALITY OF ______) S.S.

AFFIDAVIT

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant],
after having been duly sworn in accordance with law, do hereby depose and state that:

1. Select one, delete the other:

If a sole proprietorship: I am the sole proprietor or authorized representative of [Name of


Bidder] with office address at [address of Bidder];

If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and


designated representative of [Name of Bidder] with office address at [address of Bidder];

2. Select one, delete the other:

If a sole proprietorship: As the owner and sole proprietor or authorized representative of


[Name of Bidder], I have full power and authority to do, execute and perform any and all
acts necessary to participate, submit the bid, and to sign and execute the ensuing contract
for [Name of the Project] of the [Name of the Procuring Entity][insert “as shown in the
attached duly notarized Special Power of Attorney” for the authorized representative];

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;
DPWHProcurementManualVolumeII-Infrastructure 19 | 31
21DE0004

Department of Public Works and Highways


Contract ID:
Contract Name:
Location of the Contract:
-------------------------------------------------------------------------------------------------------------------

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
GPPB Resolution No. 16-2020, dated 16 September 2020 Page 31 of 39 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;

8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder:

a) Carefully examine all of the Bidding Documents;

DPWHProcurementManualVolumeII-Infrastructure 20 | 31
21DE0004

b) Acknowledge all conditions, local or otherwise, affecting the implementation of the


Contract;

c) Make an estimate of the facilities available and needed for the contract to be bid, if any; and

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project]; and
Department of Public Works and Highways Contract ID:
Contract Name:
Location of the Contract:
-------------------------------------------------------------------------------------------------------------------

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or
any form of consideration, pecuniary or otherwise, to any person or official, personnel or
representative of the government in relation to any procurement project or activity.

10. In case advance payment was made or given, failure to perform or deliver any of the obligations
and undertakings in the contract shall be sufficient grounds to constitute criminal liability for
Swindling (Estafa) or the commission of fraud with unfaithfulness or abuse of confidence
through misappropriating or converting any payment received by a person or entity under an
obligation involving the duty to deliver certain goods or services, to the prejudice of the public
and the government of the Philippines pursuant to Article 315 of Act No. 3815 s. 1930, as
amended, or the Revised Penal Code.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________,
Philippines.

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of execution],
Philippines. Affiant/s is personally known to me and was 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 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] [year].

NAME OF NOTARY PUBLIC


DPWHProcurementManualVolumeII-Infrastructure 21 | 31
21DE0004

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 ____.

Department of Public Works and Highways


Contract ID:
Contract Name:
Location of the Contract:
-------------------------------------------------------------------------------------------------------------------

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

Total of Amounts
DPWHProcurementManualVolumeII-Infrastructure 22 | 31
21DE0004

a) 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 _______________________


_________________________________________________________________

DPWHProcurementManualVolumeII-Infrastructure 23 | 31
21DE0004

Department of Public Works and Highways Contract


ID:
Contract Name:
Location of the Contract:
-----------------------------------------------------------------------------------------------------------------------------------------------------------------
CASH FLOW BY QUARTER

PARTICULAR TOTAL. YEAR _____ YEAR _____

1st Q 2nd Q 3rd Q 4th Q 1ST Q 2ND Q 3RD Q 4TH Q

ACCOMPLISHMENT, IN % 100.0%

CASH FLOW, IN PhP

CUMULATIVE ACCOMPLISHMENT, IN % 100.0%

CUMULATIVE CASH FLOW, IN PhP

PARTICULAR TOTAL. YEAR _____ YEAR _____

1st Q 2nd Q 3rd Q 4th Q 1ST Q 2ND Q 3RD Q 4TH Q

ACCOMPLISHMENT, IN %

CASH FLOW, IN PhP

CUMULATIVE ACCOMPLISHMENT, IN %

CUMULATIVE CASH FLOW, IN PhP

Submitted by:

Name and Signature of Bidder’s Representative Date: _______________


Position

Name of Bidder

DPWHProcurementManualVolumeII-Infrastructure 24 | 31
21DE0004

Department of Public Works and Highways


Contract ID:
Contract Name:
Location of the Contract:
------------------------------------------------------------------------------------------------------------------------------------
REPUBLIC OF THE PHILIPPINES)
CITY/MUNICIPALITY OF ______) S.S.

AFFIDAVIT

PERFORMANCE SECURING DECLARATION

Invitation to Bid: [Insert Reference Number indicated in the Bidding Documents] To:
[Insert name and address of the Procuring Entity]

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.
21DE0004

DPWHProcurementManualVolumeII-Infrastructure 25 | 31

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________,
Philippines.

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of execution],
Philippines. Affiant/s is personally known to me and was 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 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] [year].

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 ____.

DPWHProcurementManualVolumeII-Infrastructure 27 | 31
21DE0004

Department of Public Works and Highways


Contract ID:
Contract Name:
Location of the Contract:
------------------------------------------------------------------------------------------------------------------------------------
PERFORMANCE SECURITY: BANK GUARANTEE

To : Name of Head of the Procuring Entity Address

WHEREAS, _______Name and Address of Contractor_______, hereinafter called “the


Contractor,” has undertaken to enter into a contract with you to execute __Contract ID and
Name_, hereinafter called “the Contract;”

WHEREAS, you have stipulated in the said Contract that the Contractor shall furnish you with a
Bank Guarantee by a recognized bank for the sum specified therein as Performance Security for
compliance with his obligations in accordance with the Contract; and

WHEREAS, we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE, we hereby affirm that we are the Guarantor and responsible to you, on
behalf of the Contractor, up to a total of amount of guarantee, and we undertake to pay you, upon
your first written demand and without cavil or argument, any sum or sums within the limits of
amount of guarantee as aforesaid without your needing to prove or to show grounds or reasons for
your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract to
be performed thereunder or of any of the Contract documents which may be made between you
and the Contractor shall in any way release us from any liability under this guarantee, and we
hereby waive notice of any such change, addition or modification.

DPWHProcurementManualVolumeII-Infrastructure 28 | 31
21DE0004

The right to institute action on this guarantee pursuant to Act No. 3688 of any individual, firm,
partnership, corporation and association supplying the Contractor with labor and materials for the
prosecution of the works is hereby acknowledged and confirmed.

This guarantee shall be valid until the date of issuance to the Contractor of your Certificate of
Acceptance of the completed Contract works after the end of the one-year Defects Liability Period
of the Contract and upon the submission of the required Warranty Security.

SIGNATURE AND SEAL OF THE GUARANTOR _________________________________

NAME OF BANK _________________________________

ADDRESS _________________________________

DATE_________________________________
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
------------------------------------------------------------------------------------------------------------------------------------
CONSTRUCTION METHODS OUTLINE OF NARRATIVE DESCRIPTION

1.0 INTRODUCTION

Refer to the Bidding Documents and related materials.

2.0 BRIEF DESCRIPTION OF CONTRACT WORKS

State the general features of the contract works. Use tables and drawings as necessary.

3.0 CONSTRUCTION METHODS AND PROCEDURES

3.1 Methodology or General Approach

State the general approach in construction in terms of the use of equipment-


intensive or labor-based methods, any special techniques, methods or procedures to
ensure completion on time and quality of the materials, workmanship, and
completed structure, according to the approved specifications and drawings/plans.

3.2 Program of Work

Progress bar chart with S-curve of activities in the contract works.


DPWHProcurementManualVolumeII-Infrastructure 29 | 31
21DE0004

3.3 Financial Program

Cash flow schedule, provision for working capital, schedule of receipts, etc.

Submitted by:

Name and Signature of Bidder’s Representative Date: _____________


Position Name of Bidder

(DPWH-INFRA-45-2016)

DPWHProcurementManualVolumeII-Infrastructure 30 | 31
21DE0004

Department of Public Works and Highways Contract


ID:
Contract Name:
Location of the Contract:
Note: Entries are provided as illustrative example only.
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

ITEM NO. DESCRIPTION UNIT QUANTITY UNIT COST TOTAL COST % WEIGHT M O N T H L Y A C C O M P L I S H M E N T

1st MONTH 2nd MONTH 3rd MONTH 4th MONTH 5th MONTH 6th MONTH 7th MONTH 8th MONTH 9th MONTH 10th MONTH 11th MONTH 12th MONTH 13th MONTH 14th MONTH
30 C.D. 60 C.D. 90 C.D. 120 C.D. 150 C.D. 180 C.D. 210 C.D. 240 C.D. 270 C.D. 300 C.D. 330 C.D. 360 C.D. 390 C.D. 420 C.D.
0.011% 0.011% 0.011%
PART A FACILITIES FOR THE ENGINEER
Provide Temporary Field Office Laboratory and Living Quarters for the Engineer and ADB-PMO Staff (on Rental
A.1.1(a)
Basis)

mo. 3.00 26,320.00 78,960.00 0.033%

A.1.1(b) Operate and Maintain Temporary Field Office, Laboratory and Living Quarters for the Engineer and ADB-PMO mo. 3.00 67,352.88 202,058.64 0.083% 0.028% 0.028% 0.028%

Staff 0.498% 0.498% 0.498%

A.1.1(c) Provide Combined Field Office and Laboratory Building for the Engineer and ADB-PMO Staff l.s. 1.00 3,626,951.70 3,626,951.70 1.494% 0.496% 0.496% 0.496%

A.1.1(d) Provide Living Quarters for the Engineer and ADB-PMO Staff l.s. 1.00 3,613,894.60 3,613,894.60 1.488%
Operate/Maintain Combined Field Office, Laboratory and Living Quarters for the Engineer and ADB-PMO Staff

0.244% 0.244% 0.244% 0.071% 0.071% 0.071% 0.071% 0.071% 0.071% 0.071% 0.071% 0.071% 0.071% 0.071%
A.1.1(e) (Schedule A) mo. 11.00 172,491.71 1,897,408.81 0.781%
Furnish Equipment, Furniture/Fixtures and Appliances for the Combined Field Office, Laboratory and Living Quarters for the Engineer and ADB- 1,775,040.55
A.1.1(f) PMO Staff (Schedules B and C) l.s. 1.00 1,775,040.55 0.731%

0.217% 0.217% 0.217% 0.007% 0.007% 0.007% 0.007% 0.007% 0.007% 0.007% 0.007% 0.007% 0.007% 0.007%
A.1.1(g) Provide and Maintain Laboratory Testing Equipment and Apparatus (Schedule D) l.s. 1.00 1,579,701.70 1,579,701.70 0.650%
0.007% 0.007% 0.007%
A.1.1(h) Provide and Maintain Communication Facility for the Engineer mo. 14.00 17,860.00 250,040.00 0.103%

A.1.1(i) Provide Supplies and Consumable Stores for Field Office, Laboratory and Living Quarters for the Engineer and mo. veh-mo. 14.00 108,753.49 1,522,548.86 0.627% 0.045% 0.045% 0.045% 0.045% 0.045% 0.045% 0.045% 0.045% 0.045% 0.045% 0.045% 0.045% 0.045% 0.045%

A.1.2(a) ADB-PMO Staff (Schedules E & F) 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244%
Provide, Operate and Maintain Pick-up Type or its equivalent brand new diesel engine with complete accessories for the Engineer (4 units) 56.00 148,426.00 8,311,856.00 3.423%

0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015%
A.1.3(a) Provide and Maintain Survey Instruments/Equipment for the Assistance to the Engineer (Schedule G) mo. mo. 14.00 36,735.20 514,292.80 0.212%
A.1.3(b) 1,409,436.00
0.041% 0.041% 0.041% 0.041% 0.041% 0.041% 0.041% 0.041% 0.041% 0.041% 0.041% 0.041% 0.041% 0.041%
Provision of Survey Personnel (Schedule H) 14.00 100,674.00 0.580%

A.1.4 Progress Photographs set 14.00 6,448.40 90,277.60 0.037% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003%

0.053% 0.053% 0.053% 0.053% 0.053% 0.053% 0.053% 0.053% 0.053% 0.053% 0.053% 0.053% 0.053% 0.053%
PART B OTHER GENERAL REQUIREMENTS l.s. 1.00 1,792,624.71 1,792,624.71 0.738%

SPL-1 Construction Safety and Health

SPL-2 Environmental and Social Safeguards l.s. 1.00 880,140.80 880,140.80 0.362% 0.026% 0.026% 0.026% 0.026% 0.026% 0.026% 0.026% 0.026% 0.026% 0.026% 0.026% 0.026% 0.026% 0.026%

52,640.00 0.022%
SPL-3 Project Billboard each 5.00 10,528.00 0.022%

PART C EARTHWORKS 0.156%

0.114%
101(3) Removal of Existing Asphalt Concrete Pavement

105(2) Subgrade Preparation (Existing Pavement)

1,885.00 200.34 0.156%


377,640.90
sq.m. sq.m. 66,005.00 35.03 2,312,155.15 0.952% 0.114% 0.114% 0.114% 0.114% 0.114% 0.114% 0.114% 0.038%

SPL108 PART Crack and Seat (Existing Portland Cement Concrete Pavement) sq.m. 5,000.00 703.83 3,519,150.00 1.449% 0.290% 0.290% 0.290% 0.290% 0.290%

E
SURFACE COURSES

0.337% 1.265% 1.265% 0.928%


300 301(1) Aggregate Surface Course Compacted in Place cu.m. 9,901.00 931.01 9,217,930.01 3.796%
compacted in tonne
Bituminous Prime Coat, MC-70 Cut-Back Asphalt 2.00 72,942.46 145,884.92 0.060%

0.030% 0.030%

0.095% 0.286% 0.382% 0.382% 0.382% 0.382% 0.382% 0.331% 0.191% 0.191%
302(2) Bituminous Tack Coat, Emulsified Asphalt, SS-1 tonne sq.m. 97.00 75,221.52 7,296,487.44 3.005%
944.60
1.329% 2.658% 2.658% 2.658% 2.658% 2.658% 1.949%
310(1) Bituminous Concrete Surface (Wearing) Course, Hot Laid (50mm thick) 42,588.00 40,228,624.80 16.565%
21DE0004

310(2) Bituminous Concrete Surface (Wearing) Course, Hot Laid (80mm thick) sq.m. 89,483.00 1,314.24 117,602,137.92 48.427% 2.549% 4.248% 4.248% 5.777% 5.777% 5.777% 5.777% 5.777% 4.248% 4.248%

0.384% 0.384%
310(3) Bituminous Concrete Surface (Wearing) Course, Hot Laid (100mm thick) sq.m. 1,177.00 1,584.27 1,864,685.79 0.768%
0.017% 0.011%
SPL 312 Sealing of Cracks and Joints in Existing Portland Cement Concrete Pavement l.m. 500.00 135.78 67,890.00 0.028%

SPL 313 Patching of Potholes in Existing Asphalt Concrete Pavement sq.m. 1,000.00 4,309.91 4,309,910.00 1.775% 0.099% 0.296% 0.296% 0.296% 0.296% 0.296% 0.197%

PART F BRIDGE CONSTRUCTION (MACASOY)

0.612%
101(2) Removal of Concrete Bridge Structures each 1.00 1,485,575.35 1,485,575.35 0.612%

0.045%

0.054%
101(3)a Removal of Existing Concrete Pavement (230mm) sq.m. cu.m. 274.73 394.95 108,504.61 0.045%
cu.m.
102(2)a Roadway Excavation (Surplus Common) 865.66 150.19 130,013.48 0.054%

103(1)a Structure Excavation (Common Soil) 95.78 326.57 31,278.87 0.013%

0.013%

0.122%
103(2)a Bridge Excavation (Soft Rock) cu.m. 236.54 1,252.57 296,282.91 0.122%

0.004%

0.052%
105(1) Subgrade Preparation (Common Material) sq.m. cu.m. 274.73 35.72 9,813.36 0.004%

200 Aggregate Subbase Course 82.42 1,521.63 125,412.74 0.052%

0.060% 0.181% 0.060%

0.146%
400(4)a Precast Concrete Pile, Furnished (400mmx400mm-type B) l.m. 120.00 6,098.03 731,763.60 0.301%

400(14)a Precast RC Piles, (Driven) l.m. 112.00 3,171.96 355,259.52 0.146%

400(16)a Test Piles, Furnished and Driven (400mm x 400mm) l.m. 30.00 6,333.57 190,007.10 0.078%

0.034% 0.045%

401(2) Concrete Railing Type (Double) l.m. kgs. 40.00 4,559.15 182,366.00 0.075% 0.183% 0.183% 0.229% 0.063% 0.013%

56.43 1,443,340.02
404(b) Reinforcing Steel Bar, Grade 60 Bridge Structures & Other Major Structures) 25,577.53 0.594%
0.055%

404(c) Reinforcing Steel Bar, Grade 40 (Minor Structures) kgs. cu.m. 2,065.80 65.20 134,690.16 0.055% 0.328% 0.066%

cu.m. 0.016%
405(b) Structural Concrete, Class A, Major Structures-Bridge Superstructures (fc'=28MPa) 72.16 13,235.71 955,088.83 0.393%

405(c) Structural Concrete, Class A, Major Structures-Bridge Superstructures (fc'=20.7MPa) 91.50 12,527.44 1,146,260.76 0.472%

0.456%

0.210% 0.007%
405(d) Structural Concrete, Class A, Major Structures-Bridge Footing (fc'=20.7MPa) cu.m. cu.m. 62.30 8,472.33 527,826.16 0.217%
12,431.42 35,553.86
0.015%
405(2)b Structural Concrete, Class B, (Lean Concrete) 2.86 0.015%
0.395% 0.395%

0.132% 0.395% 0.395% 0.026%

0.057%
406(1)c Prestressed Structural Concrete Members (Girder Type IV-25 meters) l.m. each 4.00 1,054,892.27 4,219,569.08 1.738%
cu.m.
0.772%
412 Elastomeric Bearing Pad 8.00 17,180.80 137,446.40 0.057%

505(6) Grouted Riprap, (Class B) 584.67 6,029.94 3,525,525.02 1.452%

0.680%

0.235%
506 Stone Masonry cu.m. 95.78 5,954.48 570,320.09 0.235%

PART H MISCELLANEOUS STRUCTURES each each 40.00 23,801.64 952,065.60 0.392% 0.392%

0.113%
605(1)a Warning Signs, Reflective 36.00 7,605.04 273,781.44 0.113%

605(2) Regulatory Signs, Reflective


21DE0004

605(3) Informatory Signs, Reflective each sq.m. 27.00 9,934.85 268,240.95 0.110% 0.110% 2.519%

sq.m. 0.411%
612(1) Reflectorized Thermoplastic Pavement Markings, (White) 5,913.00 1,034.57 6,117,412.41 2.519%

612(2) Reflectorized Thermoplastic Pavement Markings, (Yellow) 934.00 1,069.03 998,474.02 0.411%

620 Chevron Signs each 230.00 5,999.11 1,379,795.30 0.568% 0.095% 0.473%

0.271% 0.271% 0.271%


PART J MOBILIZATION AND DEMOBILIZATION l.s. 1.00 1,974,000.00 1,974,000.00 0.813%

SPL 800 Mobilization and Demobilization (1% Civil Work Cost)

PART K DAYWORKS

SPL 900 Dayworks P.S 1.00 - - 0.000%

PART L PROVISIONAL SUM

SPL 1000 Provisional Sum P.S. 1.00 - - 0.000%

TOTAL 242,846,037.34 100.000%

SCHEDULED ACCOMPLISHMENT MONTHLY (%) 2.220% 2.198% 6.342% 7.533% 9.0685% 10.806% 10.825% 10.819% 10.931% 10.309% 7.124% 6.683% 4.364% 0.776%
CUMULATIVE (%) 2.220% 4.418% 10.761% 18.294% 27.362% 38.169% 48.993% 59.812% 70.743% 81.053% 88.177% 94.860% 99.224% 100.000%

SCHEDULED CASH FLOW MONTHLY Php 5,391,262.64 5,338,622.64 15,401,606.36 18,293,852.31 22,022,523.38 26,242,933.81 26,287,107.38 26,274,164.00 26,545,168.55 25,036,055.26 17,300,637.37 16,229,788.18 10,596,736.83 1,885,578.62
CUMULATIVE Php 5,391,262.64 10,729,885.28 26,131,491.65 44,425,343.96 66,447,867.34 92,690,801.15 118,977,908.53 145,252,072.52 171,797,241.08 196,833,296.34 214,133,933.70 230,363,721.89 240,960,458.72 242,846,037.34

DPWHProcurementManualVolumeII-Infrastructure 29 | 31

Department of Public Works and Highways

Contract ID:

Contract
Name:

Location of the Contract:

Manpower Schedule
21DE0004

Name of Contractor:

example only
Entries
are
MANPOWER 1st Month 2nd Month 3rd Month 4th Month 5th Month 6th Month 7th Month 8th Month 9th Month 10th Month 11th Month 12th Month 13th Month 14th Month

NO. CATEGORY 30 C.D. 60 C.D. 90 C.D. 120 C.D. 150 C.D. 180 C.D. 210 C.D. 240 C.D. 270 C.D. 300 C.D. 330 C.D. 360 C.D. 390 C.D. 420 C.D.

1 Project Manager 1 1 1 1 1 1 1 1 1 1 1 1 1 1

2 Deputy Project Manager (Operation) 1 1 1 1 1 1 1 1 1 1 1 1 1 1

3 Deputy Project Manager (Administration) 1 1 1 1 1 1 1 1 1 1 1 1 1 1

4 Project Engineer 1 1 1 1 1 1 1 1 1 1 1 1 1 1

5 Bridge/Structural Engineer 1 1 1 1 1 1 1 1 1 1 1 1 1 1

6 Highway/Pavement Engineer 1 1 1 1 1 1 1 1 1 1 1 1 1 1

7 Materials/Quality Control Engineer 1 1 1 1 1 1 1 1 1 1 1 1 1 1

8 Safety Engineer 1 1 1 1 1 1 1 1 1 1 1 1 1 1

9 Construction Foreman 1 1 1 1 1 1 1 1 1 1 1 1 1 1

10 Geodetic Engineeer 1 1 1 1 1 1 1 1 1 1 1 1 1 1

11 Quantity Engineer 0 1 1 1 1 1 1 1 1 1 1 1 1 1

12 Office Engineer 1 1 1 1 1 1 1 1 1 1 1 1 1 1

13 Autocad Operator/Draftsman 1 1 1 1 1 1 1 1 1 1 1 1 1 0

14 Office Staff 0 1 1 1 1 1 1 1 1 1 1 1 1 0
21DE0004

15 Financing and Accounting 1 1 1 1 1 1 1 1 1 1 1 1 1 1

16 Purchasing and Supplying 1 1 1 1 1 1 1 1 1 1 1 1 1 0

17 Human Resources/Manpower 1 1 1 1 1 1 1 1 1 1 1 1 1 1

18 Camp Management/Security 2 4 4 6 6 6 6 6 6 6 5 5 4 2

19 Equipment In-Charge 1 1 1 1 1 1 1 1 1 1 1 1 1 1

20 Laboratory Technician 1 1 1 1 1 1 1 1 1 1 1 1 1 0

21 Laboratory Aide 1 1 1 1 1 1 1 1 1 1 1 1 1 0

22 Clerk Typist/Encoder 1 1 1 1 1 1 1 1 1 1 1 1 1 0

23 Instrumentman 1 1 1 2 2 2 2 2 2 2 2 1 1 0

24 Survey Aides 2 2 2 2 2 2 2 2 2 2 2 1 1 1

25 Health and Environment 0 1 1 1 1 1 1 1 1 1 1 1 1 1

26 First Aider/Health Personnel 1 1 1 1 1 1 1 1 1 1 1 1 1 1

27 Utility Personnel 1 1 1 1 1 1 1 1 1 1 1 1 1 1

28 Laundry Woman 1 1 1 1 1 1 1 1 1 1 1 1 1 1

29 Heavy Equipment Operator 4 8 8 10 10 15 15 15 15 15 15 8 6 4

30 Driver For Vehicles 3 5 7 8 8 8 8 8 8 8 8 8 7 3

31 Truck Driver 2 6 8 10 12 19 19 19 19 19 12 12 6 4

32 Skilled Laborer 3 8 8 12 16 16 16 16 16 16 16 12 8 6

33 Semi-Skilled Laborer 5 8 8 15 21 21 21 21 21 15 15 10 8 4
21DE0004

34 Unskilled Laborer 8 10 15 20 25 25 25 25 25 25 18 15 10 5

35 Field Watchmen 0 5 5 10 16 16 16 16 16 12 12 9 4 0

Total 52 82 91 120 143 155 155 155 155 145 130 106 80 48

DPWH Procu remen tManu alVol umeII -Infra struct ure 30 | 31


21DE0004

Department of Public Works and Highways

Contract ID:

Contract Name:

Location of the Contract:

Major Equipment Utilization Schedule

Name of Contractor:

Entries
are ex ample only
EQUIPMENT 1st Month 2nd Month 3rd Month 4th Month 5th Month 6th Month 7th Month 8th Month 9th Month 10th Month 11th Month 12th Month 13th Month 14th Month

NO. DESCRIPTION MAKE/TYPE MIN. TOTAL 30 C.D. 60 C.D. 90 C.D. 120 C.D. 150 C.D. 180 C.D. 210 C.D. 240 C.D. 270 C.D. 300 C.D. 330 C.D. 360 C.D. 390 C.D. 420 C.D.
CAPACITY
1 Concrete Batching LQC-80-II 80 tons/hr 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
Plant
2 Aggregate Crusher PE750X1060 175 tons/hr 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
3 Washing and 4YZS2160 175 tons/hr 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
Screening Plant
4 Asphalt Paver RP403 3-4.10m/75 2 0 1 1 2 2 2 2 2 2 2 2 1 0 0
Kw
5 Asphalt Distributor XLS50 12000L 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
6 Bulldozer with SD-32 W 320 Hp 1 1 1 1 1 1 1 1 1 1 1 1 0 0 0
Ripper
7 Bulldozer with D20A-5 39 Hp 1 0 1 1 1 1 1 1 1 1 1 0 0 0 0
Ripper
8 Crawler Dozer D6HL6P 165 Hp 2 0 1 1 1 2 2 2 2 1 1 1 0 0 0
9 Hydraulic Excavator MS180-8 0.80 cu.m. 1 0 1 1 1 1 1 1 1 1 1 1 0 0 0
10 Hydraulic Excavator XE335C 1.40 cu.m. 1 0 1 1 1 1 1 1 1 1 1 1 1 1 0
11 Wheel Loader 865-2 3.10 cu.m. 1 0 1 1 1 1 1 1 1 1 0 0 0 0 0
12 Wheel Loader 840-2 2.00 cu.m. 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
13 Wheel Loader 850-2 3.00 cu.m. 1 0 1 1 1 1 1 1 1 1 1 1 0 0 0
14 Crawler Loader ZY-65 C 2.60 cu.m. 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
21DE0004

15 Motor Grader GR180R 195 Hp 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0


16 Motor Grader GD31-3H 135 Hp 1 0 1 1 1 1 1 1 1 1 1 0 0 0 0
17 Vibratory Tandem XD111E 11 tons 2 0 1 2 2 2 2 2 2 2 2 1 1 0 0
Roller
18 Vibratory Drum XS 142 14 tons 1 0 0 0 1 1 1 1 1 1 1 1 0 0 0
Roller
19 Pneumatic Tired XP201 12-20 tons 2 0 1 2 2 2 2 2 2 2 2 2 1 0 0
Roller
20 Dump Truck EQ3121GLJ6 20 cu.m. 15 0 5 8 8 10 15 15 15 15 15 12 8 4 4
21 Dump Truck NKR58E- 2.15 cu.m. 1 0 1 1 1 1 1 1 1 1 1 1 1 1 0
7109892
22 Dump Truck CXZ71J- 11 cu.m. 1 0 0 1 1 1 1 1 1 1 1 1 0 0 0
3016497
23 Dump Truck CXZ19J- 12 cu.m. 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
3008234
24 Dump Truck NKR58E- 2.15 cu.m. 1 0 0 1 1 1 1 1 1 1 1 1 1 1 0
7143065
25 Water Truck with CLW51116SST3 1000 Gals. 2 0 1 1 1 2 2 2 2 2 2 2 1 1 0
Pump
26 Generator Set 3Ø/380V-50HZ 40,000 W 1 0 0 1 1 1 1 1 1 1 1 1 1 1 0
27 Generator Set DCA45SPI 36,000 W 1 1 1 1 1 1 1 1 1 1 1 1 0 0 0
28 Generator Set SH100LDE3 100,000 W 1 0 0 0 1 1 1 1 1 1 1 1 1 1 0
Total 2 27 35 38 42 47 47 47 46 45 39 25 10 4

DPWHProcurementManualVolumeII - Infrastructure 31 | 31
21DE0004

Department of Public Works and Highways


Contract ID:
Contract Name:
Location of the Contract:
------------------------------------------------------------------------------------------------------------------------------------

CONTRACTOR’S CONSTRUCTION SAFETY AND HEALTH PROGRAM

Date

To: Name of the Head of the Procuring Entity

Address

Pursuant to the provisions of Section 37.2.3 of the Implementing Rules and Regulations of
Republic Act No. 9184 and in accordance with the provisions of Department Order No. 129, series
of 2014, of the Department of Public Works and Highways (DPWH) and the provisions of the
Memorandum dated 17 July 2014 of the Department of Labor and Employment (DOLE), we
hereby submit to you, as part of the contract documents for the abovementioned contract awarded
to us, our Construction Health and Safety Program which, once approved by the DPWH and
concurred in by the DOLE Regional Office concerned, shall be implemented by us for the said
contract.

Construction Safety and Health Committee: State of the composition of the Contractor’s
Construction Safety and Health Committee, if one has been formed. Otherwise, state an
undertaking of the Contractor to organize such committee and appoint its members before
the start of construction work at the project site
Specific Safety Policies: State the specific safety policies which the Contractor undertakes
to observe and maintain in its construction site, including the frequency of and persons
responsible for conducting toolbox and gang meetings.
Penalties and Sanctions: State the penalties and sanctions for violations of the Construction
Safety and Health Program.
Training: State the frequency, content and persons responsible for orienting, instructing,
and training all workers at the site with regard to the Construction Safety and Health
Program under which they operate.
Waste Disposal: State the manner of disposing waste arising from the construction.

Submitted by:

Name and Signature of Authorized Officer of the Bidder

Position

DPWHProcurementManualVolumeII-Infrastructure 32 | 31

You might also like