Download as pdf
Download as pdf
You are on page 1of 7
f Republi ofthe Philippines x DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS 21 February 2013, ENGR. NEREO O. LLORENTE Proprietor/Owner ‘Wynn Construction 1A. Clarin Avenue Dao District, Tagbilaran Bohol Dear Engr. Llorente: Subject NOTICE TO PROCEED This is to inform you that the Contract for the Improvement of Various Ports in Bohol has been approved by the concerned authorities of the Department of Transportation and Communications in the amount of Five Million Six Hundred Thirteen Thousand Six Hundred Fourteen Pesos and One Centavo (Php5,613,614.01), Accordingly, you are hereby directed to commence the work in accordance with the terms and conditions as stipulated in the Contract, and that the date of commencement shall be no later than seven (7) calendar days after your receipt of this letter. The time of completion shall be Ninety (90) calendar days from either the date occurring seven (7) calendar days after your receipt of this letter or your notified intended date for commencement of work, whichever occurs sooner. Your written acknowledgement of receipt and acceptance of the above together with your advice on your intended date of commencement of the work are requested by return, through signature of your authorized representative in the space indicated below. Approved by: cuituermd £. LEONARDO Director I Project Management Seyvice Project implementation eras Received by Designation Date Time Wynn Construction, hereby notify DOTC that they will commence the construction works on__ day of, 2013 Teuereceanraacons (19-10 Beuoatigyggrnrmurenes (2.3 Republic ofthe Philippines « DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS 17 December 2012 ENGR, NERIO O. LLORENTE Proprietor/Owner Wynn Construction JA. Clarin Avenue Dao District, Tagbilaran Bohol Dear Mr. Llorente: . NOTICE OF AWARD We are pleased to inform you that based on the findings of the Bids and Awards Committee, the contract for the Improvemerit of Various Ports in Bohol is hereby awarded to WYNN CONSTRUCTION pursuant to BAC Resolution No. S-1-P-PB-2012-65 dated 17 December 2012, ‘Thus, notice is hereby given that the contract for the procurement of the project will be awarded to WYNN CONSTRUCTION in the total amount of Five Million Six Hundred Thirteen Thousand Six Hundred Fourteen Pesos and One Centavo (Php5,613,614.02), subject to submission within ten (10) days from receipt hereof a Performance Security, valid until issuance of the Certificate of Acceptance, in any of the following forms: a) Cash, or Cashier's check or bank draft/guarantee or Irrevocable letter of credit issued by a universal or commercial bank equivalent to ten percent (10%) of the total contract price; or b) Surety Bond equivalent to thirty percent (30%) of the total contract price. as provided under the Revised Implementing Rules and Regulations of Republic Act No, 9184, Very truly yours, ENGR. NERIO O, LLORENTE. tnd byt gm Baa BA) keputic ofthe Piippnes ) DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS pacresowution no, v- //~ PO #0 le 65 Subject : RECOMMENDATION OF AWARD OF CONTRACT FOR THE IMPROVEMENT OF VARIOUS PORTS IN BOHOL PROJECT WHEREAS, the Invitation to Bid for the Improvement of Various Ports in Bohol (the "Project"), with an Approved Budget for the Contract (ABC) of Five Million Six Hundred Forty Thousand One Hundred Forty Four Pesos and Twenty Six Centavos (Php 5,640, 144.26) was posted at the Philippine Government Electronic Procurement Service (PhiIGEPS), DOTC website, at the premises of the Department of Transportation and Communications (the "Department" or "DOTC") on 01 September 2012 and advertised on 30 August 2012 in the Philippine Star, a newspaper of general nationwide circulation (proof of publication and posting hereto attached as Annex “A"); WHEREAS, on 12 September 2012, the BAC conducted a pre-bid conference for the Project ( a copy of the minutes of the meeting hereto attached as Annex “B") with the representatives of the following bidders in attendance, to wit: 1) A.A. De Vera Construction; 2) 1.A. Construction; 3) CCM Construction; 4) ALCHMIS Construction; 5) Yu Construction; and 6) YS Construction; WHEREAS, two (2) prospective bidders responded to the invitation and purchased the bidding documents for the Project, namely: 1) Cevic Construction and Development Corp.; and 2) Wynn Construction; WHEREAS, on 28 September 2012, the DOTC Secondary BAC opened the sealed bids submitted by Wynn Construction, the lone bidder for the project, at Unit 167, 16" Floor, The Columbia Tower, Mandaluyong City, a copy of the minutes of the meeting attached as Annex “C”; WHEREAS, upon preliminary evaluation, the bid of the lone bidder, Wynn Construction in the amount of Five Million Six Hundred Thirteen Thousand Six Hundred Fourteen Pesos and One Centavo (Php 5,613,614.01) was found to be complying with the eligibility, technical and financial requirements of the project; WHEREAS, after the conduct of detailed evaluation of the bids, the bid price in the evaluated amount of Five Million Six Hundred Thirteen Thousand Six Hundred Fourteen Pesos and “ “Fecoumenrower ffl. F-1-1 Tako eaa 728-80 BRGY. WACKSWACK OFTIGAS AVENUE ‘Dome acmion exter HOTLINE: 7200 {558 HANDALLYONG CIT, PHILIPPINES. Set RET ones 9 eS Pee Bota Pec Centavo (Php 5,613,614.01)of Wynn Construction, was determined to be the Single Calculated Bid (sc WHEREAS, to determine whether Wynn Construction complies with and is responsive to all the requirements and conditions as specified in the bidding documents, it was subjected to Post- Qualification on 07-08 Novernber 2012 and was found to have passed all the criteria for post- qualification and its bid may be declared as the Single Calculated and Responsive Bid (SCRB), a copy of the Post Qualification Report is attached hereto as Annex "D"; WHEREAS, Section 34.4 of the Revised Implementing Rules and Regulations of RA 9184 provides that the award of contract shall be made to the bidder with the SLCRB/LCRB at its submitted bid price or its calculated bid price, whichever is lower; WHEREAS, the Secondary BAC-TWG for Infrastructure Projects, In its Memorandum dated 19 November 2012 has recommended, after evaluation and conduct of due diligence, the award of contract to Wynn Construction in the evaluated amount of Five Million Six Hundred Thirteen ‘Thousand Six Hundred Fourteen Pesos and One Centavo (Php 5,613,614,01) which is 0.47% less than the ABC and is considered advantageous to the Government, copy of the Memorandum attached as Annex “E” ; NOW, THEREFORE, for and in consideration of the foregoing premises, and in view of the recommendation of the Secondary BAC-TWG for Infrastructure Projects, the Committee resolves, as it hereby resolves, to recommend the award of contract for the Project to Wynn Construction in the 1een Thousand Six Hundred Fourteen Pesos and evaluated amount of Five Million Six Hundred Th ‘One Centavo (Php 5,613,614.01). As ofthis__ ______.2012, in Mandaluyong City. RAPHAEL C. FELICIANO DANTE M. LANTIN mw 0} PATDU. Member Member Member ea vues BANO |S BERPETUO M. LOTILLA Vice Chairman Chairman, Approved by: By Authogityot the P CONTRACT FOR IMPROVEMENT OF VARIOUS PORTS IN BOHOL, THIS AGREEMENT, made this day of , 2013 between the Government of the Republic of the Philippines, thru the Department of Transportation and Communications (DOTC), represented by the Assistant Secretary for Project Implementation ILDEFONSO T. PATDU, JR., with office address at The Columbia Tower, Ortigas Avenue, Mandaluyong City (hereinafter called the “Entity”) and WYNN Construction, represented by its Proprietor/Owner ENGR. NEREO O. LLORENTE, with office address at Dao District, Tagbilaran City, Bohol (hereinafter called the “Contractor”). WHEREAS, the Entity is desirous that the Contractor execute the Improvement of Various Ports in Bohol (hereinafter called “the Works") and the Entity has accepted the Bid for Five Million Six Hundred Thirteen Thousand Six Hundred Fourteen Pesos and One Centavo (P5,613,614.01) 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 Agreement, words and expressions shall have the same meanings * as are respectively assigned to them in the Conditions of Contract hereinafter referred to. The following documents shall be attached, deemed to form, and be read and construed as part of this Agreement, to wit: (a) General and Special Conditions of Contract; b) —_Drawings/Plans; © ‘Specifications; Invitation to Apply for Eligibility and to Bid; () Instructions to Bidders; () Bid Data Sheet; (9) Addenda and/or Supplemental/Bid Bulletins, if any; (h) Bid form, including all the documents/statements contained in the Bidder's bidding envelopes, as annexes; () Eligibility requirements, documents and/or statements; ( ( ( ( = () Performance Security; (K) Credit line issued by a licensed bank, if any; () Notice of Award of Contract and the Bidder’s conforme thereto; (m) Other contract documents that may be required by existing laws and/or the Entity 3. In consideration of the payments to be made by the Entity to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Entity to execute and complete the Works and remedy any defects therein in conformity with the provisions of this Contract in all respects. 4. The Entity hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects yr wherein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the times and in the manner prescribed by this Contract. IN WITNESS WHEREOF, the parties thereto have caused this Agreement to be executed the day and year first before written, DEPARTMENT OF WYNN CONSTRUCTION TRANSPORTATION AND COMMUNICATIONS By: By: IWSBKQNSH T.PATDU, JR. NEREO @.\LLORENTE Assistant Sqpretary for Project Proprietot/Owner Implementation Signed in the Presence of: GUILLERMO L. LEONARDO y om Dir. Project Management Service Approved by CATHI EP, ZALES Undersecrtafy ProfecAmplementation ACKNOWLEDGMENT Republic of the Pip Republic of he RoE aR cut BEFORE ME, a Notary Public for and in the above name locality, this, day of personally appeared: ILDEFONSO T. PATDU, JR. NEREO O. LLORENTE HEB? 0 20 Govt. issued ID. Pore 1/6 Govt. issued ID, DV: 2) Issued on Issued on Issued at [ae Datacgey Cy Issued at known to me and to me known to be the same persons who executed the foregoing instrument and acknowledged to me the same as their free and voluntary act and deed and the entity they represent. This Contract consisting of three (3) pages including this page on which this ‘Acknowledgment is written, signed by the parties and their witnesses on each and every page thereof. QQ, jumress MY HAND AND SEAL on the date and place first written above. SS NOTARY PUBLIC 4 } WA per . pean j ATTY, ORRO MARICEL N. NEPOMUCENO 2 : Notary Public until December 31, 2013 ae ° PIR No. 7611881 - Jan. 07, 2013/ A.C. IBP No, 84266VRol| No. 50756 MCLE No Il-013133/Appointment #NP-236 ‘SF Vargas Bldg. #103 Kalayaan Ave. Dil, QC Series of 2013.

You might also like