Download as xls, pdf, or txt
Download as xls, pdf, or txt
You are on page 1of 2

Name of the Procuring Entity : PHILIPPINE PORTS AUTHORITY Contract Ref. No.

: NRP -BAA-03-16
PORT MANAGEMENT OFFICE - BATAAN/AURORA Name of the Contract: Various
Admin. Bldg., Port of Lamao, Limay, Bataan Repairs Damaged by Typhoon
Lando at Port of Casiguran,
Aurora Province
Location:Port of Casiguran
Amount:Php 2,681,851.72

CHECKLIST
Name of Contractor: _______________________________________________________

DOCUMENTARY REQUIREMENTS FOR BIDDING - R.A. 9184


I. FIRST ENVELOPE - Technical Information/Documents (1 Orig. & 3 Copies)
C VC RM PM O DESCRIPTION REMARKS
Initials of BAC Members if 1 ELIGIBILITY REQUIREMENTS
Documents is included
a. LEGAL DOCUMENTS:
1 DTI Cert./SEC Reg. No. _________________ Expiration Date: _________
2 Valid & Current Mayor's Permit/Municipal License
Permit No.: ______________ Date Issued: ___________Place: _______________
3 Valid Joint Venture Agreement in case of Joint Venture
4 Tax Clearance per Executive Order 398, series of 2005, as finally reviewed and
approved by the BIR.
b. TECHNICAL DOCUMENTS
1 Statement of the prospective bidder of all its On-going & Completed Gov't. &
Private Contracts within the relevant period including contracts awarded but not
yet started, if any. (Sec. 23.1 a.iii & Sec. 23.5.2.5)
1. Name of Project: ________________________________________________________
Location: _____________________________________________________________
Amount: P __________________ % of Accompl. _________% VUP: _____________
Notice of Award/Notice to Proceed/Contract/etc. ______________________________
2. Name of Project: ________________________________________________________
Location: _____________________________________________________________
Amount: P __________________ % of Accompl. _________% VUP: _____________
Notice of Award/Notice to Proceed/Contract/etc. ______________________________
3. Name of Project: ________________________________________________________
Location:______________________________________________________________
Amount: P __________________ % of Accompl. _________% VUP: _____________
Notice of Award/Notice to Proceed/Contract/etc. ______________________________
2 Experience Record on Similarly Completed Projects
1.Demolition and disposl Works, Concreting Works, Rockworks, Roofing Works,
Ceiling Works, Painting Works

3 Valid PCAB License & Registration for the type & cost of the Contract to be
bid (Sec. 23.1.a.iv)
License No. ______ ______ Principal Category:_"_____"_ Expiration Date: _________
Inter-Agency Class. __________ Reg. No. _________ Expiration Date:_____________
c. FINANCIAL DOCUMENTS
1 Audited Financial Statements, Stamped, received by the BIR or its duly
authorized/accredited institutions, for the immediately preceeding calendar
year showing among others the total assets and liabilities.
2 Bidder's computation of its NFCC or a commitment from a licensed bank to
extend to it a Credit Line if awarded the Contract in an amount not lower than
the set in the bid documents w/c shall be at least 10% of the ABC = P 268,185.17
2 BID SECURITY (ABC = Php 2,681,851.72)
a. Cash, Cashier's Check, Manager's Check, Bank Draft/Guarantee or irrevocable
Letter of Credit issued by a Universal or Commercial Bank (2% of the ABC =
(P53,637.03)
b. Surety Bond - callable on demand:validity = 120 CD issued by a surety or
insurance company duly certified by the Insurance Commision
(5% of ABC = P 134,092.59)
c. Combination of the above proportionate to share of form with respect to total
amount of surety
d. Bid Securing Declaration in the prescribed form (Notarized)
3 PROJECT REQUIREMENTS
a. Organizational Chart for the Contract to be Bid
b. List of Contractor's Personnel to be assigned to the contract to be bid.
with their complete Qualification & Experience Data:
Name PRC ID/Expiry Date
1. Project Manager: __________________________ ________________________
2. Project Engineer: __________________________ ________________________
3. Const.Safety Health Officer: __________________ _______________________
4. Materials Engineer: _______________________ ________________________
5. Foreman: _________________________ _______________________
c. List of Contractor's Equipment units, which are owned, leased and/or under
Purchased Agreements supported by Certification of Availability of Equipment
from the lessor/vendor for the duration of the project.
1. One (1) unit Backhoe with concrete breaker - __________
2. One (1) unit Dump Truck - __________
3. One (1) unit Concrete Cutter) - __________
4. One (1) unit Plate Compactor - __________
5. One (1) unit Concrete Mixer - __________
6. One (1) unit Concrete Vibrator - __________
7. One (1) unit Bar Cutter - __________
8. One (1) unit Bar Bender - __________
9. Three (3) sets Scaffolding - __________
10. One (1) unit Electric Drill - __________
CHECKLIST
d. Construction Methods
e. Construction Safety & Health Programs

4 OMNIBUS SWORN STATEMENT BY THE PROSPECTIVE BIDDER OR ITS


DULY AUTHORIZED REPRESENTATIVE IN THE FORM PRESCRIBED BY
GPPB AS TO THE FOLLOWING:
a. I am the Sole Proprietor or the duly authorized and designated representative
of the Bidder with Office Address at:
b. The signatory is the duly authorized representative of the bidder and granted full
power and authority to do, execute and perform any and all acts necessary and/or
to represent it in the bidding, with duly notarized Secretary Certificate if a
contractor is a Corporation, Partnership or Joint Venture.
c. It is not Blacklisted or Barred from Bidding by the GOP or any of its Agencies,
Offices, corporations, or LGU's.
d. Each of the documents submitted in satisfaction of the bidding requirements in
an authentic and original copy or a true and faithful reproduction and that all
statements and information are true and correct.
e. It is authorizing the Head of the Procuring Entity, or its duly authorized
representative/s to verify all the documents submitted.
f. It is not related to the Head of the Procuring Entity, Members of the BAC, TWG,
Secretariat, head of the Project Management Office or the end-user unit and the
Project Consultants by consanguinity or affinity up to the third cvil degree in
compliance with the disclosure provision under Section 47 of the Act in relation
to other provision of R.A. 3019.
g. It complies with the existing Labor Laws and Standards; and
h. it is aware of and has undertaken the following responsibilities as a Bidder:
1. Carefully examine all of the bidding documents;
2. Acknowledge all conditions, local or otherwise, affecting the implementa-
tion of the contract.
3. Made an estimate of the facilties available and needed for the contract to
be bid, if any; and
4. inquire or secure Supplemental/Bid Bulletin/s issued for the project.
II SECOND ENVELOPE (Financial Information/Documents)
1 Bid Proposal in the prescribed form
2 Bid Prices in the Bill of Quantities (BOQ)
3 Detailed Estimates including Summary Sheet indicating the unit prices of
Construction Materials, labor Rates, and Equipment Rentals used in the
coming up with the bid.
4 Cash Flow and Payment Schedule

1. Any missing documents in the above-mentioned checklist is a ground for outright rejection of the bid.

LEGEND:

C - Chairman P - Passed
VC - Vice-Chairman F - Failed
RM - Regular Member
PM - Provisional Member REMARKS:
O - Observer
Eligible
Ineligible

BIDS AND AWARDS COMMITTEE (BAC)

CORNELIO A. JIMENEZ JOSE DANILO B. PEREZ


Provisional Member Provisional Member

___________________ _____________________
PICE Representative NGO Member

AMELITA L. HERNANDEZ FROILAN E. ABELLA


Regular Member Vice Chairperson

REMEDIOS M. FRAC
BAC Chairperson

You might also like