Download as pdf or txt
Download as pdf or txt
You are on page 1of 45

Republic of the Philippines

Department of Public Works and Highways


OFFICE OF THE DISTRICT ENGINEER
Camarines Sur 1st District Engineering Office
Baras, Canaman, Camarines Sur
Contract ID: 17FD0017
Contract Name: Construction of Local Road at Barangay Bocal, San Fernando, Camarines Sur
Location of Contract: Camarines Sur 2nd LD

BILL OF QUANTITIES
(Columns (1),(2),(3) and (4) are to be filled by the Procuring Entity) (Columns (5) and (6) are to be filled by the Bidder)
Pay Item Description Unit Quantity Unit Price (Pesos) Amount (Pesos)
No. (2) (3) (4) (5) (6)
(1)
B OTHER GENERAL REQUIREMENTS
B.5 PROJECT BILLBOARD/ EA. 2.00 In Words: Pesos In Figures: Php
SIGNBOARD

In Figures: Php
B.7 OCCUPATIONAL MO. 1.00 In Words: Pesos In Figures: Php
SAFETY AND HEALTH
PROGRAM
In Figures: Php
B.9 MOBILIZATION/ LS 1.00 In Words: Pesos In Figures: Php
DEMOBILIZATION

In Figures: Php
C EARTHWORKS
100(1) CLEARING AND HA. 0.12 In Words: Pesos In Figures: Php
GRUBBING

In Figures: Php
100(3)a2 INDIVIDUAL REMOVAL EA. 21.00 In Words: Pesos In Figures: Php
OF TREES (SMALL, 301-
500MM Ø)
In Figures: Php
101(3)b2 REMOVAL OF SQ.M. 55.00 In Words: Pesos In Figures: Php
ACTUAL STRUCTURES/
OBSTRUCTION (PCCP,
UNREINFORCED, 0.20M
THK)
In Figures: Php
102(1) UNSUITABLE CU.M. 567.84 In Words: Pesos In Figures: Php
EXCAVATION

In Figures: Php
103(1)a STRUCTURE CU.M. 127.42 In Words: Pesos In Figures: Php
EXCAVATION

In Figures: Php
104(2)a EMBANKMENT FROM CU.M. 49.95 In Words: Pesos In Figures: Php
BORROW
(COMMON SOIL)
In Figures: Php
105(1)a SUBGRADE SQ.M. 1,305.60 In Words: Pesos In Figures: Php
PREPARATION
(COMMON MATERIAL)
In Figures: Php
Sub-Total for this Page In Words: Pesos

In Figures: Php
Submitted by:
Date:
Name and Signature of Bidder’s Representative

Position

Name of Bidder
Republic of the Philippines
Department of Public Works and Highways
OFFICE OF THE DISTRICT ENGINEER
Camarines Sur 1st District Engineering Office
Baras, Canaman, Camarines Sur
Contract ID: 17FD0017
Contract Name: Construction of Local Road at Barangay Bocal, San Fernando, Camarines Sur
Location of Contract: Camarines Sur 2nd LD

BILL OF QUANTITIES
(Columns (1),(2),(3) and (4) are to be filled by the Procuring Entity) (Columns (5) and (6) are to be filled by the Bidder)
Pay Item Description Unit Quantity Unit Price (Pesos) Amount (Pesos)
No. (2) (3) (4) (5) (6)
(1)
D SUBBASE COURSE
200(1) AGGREGATE SUBBASE CU.M. 224.80 In Words: Pesos In Figures: Php
COURSE

In Figures: Php
E SURFACE COURCES
311(1)a PCC PAVEMENT SQ.M 220.05 In Words: Pesos In Figures: Php
(UNREINFORCED),
0.15M THK. – 14 DAYS
In Figures: Php
311(1)b PCC PAVEMENT SQ.M 1,205.25 In Words: Pesos In Figures: Php
(UNREINFORCED),
0.20M THK. – 14 DAYS
In Figures: Php
G DRAINAGE AND SLOPE PROTECTION STRUCTURES
404(1)a Reinforcing Steel Bar KGS. 1,133.68 In Words: Pesos In Figures: Php

In Figures: Php
405(1)a3 Structural Concrete, CU.M. 15.73 In Words: Pesos In Figures: Php
Class A (20.68 Mpa, 28 days)

In Figures: Php
500(1)a1 Pipe Culverts, Class II L.M. 2.00 In Words: Pesos In Figures: Php
(RCPC, 610mm dia)

In Figures: Php
500(1)a5 Pipe Culverts, Class II L.M. 1.00 In Words: Pesos In Figures: Php
(RCPC, 1220mm dia)

In Figures: Php
505(2)a Grouted Riprap, CU.M. 32.91 In Words: Pesos In Figures: Php
Class A

In Figures: Php
506(1) Stone Masonry CU.M. 30.03 In Words: Pesos In Figures: Php

In Figures: Php
Sub-Total for this Page In Words: Pesos

In Figures: Php
GRANDTOTAL In Words: Pesos

In Figures: Php

Submitted by:
Date:
Name and Signature of Bidder’s Representative

Position

Name of Bidder
ANNEX II-1.1K
Section XI. 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.

DPWH-INFR-05: Contractor’s Confidential Application Statement for Registration (CCASR)

DPWH-INFR-06: Contractor’s Registration Certificate (CRC)

DPWH-INFR-07: Contractor’s Information (CI)

DPWH-INFR-09: Bid Form

DPWH-INFR-10: Form of Bid Security: Bank Guarantee

DPWH-INFR-11: Form of Bid Security: Irrevocable Letter of Credit

DPWH-INFR-12: Form of Bid Securing Declaration

DPWH-INFR-13: Contractor’s Organizational Chart for the Contract

DPWH-INFR-14: List of Contractor’s Key Personnel to be Assigned to the Contract, with their
Qualification and Experience Data

DPWH-INFR-15: List of Contractor’s Equipment Units to be Assigned to the Contract,


Supported by Certificates of Availability

DPWH-INFR-16: Sworn Statement Required by IRR Section 25.2b)iv)

DPWH-INFR-17: Bill of Quantities (BOQ)

DPWH-INFR-18: Summary of Bid Prices

DPWH-INFR-19: Cash Flow by Quarter

DPWH-INFR-20: Bidder’s Checklist of Requirements for Its Bid, Including Technical and
Financial Proposals Requirement for Bidders

DPWH-INFR-43: Performance Security: Irrevocable Letter of Credit

DPWH-INFR-44: Performance Security: Bank Guarantee

DPWH-INFR-45: Construction Methods

DPWH-INFR-46: Construction Schedule in the form of PERT/CPM or Precedence Diagram


and Bar Chart with S-Curve and Cash Flow
DPWH-INFR-47 Manpower Schedule

DPWH-INFR-48: Major Equipment Utilization Schedule

DPWH-INFR-49: Construction Safety and Health Program

DPWH-INFR-50: Checklist of Contract Documents and Supporting Documents

DPWH-INFR-51: Form of Contract Agreement

The content of each of these forms is given in the attached folder marked “ANNEX IIB-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.
Department of Public Works and Highways
-----------------------------------------------------------------------------------------------------------

Department of Public Works and Highways


Registry of Contractors for Civil Works Projects
Contractor’s Confidential Application Statement for Registration (CCASR)

(Please read the attached Instructions)

I, of legal age, with postal address at

, after having been duly sworn in


accordance with the law, hereby depose and say:
1. That I am the: of
the duly authorized to make this

statement, as evidenced by the attached written authority from the proprietor/governing


board of the firm,
2. That I hereby present the following information for registration with the Department of
Public Works and Highways.

A. GENERAL INFORMATION
1. Name of Firm/Company :
a. Head Office Address :Number: Street Name:

Municipality/City: Province: Region:

Postal Code: Country:


b. Telephone Number :
c. Fax Number :
d. Email Address :
e. Company TIN :

2. Foreign Contractors Only


a. Nationality :
b. Philippine Address :Number: Street Name:
Municipality/City: Province: Region:
Postal Code:
c. Telephone Number :
d. Fax Number :
e. Email Address :
f. Percentage of Filipino
Ownership : (if applicable)

3. Person Managing the Affairs of the Firm: Attach Annex “A”

a. Name :
b. Designation :
c. Telephone Number :
d. Specimen Signature :

3. Authorized Liaison Officers: Attach Annex “B”


a. Name : 1. 2.
b. Designation : 1. 2.
c. Telephone Number : 1. 2.
d. Specimen Signature : 1. 2.

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016 Page 1 of 10
Department of Public Works and Highways
-----------------------------------------------------------------------------------------------------------

A. LEGAL ASPECTS
1. PCAB License Information (if applicable)
Contractor Particulars
(Please refer to your PCAB License)

q Sole Proprietor: Attach Annex “D” Head Office Location (Region):


q Partnership: Attach Annex “E”
q Corporation: Attach Annexes “E” and “F”
q Cooperative: Attach “G”
License Particulars

License First Issue Date (mm/dd/yy) / / License No.


Validity Period of this License/Renewal (mm/dd/yy) From: / / To: / /
Principal Classification: Category
Other Classifications

Registration Particulars

Registration Date (mm/dd/yy): / / Number:


Validity Period of this Registration (mm/dd/yy): From: / / To: / /
Kinds of Project Respective Size Ranges

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016 Page 2 of 10
Department of Public Works and Highways
-----------------------------------------------------------------------------------------------------------

2. Ownership

Tax ID Number
NAME(S) of Owner/Stockholders
(TIN)

3. City/Municipal Business Permit: Attach Annex “C”

4. BIR Tax Clearance (per EO 398, series of 2005): Attach Annex “H”
Date issued:
Validity period:
Tax Identification Number:

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016 Page 3 of 10
Department of Public Works and Highways (DPWH)
-----------------------------------------------------------------------------------------------------------------------------------------------------
B. TECHNICAL ASPECTS (Contractor’s Work Experience)

1. List of all contracts completed by the contractor both in government and in the private sector: Attach Annex “I”

Contractor’s
Contract Date Major
Owner’s Role & Dimensions Total As Built Cost
Contract Categories of
Contract Name Name and Partici- Start Actual Refer to Per Major Work
ID Work Code Attachment A
Address pation % Completion Refer to Attachment A
Category (PhP)
mm/dd/yy mm/dd/yy

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016 Page 4 of 10
Department of Public Works and Highways (DPWH)
-----------------------------------------------------------------------------------------------------------------------------------------------------
2. List of all on-going contracts including those already awarded but not yet started, both in government and in the private sector: Attach Annex “J”
NOTE: Cost must be in Philippine Pesos computed on the date of the signing of the contract.

Contract Date Percent Major Estimated Total


Contract Owner’s Partici- Categories of Dimen- Cost per Major
Name of Contract Start Completion
ID Name and pation % mm/dd/yy mm/dd/yy
WA TE Work Code sions Work Category
Address Refer to Attachment A (PhP)

Key: WA = Work Accomplished TE = Time Elapsed

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016 Page 5 of 10
Department of Public Works and Highways (DPWH)
-------------------------------------------------------------------------------------------------------
C. FINANCIAL ASPECTS (Amounts shall be in Philippine Pesos): Attach Annex “K”
CY -1 CY -2 CY -3 CY –4 CY -5
Total Assets
Current Assets
Total Liabilities
Current Liabilities
Total Net Worth
Current Net Worth
Gross Annual
Turnover
(construction)

Note: CY-1 = Current Year minus one


Taxpayer Identification Number (TIN) _
D. AFFIDAVIT
I hereby certify that all information provided herein, including the annexes and enclosures
thereto, is true and correct, and I hold myself liable, criminally or civilly, for any
misrepresentation or false statement made herein.

I hereby authorize the Department of Public Works and Highways to investigate and
verify the said information.

In witness thereof, I have hereunto affixed my signature this day of


, 20 at , Philippines.

(Affiant)

(Republic of the Philippines )


PROVINCE/CITY OF )

SUBSCRIBED and SWORN TO before me this _ day of ,


20 at affiant exhibited to me his/her Government-issued ID (insert
type of ID) No. issued at on .

Notary Public
Doc. No. Until
Page No. PTR No.
Book No. Issued at
Series No. Issued on

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016 Page 6 of 10
Department of Public Works and Highways (DPWH)
-------------------------------------------------------------------------------------------------------

CONTRACTOR’S CONFIDENTIAL APPLICATION STATEMENT FOR


REGISTRATION (CCASR)

INSTRUCTIONS FOR CONTRACTOR’S APPLICATION

1. The Contractor-Applicant shall accomplish/answer all items in the Application Statement using the
English language. Answers must be given to all questions in the aforesaid statement. All blanks shall be
properly filled up. If necessary, additional sheets may be added to the form or, if the form has limited
space, it can be reproduced and enlarged to suit the Contractor-Applicant’s needs. Documents submitted
on forms or in any format other than that prescribed in the aforesaid Statement shall be considered non-
complying and will be rejected outright. Forms that may require attachments shall be clearly marked,
i.e., Attachments to Form No.1; Attachments to Form No. 2, etc.

2. The information/data submitted by the Contractor-Applicant are to be used by the DPWH in


determining, according to its judgment, the eligibility and qualification of the Contractor. In view
thereof, Contractor-Applicants are encouraged to communicate with the DPWH for any clarification or
interpretation of the documents. Requests for reconsideration will not be entertained on any erroneous
interpretations or conclusions made by the Contractor-Applicant. A Contractor-Applicant submitting its
qualifications as a prospective Contractor for review and consideration waives any claim against any
decision thereon. The signing by the Contractor or his duly authorized representative of the Contractor-
Applicant’s Application Statement for Registration acknowledges the truth and correctness of all
statements made therein; otherwise, the Contractor shall be liable for perjury as provided in the Revised
Penal Code.

3. Aside from the main Contractor’s Confidential Application Statement for Registration, the following
documents shall be annexed to and form part of the Statement:

Annex “A” Appointment or authority of the Authorized Manager of the Organization with specimen
signature duly notarized
Annex “B” Appointment or authority of the officially designated Liaison Officer with specimen
signature duly notarized and copies of two (2) valid ID’s showing his/her proper
identification
Annex “C” Certified Copy of Contractor’s PCAB License for the current year
Annex “D” Certified Copy of Registration of Business Name
Annex “E” Certified Copy of SEC Certificate of Registration
Annex “F” Certified Copy of Articles of Incorporation (if applicable)
Annex “G” Certified true copy of valid and current Mayor’s Business Permit
Annex “H” Certified Copy of BIR Tax Clearance, using BIR Form 17.14B
Annex “I” Certified true copy of Contract Agreement and of Certificate of Completion/Acceptance
from the Implementing Office/Owner, with Contract ID (pursuant to DO No. 241, series
of 2001, scope of work, and Contract cost, for completed contracts
Annex “J” Certified true copy of Contract Agreement from the Implementing Office/Owner, with
Contract ID (pursuant to D.O. No. 241, series of 2001), scope of work, Contract costs
and statement from the Implementing Office as to %WA and %TE for all ongoing
contracts, including private contracts and those already awarded but not yet started,
including certified true copy of NTP.
Annex “K” Audited Financial Statement as reflected in Contractor’s Income Tax Return stamped
received by the Bureau of Internal Revenue for the last five years
Annex “L” Letter authorizing verification of the integrity of the Registration documents

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016 Page 7 of 10
Department of Public Works and Highways (DPWH)
-------------------------------------------------------------------------------------------------------
4. Each page of the annexes, attachments and other supporting documents shall be marked in the right top
corner, e.g., Annex “A”, Page 1 of 5; Annex “A”, Page 2 of 5; etc.

5. The Contractor’s Confidential Application Statement for Registration, including Annexes, shall be
submitted in one (1) envelope. The envelope should be captioned “Application for Registration” and
submitted to the DPWH Head Office: BAC-TWG/Secretariat. All documents submitted shall be treated
as confidential and will not be returned.

6. The DPWH will inform all applicants of the result of their application. It reserves the right to accept or
reject any application without any liability to the affected applicants or any obligation to inform the
applicants of the grounds for the action taken thereon.

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016 Page 8 of 10
Department of Public Works and Highways (DPWH)
-------------------------------------------------------------------------------------------------------

Attachment A - TABLE OF MAJOR CATEGORIES OF WORK

Code Description of Category of Work Unit of Measure


BCB Bridges- Construction- Bailey lineal meter (lm)
BCC Bridges- Construction- Concrete lm
BCS Bridges- Construction- Steel lm
BCP Bridges- Construction- With Bored Piles lm
BEL Building - Electrical set
BIH Buildings/ Industrial Plant- High Rise storey
BIL Buildings/ Industrial Plant- Low Rise storey
BRB Bridges- Rehabilitation- Bailey lm
BRC Bridges- Rehabilitation- Concrete lm
BRP Bridges- Rehabilitation- With Bored Piles lm
BRR Bridges- Rehabilitation- Retrofitting lm
BRS Bridges- Rehabilitation- Steel lm
BRT Bridges- Rehabilitation-Timber lm
FEN Perimeter Fence square meter(sq.m)
FEX Foundation Excavation cu. m
FHD Flood Control/ Hydraulics/ Dams cu. m
FHG Flood Control/ Hydraulics/ Dredging cubic meter (cu.m)
FHN Flood Control/ Hydraulics/ Drainage lm
FHP Flood Control/ Hydraulics/ Pumping Station unit
FHR Flood Control/ Hydraulics/ River Control lm
FHW Flood Control/ Hydraulics/ Water Supply lm
MBG Maintenance of Buildings storey
MFC Maintenance of Flood Control cu. M
MRB Maintenance of Roads and Bridges kilometer (km)
PHC Ports/ Harbors- Causeway lm
PHW Ports/ Harbors- Wharf lm
RCA Roads- New Construction- Asphalt km
RCG Roads- New Construction- Gravel km
RCP Roads- New Construction- PCCP km
REC Reclamation Works cu. M
RRA Roads- Rehabilitation- Asphalt km
RRG Roads- Rehabilitation- Gravel km
RRP Roads- Rehabilitation- PCCP km
TEA Traffic Engineering- Signage piece
TEG Traffic Engineering-Guardrails piece
TEP Traffic Engineering- Pavement Markings lm
TES Traffic Engineering- Signalization set
TEP-S Traffic Engineering- Pavement Studs piece
TLS Transmission Lines km

ANNEX “L”

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016 Page 9 of 10
Department of Public Works and Highways (DPWH)
-------------------------------------------------------------------------------------------------------

ANNEX “L”

LETTER AUTHORIZING VERIFICATION OF THE INTEGRITY OF REGISTRATION


DOCUMENTS

Name of the Head of the Procuring Entity


Position of the Head of the Procuring Entity
Name of the Procuring Entity
Address
Dear :

(Name of Firm)
I hereby request that our application for inclusion of the above-mentioned firm in the DPWH Registry of
Contractors for Civil Works be approved.

I am fully aware that:

1. all documents submitted in support of this application are subject to verification by the DPWH, and

2. any discovered misrepresentation of information and/or manifestations of fraud on the application


documents submitted by our firm applicant or its Authorized Representative/Agent/Liaison Officer shall
be subjected to investigation which may result in the disapproval/denial/suspension/revocation of this
application and blacklisting of our firm and myself as its Authorized Managing Officer; and

Name and Signature


Authorized Managing Officer

Republic of the Philippines)


)S.S.

SUBSCRIBED AND SWORN TO before me this _ day of , 20 at


; affiant exhibited to me his Community Tax Certificate No.
issued at on 20 .

Doc. No. ;
Page No. ;
Book No. ; Name and Signature
NOTARY PUBLIC
(Until December 31, 20 )

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016 Page 10 of 10
Department of Public Works and Highways

Contract ID:
Contract Name:
Location of the Contract:
------------------------------------------------------------------------------------------------------------------------
BID FORM
Date:

To: Name of Procuring Entity


Address

We, the undersigned, declare that:

a. we have examined and have no reservation on the Bidding Documents (BDs), including
Supplemental/Bid Bulletins, for the above stated Contract;

b. we offer to execute the Works for this Contract in accordance with the said BDs, including
the Bid Data Sheet, General and Special Conditions of Contract, Specifications and Drawings
therein;

c. we present our Bid to execute the Works, consisting of our Technical Proposal (Annex “A”)
and our Financial Proposal (Annex “B”);

d. our Technical Proposal includes the following required documents:

(1) Bid Security in the required form, amount and validity period, using Form DPWH-INFR-
09, 10, or 11, as applicable (Annex “A-1”)
(2) Organizational Chart for the Contract, using Form DPWH-INFR-13 (Annex “A-3”)
(3) Contractor’s Certification on Key Personnel for the Contract, with the Key Personnel’s
Affidavits of Commitment to Work on the Contract, using Form DPWH-INFR-14
(Annex “A-4”)
(4) List of Contractor’s Major Equipment Pledged for the Contract, using Form DPWH-
INFR-15 (Annex “A-5)
(5) Omnibus Sworn Statement required under RA 9184-IRR Sec. 25.2b)iv), using Form
DPWH-INFR-15 (Annex “A-6”);

e. our Financial Proposal includes the following required documents:

(1) Tis Bid Form (Annex “B-1”)


(2) Bid prices in the Bill of Quantities Form, using Forms DPWH-INFR-16 and 17 (Annex
“B-2”)
(3) Detailed estimates (Annex “B-3”)
(4) Cash flow by quarter, using Form DPWH-INFR-18 (Annex “B-4”);

f. the total price of our Bid for this Contract based on the unit prices in the said Bill of
Quantities, excluding any discounts offered in item (g) below, is: total Bid price in words
and in figures;

g. the discounts we offer and the methodology for their application for this Contract are:
;

DPWH-INFR-09-2016 Page 1 of 2
h. our Bid shall be valid for a period of days after the date fixed
for the opening of bids in accordance with the Bidding Documents, and it shall remain
binding upon us and may be accepted by you at any time before the expiration of that period;

i. if our Bid is accepted and we receive from you a Notice of Award, we commit, within ten
(10) calendar days after our receipt of the said Notice, (1) to submit to you the required
Performance Security and other documents prescribed in the Bidding Documents, and (2)
to sign the Contract Agreement;

j. we understand that, if the contract is awarded to us, this Bid, together with your written
acceptance thereof through your Notice of Award, shall constitute a binding contract
between us, until a formal Contract Agreement is prepared and executed;

k. we understand that you are not bound to accept the Lowest Calculated Bid or any other Bid
that you may receive; and

l. we acknowledge that failure to sign each page of this Form of Bid and the accomplished
Bill of Quantities shall be a ground for the rejection of our Bid.

Name:
In the capacity of:
Signed:
Duly authorized to sign the Bid for and on behalf of:
Date:

DPWH-INFR-09-2016 Page 2 of 2
Department of Public Works and Highways

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

BID-SECURING DECLARATION

Invitation to Bid: [Insert reference number]


Contract ID:
Contract Name:

To: [Insert name and address of the Procuring Entity]

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
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 fro m
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 9184; without prejudice to other
legal action the government may undertake.

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

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

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

(c) I am/we are declared as the bidder with the Lowest Calculated and Responsive
Bid, and I/we have furnished the performance security and signed the Contract.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this day of
[month] [year] at [place of execution].

[Insert NAME OF BIDDER’S


AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

---------------------------------------------------------------------------------------------------------
DPWH-INFR-12-2016 Page 1 of 2
SUBSCRIBED AND SWORN to before me this day of [month] [year] at [place of
execution], Philippines. Affiant/s is/are personally known to me and was/were identified by
me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice
(A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.
.
Witness my hand and seal this day of [month] [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.

---------------------------------------------------------------------------------------------------------
DPWH-INFR-12-2016 Page 2 of 2
Department of Public Works and Highways

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

----------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-13-2016 Page 1 of 1
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
and Related) Position
Project Manager
Project Engineer
Materials Engineer
Construction Safety Officer
Foreman
Others (specify)
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 above stated 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

----------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-13-2016 Page 1 of 1
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 :

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.
1
Attached are copies of sales invoice / Registration Certificate 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

----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-15-2016 Page 1of 1
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 the [Name of the
Project] of the [Name of the Procuring Entity] accompanied by the duly notarized
Special Power of Attorney, Board/Partnership Resolution, or Secretary’s Certificate,
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;

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;
---------------------------------------------------------------------------------------------------------
DPWH-INFR-16-2016 Page 6 of 3
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
Working Group, and the BAC Secretariat, the head of the Project Management
Office/Implementing 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//Implementing 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/Implementing
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;

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

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.

IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20 at


, Philippines.

---------------------------------------------------------------------------------------------------------
DPWH-INFR-16-2016 Page 7 of 3
[Bidder’s Representative/Authorized Signatory]

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 .

---------------------------------------------------------------------------------------------------------
DPWH-INFR-16-2016 Page 8 of 3
Department of Public Works and Highways

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

BILL OF QUANTITIES
Part No. Part Description:

(Columns (1), (2), (3), and (4) are (Columns (5) and (6) are
to be filled up by the Procuring Entity) to be filled up by the Bidder)

Pay Description Unit Quantity Unit Price Amount


Item (Pesos) (Pesos)
No.

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


In words: Pesos In figures: Php
<Description of
1st Item>

In figures: Php

In words: Pesos In figures: Php


<Description of
2nd Item>

In figures: Php

In words: Pesos In figures: Php


<Description of
3rd Item>

In figures: Php

In words: Pesos In figures: Php


<Description of
4th Item>

In figures: Php

------------------------------------------------------------------------------------------------------------------
DPWH-INFR-17-2016 Page 1 of 2
In words: Pesos In figures: Php
<Description of
5th Item>

In figures: Php

In words: Pesos In figures: Php


<Description of
6th Item, etc.>

In figures: Php

In words: Pesos
Sub-Total for this Page

In figures: Php

Submitted by:

Name and Signature of Bidder’s Representative Date:

Position
Name of Bidder

------------------------------------------------------------------------------------------------------------------
DPWH-INFR-17-2016 Page 2 of 2
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
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


----------------------------------------------------------------------------------------------------------------------
DPWH-INFR-18-2016 Page 1 of 1
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

----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-19-2016 Page 1 of 1
Department of Public Works and Highways

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

BIDDER’S CHECKLIST OF REQUIREMENTS FOR ITS BID, INCLUDING


TECHNICAL AND FINANCIAL PROPOSALS

The Technical Proposal shall contain the following:

q If Joint Venture, PCAB Special JV License

q Bid Security (Form DPWH-INFR-09, 10, or 11, as applicable)

q Duly initialed Organizational Chart for the Contract (Form DPWH-INFR-12)

q Duly init ialed Contractor’s List of Key Personnel for the Contract (Form DPWH-
INFR-13)

q Duly initialed List of Contractor’s Major Equipment (Form DPWH-INFR-14)

q Sworn statement under RA9184-IRR Sec. 25.2b)iv) (Form DPWH-INFR-15)

q Signatory is proprietor/duly authorized representative of bidder.


q Full power and authority to perform acts or represent bidder.
q Not “blacklisted” or barred from bidding.
q Each document is authentic copy of original, complete, and correct.
q Authorizing Head of Procuring Entity to verify all documents submitted.
q Not related to HOPE, BAC, TWG, Secretariat, PMO/IU, within 3rd civil
degree.
q Complies with existing labor laws and standards.
q Aware of and undertaken responsibilities as a bidder.
q Did not give any commission, amount, fee, or consideration.

The Financial Proposal shall contain the following:

q Duly signed Bid Form

q Duly signed Bid Prices in the Bill of Quantities (Forms DPWH-INFR-16 and 17)

q Duly initialed Detailed Estimates

q Duly initialed Cash Flow by Quarter (Form DPWH-INFR-18)


1. SUMMARY OF CHECKLIST FOR ENVELOPE No.1
Date of Submission/Opening of Bids :
Project ID No. :
Name of Project :
Name of Contractor :
Approved Budget for the Contract (ABC) : ₱
TOTAL AMOUNT OF BID :
Technical Requirements

Bid Security in the prescribed form, amount and availability period.


a. Acceptable Forms : Cash, Cashier's Check, Bank Draft / Guarantee, Surety Bond callable Bid Securing Declaration
Manager's Check, issued or Irrevocable Letter of upon demand issued by
by a Universal or Credit issued by a a surety or insurance
Commercial bank (2% of Universal or Commercial company duly certified
ABC) Bank (If issued by a by the Insurance
Foreign Bank it shall be Commission as
confirmed or authorized to issue such
authenticated by a security (5% of ABC)
Universal or Commercial
bank (2% of ABC)
Form Submitted by Contractor
b. Amount Required : ₱ ₱ ₱ ₱
Amount Submitted by Contractor ( ) Sufficient ( ) Insufficient
c. Validity Period :
d. Issuing Company/Bank : (to be filled up by the DPWH
e. Official Receipt No. : Personnel)
f. Callable on Demand
g. Certificate from Insurance :

Implementing Office
Commission

Vice Chairman

Chairman
Page No.

Member

Member
1. Bid Security in the Prescribed Form, Amount and Validity Period.
2. Eligibility Requirements under Section 23.1 of the IRR.
Electronic Evaluation using CWR

ELIGIBLE INELIGIBLE

i.
List of Completed and On-going Contracts incl. those already awarded but not yet started, both in
gov’t and in the private sector, in compliance to D.O No. 36 s. of 2016 (use prescribed form)
ii. Tax clearance per E.O. 398, s. of 2005, as finally reviewed and approved by BIR.
iii. Class "B" Documents, if any, (Special PCAB JV License and Valid JVA or duly notarized statements from
all potential joint venture partners stating that they will enter into and abide by the provisions of the
JVA in the instance that the bid is successful shall be included in the bid).
iv. Integrity Pledge for DPWH Constructors in compliance to D.O. # 86, complied annually.
3. Project Requirements, which shall include the following:
i. Organizational Chart for the contract to bid.
ii. List of Contractor's Personnel, (viz, PM; PE; MQCE, Foreman,) to be assigned to the contract to be
bid, with their complete qualification, experience data and TIN Number. Please fill out the attached
CONTRACTOR'S PERSONNEL PROFILE form needed for CWR awarding. Project Engineer and
Materials Engineer should not be the same person.
iii. List of Contractor’s Equipment Pledged to the Contract using the Form in Section IX – Bidding Forms
List of Minimum Materials Testing Equipment (For equipment under leased, supported with
certification of availability of equipment from the lessor during the duration of the project)
iv. Construction Safety and Health Program.
4. Omnibus Sworn Statement by the prospective bidder or its authorized representative in the form
prescribed by the GPPB. (see Bidding Forms)

Note: Any missing, incomplete or patently insufficient document in the above-mentioned checklist is a
ground for outright rejection of the bid.

Overall Rating: ( ) Passed ( ) Failed BAC INITIAL

DPWH-INFR-31-2016
2. SUMMARY OF CHECKLIST FOR ENVELOPE No.2
Date of Submission/Opening of Bids :
Project ID No. :
Name of Project :
Name of Contractor :
Approved Budget for the Contract (ABC) : ₱
TOTAL AMOUNT OF BID AS READ

(to be filled up
(to be filled up by the
by the
DPWH Personnel)
Contractor)
TOTAL AMOUNT OF BID : ₱

Implementing Office

Vice Chairperson
Financial Requirements Page No.

Chairperson
Member

Member
1. Financial Bid Form in accordance with the form prescribed in Bidding Forms

2. Bid Prices in the Bill of Quantities

3. Detailed Estimates including a Summary sheet indicating the unit prices of construction
materials, labor rates and equipment rentals used in coming up with the bid;
4. Quarterly/Monthly Cash Flow and Payment Schedule

Note: Any missing, incomplete patently insufficient document in the above-mentioned


checklist is a ground for outright rejection of the bid.

Overall Rating: ( ) Passed ( ) Failed

BAC INITIAL
DPWH-INFR-32-2016
CONTRACTOR'S PERSONNEL FORM FOR CWR AWARDING

Project Manager Personal Information


PERSONAL DETAILS COMMUNICATION
Title Telephone(Business)
Family Name E-mail(Business)
First Name E-mail(Home)
Middle Initial
Suffix ADDRESS
Tax ID No. Street ID
Gender Street Name
Town Name
Region
Postal Code

LICENSE/ACCREDITATION(REQUIRED FOR PE AND ME)


Classification Eligibility License/Accreditation Expiry Date Status
Description No.

Project Engineer Personal Information


PERSONAL DETAILS COMMUNICATION
Title Telephone(Business)
Family Name E-mail(Business)
First Name E-mail(Home)
Middle Initial
Suffix ADDRESS
Tax ID No. Street ID
Gender Street Name
Town Name
Region
Postal Code

LICENSE/ACCREDITATION(REQUIRED FOR PE AND ME)


Classification Eligibility License/Accreditation Expiry Date Status
Description No.

Materials Engineer Personal Information


PERSONAL DETAILS COMMUNICATION
Title Telephone(Business)
Family Name E-mail(Business)
First Name E-mail(Home)
Middle Initial
Suffix ADDRESS
Tax ID No. Street ID
Gender Street Name
Town Name
Region
Postal Code

LICENSE/ACCREDITATION(REQUIRED FOR PE AND ME)


Classification Eligibility License/Accreditation Expiry Date Status
Description No.
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.

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-INFR-45-2016 Page 1 of 1
D e p art m en t of Pu b li c W o r k s a nd Hig hways

C o n t r act I D:
C o n t r act Na me:
L o c at io n of t he Contract:

C o n s t r u ct i on Sche dule

N a m e of C ontractor:

Note: E nt r i e s are pr ov i d e d as i l l us t r at i v e e x a m p l e o nly.

M O N T H L Y A C C O M P L I S H M E N T

I TEM N O. D ESC R I P TI ON UNI T Q U A N TI TY U N I T C OS T TO TA L C OS T % W EI G H T 1st M O N T H 2 nd M O N TH 3rd M O N T H 4th M ON T H 5th M ON T H 6t h M ON T H 7th M ON T H 8t h M ON T H 9t h M ON TH 1 0 t h M ON T H 1 1 t h M ON TH 12t h M O NT H 1 3 t h M ON T H

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. 3 30 C. D . 36 0 C. D . 390 C . D .

PART A F A C I LI TI E S F O R TH E EN G I N EE R

Pr o v ide Te m p or ary Fie ld O ff ice La b o ra tory and Liv in g Q ua rter s for the E n g in eer and A D B- P M O Sta ff (on Re n tal 0.011% 0.011% 0.011%
A . 1. 1 (a ) m o. 3. 0 0 26,320.00 78,960.00 0.033%
Ba sis )

0.028% 0.028% 0.028%


A . 1. 1 ( b) O p er ate an d Ma in tain T em p o r ary Fie ld O f fice, La b o ra to ry and L ivin g Q u ar te r s f or the E n g in eer and A D B- P M O Sta ff m o. 3.00 67,352.88 202,058.64 0.083%

0.498% 0.498% 0.498%


A . 1. 1 (c ) Pr o v ide Co m b ine d Fie ld Of fice and La b o ra to ry Bu ildin g for the E n g in eer and A D B- P M O Staf f l. s. 1.00 3 , 6 2 6, 9 5 1 . 7 0 3 , 6 2 6, 9 5 1 . 7 0 1.494%

0.496% 0.496% 0.496%


A . 1. 1 ( d) Pr o v ide Liv in g Q u ar ter s for the E n g ine er and A D B- P M O Staf f l.s. 1.00 3,613,894.60 3,613,894.60 1.488%

O p er ate/M a in tain Co m b ine d Fie ld O f fice , La b o ra tory a nd L iv in g Q u ar te r s f or the E n g in ee r an d A D B- P M O Sta ff 0.071% 0.071% 0.071% 0.071% 0.071% 0.071% 0.071% 0.071% 0.071% 0.071%
A . 1. 1 ( e) m o. 11.00 172,491.71 1,897,408.81 0.781%
( Sc h e d u le A)

Fu r n ish E q uip m e nt, Fu r n itur e/Fix tur es and A p p lia n ce s for the Co m b in ed Fie ld O f fice , La b o ra tory a nd L iv in g
A . 1. 1 ( f) l. s. 1.00 1,775,040.55 1,775,040.55 0.731%
Q u ar te rs for the E n g in eer and A D B- P M O Staf f ( Sc he d u le s B and C)

0.244% 0.244% 0.244%


A . 1. 1 ( g) Pr o v ide and M ain ta in La b o ra tory Te s tin g E q u ip me n t and A p p ara tu s ( Sc h e d ule D ) l. s. 1.00 1,579,701.70 1,579,701.70 0.650%

0.217% 0.217% 0.217%


A . 1. 1 ( h) Pr o v ide and M ain ta in Co m m u nica tio n Fa cility for the E n g ine er m o. 14.00 17,860.00 250,040.00 0.103%

Pr o v ide Su p p lie s and Co n s u ma b le Sto re s for Fie ld O ff ic e, La b o r ato ry and Liv in g Q u ar ter s for the E n g in eer a n d 0.007% 0. 0 0 7 % 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 ( i) m o. 14.00 108,753.49 1,522,548.86 0.627%


A D B- P M O Staf f ( Sc he d u le s E & F)

Pr o v ide , O p er ate an d Ma intain Pic k- u p Ty pe or its e q uiv ale n t b ra n d ne w d ie se l e n g ine w ith c o m plete ac ce s s or ie s for th e
A . 1. 2 ( a) v e h- m o . 56.00 148,426.00 8,311,856.00 3.423%
E n g ine er (4 u n its) 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. 3 (a ) Pr o v ide and M ain ta in Su r vey I n s tr u me n ts/E q u ip me n t f or the A s s is ta n ce to the E n g in eer ( Sc h e d u le G ) m o. 14.00 36,735.20 514,292.80 0.212%

0.244% 0.244% 0. 2 4 4 % 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244%
A . 1. 3 ( b) Pr o v isio n of Su r v ey Per s o n n e l ( Sc he d u le H ) m o. 14.00 100,674.00 1,409,436.00 0.580%

A . 1. 4 P r o g re s s P h o to gr a p h s se t 14.00 6,448.40 90,277.60 0.037%

0.015% 0. 0 1 5 % 0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015%

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. 0 0 3 % 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003%

PART B OT H ER G E N ER A L R EQ U I R EM EN TS

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%
SP L- 1 Co n s tr u ctio n Sa fe ty and He alth l. s. 1.00 1,792,624.71 1,792,624.71 0.738%

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%
SP L- 2 E n v ir o n me n ta l and So cial Saf e g u ar d s l.s. 1.00 880,140.80 880,140.80 0.362%

0.022%
SP L- 3 P r ojec t Billb o ar d eac h 5.00 10,528.00 52,640.00 0.022%

PART C EA R T H W O R KS

0.156%
1 0 1 ( 3) Rem o v a l of E x istin g A s p h alt Co n c re te P a ve m e nt s q. m . 1,885.00 200.34 377,640.90 0.156%

0.114% 0.114% 0.114% 0.114% 0.114% 0.114% 0.114% 0.114% 0.038%


1 0 5 ( 2) Su b g r a de Pr e pa ra tio n ( E xi s tin g Pa v em e n t) s q. m . 66,005.00 35.03 2,312,155.15 0.952%

0.290% 0.290% 0.290% 0.290% 0.290%


SP L 1 0 8 Cra c k and Se at ( E x istin g P o rtla n d Cem e n t Co n c re te P a ve me n t) s q. m. 5 , 0 0 0. 0 0 703.83 3,519,150.00 1.449%

PART E SU R F A C E C O U R SE S

c u. m. c o m p ac te d 0.337% 1.265% 1.265% 0.928%


300 A g g re g ate Su r fa ce Co u r s e Co m p ac te d in Plac e 9 , 9 0 1. 0 0 931.01 9, 2 1 7 , 9 3 0 . 0 1 3.796%
in p la ce

0.030% 0.030%
3 0 1 ( 1) Bitu m in o u s P rime Co a t, M C- 7 0 Cu t- Bac k A s p h a lt to n ne 2. 0 0 72,942.46 145,884.92 0.060%

0.095% 0.286% 0.382% 0.382% 0.382% 0.382% 0.382% 0.331% 0.191% 0.191%
302(2 ) Bitu m in o u s Tack Co at, E m u ls ified As p h alt, SS-1 tonne 97.00 75,221.52 7,296,487.44 3.005 %

1.329% 2.658% 2.658% 2.658% 2.658% 2.658% 1.949%


310(1 ) Bitu m in o u s Co n c rete Su rf ace ( W e arin g ) C o u rs e, Hot Laid (5 0 m m t hick) sq.m. 42,588.00 944.60 40,228,624.80 16.565%

2.549% 4.248% 4.248% 5.777% 5.777% 5.777% 5.777% 5.777% 4.248% 4.248%
310(2 ) Bitu m in o u s Co n c rete Su rf ace ( W e arin g ) C o u rs e, Hot Laid (8 0 m m t hick) sq.m. 89,483.00 1,314.24 117,602,137.92 48.427%

0.384% 0.384%
310(3 ) Bitu m in o u s Co n c rete Su rf ace ( W e arin g ) C o u rs e, Hot Laid (1 0 0 m m t hick) sq.m. 1,177.00 1,584.27 1,864,685.79 0.768 %

0.017% 0.011%
SPL 312 Sealin g o f Cra ck s and J o in ts in E x istin g Po rtlan d Cem en t Co n c rete Pavem ent l.m. 500.00 135.78 67,890.00 0.028 %

0.099% 0.296% 0.296% 0.296% 0.296% 0.296% 0.197%


SPL 313 Patch in g o f Po th o les in E x istin g As p h alt Co n c rete Pavem ent sq.m. 1,000.00 4,309.91 4,309,910.00 1.775 %

PART F BRI D G E C O N S T R U C T I O N (MACASO Y)


0.612%
101(2 ) Rem o v al o f Co n cr ete Brid g e Stru ctures each 1.00 1,485,575.35 1,485,575.35 0.612 %

0.045%
101(3)a Rem o v al o f E xis tin g Co n c rete P av e m e n t (230mm ) sq.m. 274.73 394.95 108,504.61 0.045%

0.054%
102(2)a Ro ad way E x c av atio n (Su rp lu s Comm on) cu.m. 865.66 150.19 130,013.48 0.054 %

0.013%
103(1)a Stru ctu r e E x cav atio n (Co m m o n Soil) cu.m. 95.78 326.57 31,278.87 0.013 %

0.122%
103(2)a Brid g e E x cav atio n (So ft Rock) cu.m. 236.54 1,252.57 296,282.91 0.122 %

105(1 ) Su b g rad e P rep ar atio n (Co m m o n M aterial) 9,813.36 0.004 % 0.004%


sq.m. 274.73 35.72

0.052%
200 Ag g r eg ate Su b b as e C ours e cu.m. 82.42 1,521.63 125,412.74 0.052 %

0.060% 0.181% 0.060%


400(4)a Precas t Co n crete Pile, Fu rn is h ed (4 0 0 m m x 4 0 0 m m -ty p e B) l.m. 120.00 6,098.03 731,763.60 0.301 %

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

0.034% 0.045%
400(16)a Test Piles , Fu rn is h ed and Driv en (4 0 0 m m x 400mm ) l.m. 30.00 6,333.57 190,007.10 0.078 %

0.063% 0.013%
401(2 ) Co n crete Railin g T y p e (Double) l.m. 40.00 4,559.15 182,366.00 0.075%

0.183% 0.183% 0.229%


404(b ) Rein fo rcin g Steel B ar, Grad e 60 Brid g e Stru ctu res & Oth er M ajo r Struct ures) kgs. 25,577.53 56.43 1,443,340.02 0.594 %

0.055%
404(c) Rein fo rcin g Steel B ar, Grad e 40 (M in o r St ru ctures ) kgs. 2,065.80 65.20 134,690.16 0.055%

0.328% 0.066%
4 0 5 ( b) Str u ctu r al Co n cr ete, Cla s s A , Maj or Str u ctu re s - Brid g e Su p er str uc tur e s ( fc' = 2 8 M Pa ) c u. m. 72.16 1 3, 2 3 5 . 7 1 955,088.83 0.393%

0.456% 0.016%
4 0 5 (c ) Str u c tur al Co n cr ete, Cla s s A, Maj or Str u ctu re s - Brid g e Su p er str uc tu re s ( fc' = 2 0 . 7 M Pa ) c u. m. 91.50 1 2, 5 2 7 . 4 4 1, 1 4 6 , 2 6 0 . 7 6 0.472%

0.210% 0.007%
4 0 5 ( d) Str u ctu r al Co n cr ete, Cla s s A , Maj or Str uc tur e s- Brid g e Fo o tin g ( fc' = 2 0 . 7 M Pa ) c u. m. 62.30 8 , 4 7 2. 3 3 527,826.16 0.217%

0.015%
405( 2) b Str u ctu ra l Co n cr ete , Cla ss B, ( Le a n Co n c re te ) c u. m. 2.86 12,431.42 35,553.86 0.015%
0.132% 0.395% 0.395% 0.395% 0.395% 0.026%
4 0 6 ( 1) c P re s tre s se d Str uc tu ra l Co n c re te M em b er s ( G ir der Ty p e I V- 2 5 me te rs ) l. m. 4.00 1 , 0 5 4, 8 9 2 . 2 7 4, 2 1 9 , 5 6 9 . 0 8 1.738%

0.057%
412 E la sto m er ic Bear in g P a d eac h 8.00 17,180.80 137,446.40 0.057%

0.772% 0.680%
5 0 5 ( 6) G r o ute d Rip ra p , ( Cla s s B) cu . m. 584.67 6 , 0 2 9. 9 4 3, 5 2 5 , 5 2 5 . 0 2 1.452%

0.235%
506 Sto n e M a s o n ry cu . m. 95.78 5,954.48 570,320.09 0.235%

PART H M I SC EL LA N EO U S ST R U C T U R E S

0.392%
6 0 5 ( 1) a W ar n in g Sig n s, Ref lec tive eac h 40.00 2 3, 8 0 1 . 6 4 952,065.60 0.392%

0.113%

6 0 5 ( 2) Re g ulato ry Sig n s, Re flec tiv e eac h 36.00 7 , 6 0 5. 0 4 2 7 3 , 7 8 1. 4 4 0. 1 1 3 %

0. 1 1 0 %

6 0 5 ( 3) I n f o rm ato ry Sig n s , Re flect ive e ac h 27.00 9 , 9 3 4. 8 5 2 6 8 , 2 4 0. 9 5 0. 1 1 0 %

2. 5 1 9 %

6 1 2 ( 1) Ref lec tor ize d T he rm o p las ti c P a ve me n t M ar kin g s , ( W h ite) s q. m . 5,913.00 1 , 0 3 4. 5 7 6, 1 1 7 , 4 1 2 . 4 1 2. 5 1 9 %


0. 4 1 1 %

6 1 2 ( 2) Ref lec tor ize d T he rm o p las ti c P a ve me n t M ar kin g s , ( Y e llo w ) s q .m . 934.00 1 , 0 6 9. 0 3 9 9 8 , 4 7 4. 0 2 0. 4 1 1 %


0.095% 0. 4 7 3 %

620 Ch e vr o n Sig n s e ac h 230.00 5 , 9 9 9. 1 1 1, 3 7 9 , 7 9 5 . 3 0 0. 5 6 8 %

PART J M OB I LI ZA TI ON A N D D EM OB I LI ZA TI O N
0.271% 0.271%

SP L 800 M o b iliza tio n and D e m o bili za tio n ( 1 % Civil W or k Co s t) l. s . 1.00 1 , 9 7 4, 0 0 0 . 0 0 1, 9 7 4 , 0 0 0 . 0 0 0. 8 1 3 %

PART K DAY W O RK S

SP L 900 D ay w o r ks P. S 1.00 - - 0.000%

PART L PR O V I SI O N A L S UM

SPL 1000 Pro v is io n al Sum P.S. 1.00 - - 0.000%

TOTAL 242,846,037.34 100.000 %


MO NTHLY (%) 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 %
S C H E D U L E D A C C O M P LI S H M E N T
CUMULATI VE (%) 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 %

MO NTHLY P hp 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
S C H E D U L E D C A S H FL O W
CUMULATI VE P hp 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

DPWH-INFR-46-2016
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:

Manpower Schedule

Name of Contracto r:

Entries are example only


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
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
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-INFR-47-2016
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:

Major Equipment Utilization Schedule

Name of Contractor:

E nt ri es ar e exa m pl e onl y

E QUIPME NT 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. CAPACITY 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.
1 Concrete Batching Plant LQC-80-II 80 tons/hr 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
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 Screening Plant 4YZS2160 175 tons/hr 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
4 Asphalt Paver RP403 3-4.10m/75 Kw 2 0 1 1 2 2 2 2 2 2 2 2 1 0 0
5 Asphalt Distributor XLS50 12000L 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
6 Bulldozer with Ripper SD-32 W 320 Hp 1 1 1 1 1 1 1 1 1 1 1 1 0 0 0
7 Bulldozer with Ripper D20A-5 39 Hp 1 0 1 1 1 1 1 1 1 1 1 0 0 0 0
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
15 Motor Grader GR180 R 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 Roller XD111E 11 tons 2 0 1 2 2 2 2 2 2 2 2 1 1 0 0
18 Vibratory Drum Roller XS 142 14 tons 1 0 0 0 1 1 1 1 1 1 1 1 0 0 0
19 Pneumatic Tired Roller XP201 12-20 tons 2 0 1 2 2 2 2 2 2 2 2 2 1 0 0
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-7109892 2.15 cu.m. 1 0 1 1 1 1 1 1 1 1 1 1 1 1 0
22 Dump Truck CXZ71J-3016497 11 cu.m. 1 0 0 1 1 1 1 1 1 1 1 1 0 0 0
23 Dump Truck CXZ19J-3008234 12 cu.m. 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
24 Dump Truck NKR58E-7143065 2.15 cu.m. 1 0 0 1 1 1 1 1 1 1 1 1 1 1 0
25 Water Truck with Pump CLW51116SST3 1000 Gals. 2 0 1 1 1 2 2 2 2 2 2 2 1 1 0
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

DPWH-INFR-48-2016
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.

1. Construction Safety and Health Committee: State 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.

2. 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.

3. Penalties and Sanctions: State the penalties and sanctions for violations of the
Construction Safety and Health Program.

4. 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.

5. Waste Disposal: State the manner of disposing waste arising from the construction.

Submitted by:

Name and Signature of Authorized Officer of the Bidder


Position

----------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-49-2016
Department of Public Works and Highways

Contract ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------------------------------------
Name of Procuring Entity
Address

CHECKLIST OF CONTRACT DOCUMENTS AND SUPPORTING DOCUMENTS

A. The Contract itself shall include the following:

1. Contract Agreement

2. Documents forming part of the Contract Agreement in the following order of


priority:

a. Notice of Award with the Contractor’s signed “conforme”

b. Contractor’s Bid comprised of its Technical and Financial Proposals, as


calculated by the Procuring Entity and conformed by the Contractor through
the NOA

c. Bidding Documents (BDs), other than items (2)(d) to (2)g below for the
Contract, with Bulletins.

d. Specifications

e. Drawings

f. Special Conditions of Contract (SCC)

g. General Conditions of Contract (GCC)

h. Performance Security

i. Integrity Pledge under Department Order No. 86, series of 2013

j. Other Contract Documents

(1) Construction Methods

(2) Construction Schedule in the form of PERT/CPM Diagram or Precedence


Diagram and Bar Chart with S-Curve, or other approved tools of project
scheduling, and Cash Flow

(3) Manpower Schedule

(4) Equipment Utilization Schedule

(5) Construction Safety and Health Program, as initially approved by the


Head of the Procuring Entity
(6) Contractor’s All Risk Insurance (CARI)

The documents in items 1 and 2b to 2g above shall be provided by the Procuring Entity.
As indicated in the NOA, the documents in items 2a, and 2h to 2j shall be submitted by
the winning bidder to the Procuring Entity within ten (10) calendar days from the date of
its receipt of the NOA.

B. The following are the required supporting documents for the Contract:

1. Approved Program of Work (Annex “L””)

2. Certificate of Availability of Funds (CAF) (Annex “N”)

3. Abstract of Bids as Calculated (Annex “O”)

4. Approved BAC Resolution Declaring the Bidder with the LCRB and
Recommending Award thereto (Annex “P”)
Department of Public Works and Highways

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

FORM OF CONTRACT AGREEMENT

KNOW ALL MEN BY THESE PRESENTS:


This CONTRACT AGREEMENT, made this day of month , _year_, by and
between:

The GOVERNMENT OF THE REPUBLIC OF THE PHILIPPINES through the


Department of Public Works and Highways (DPWH) represented herein by
, duly authorized for this purpose, with main
office address at , hereinafter referred to as the
“PROCURING ENTITY”;

-and-

, a single proprietorship/partnership/corporation/
joint venture organized and existing under and by virtue of laws of the Republic of the
Philippines, with main office address at , represented
herein by , duly authorized for this purpose,
hereinafter referred to as the “CONTRACTOR;”

WITNESSETH:

WHEREAS, the PROCURING ENTITY is desirous that the CONTRACTOR execute the Works
under Contract ID and Name, hereinafter called “the Works,” and the PROCURING ENTITY
has accepted the Calculated Bid of the CONTRACTOR for the execution and completion of the
Works at the calculated unit bid prices shown in the attached Bill of Quantities, or a total
Contract price of amount in words and numbers.

NOW, THEREFORE, for and consideration of the foregoing premises, the parties hereto agree
as follows:

1. In this CONTRACT AGREEMENT, words and expressions shall have the same
meanings as are respectively assigned to them in the Conditions of Contract hereinafter
referred to.

2. The following documents shall be attached, deemed to form, and be read and construed
as part of this CONTRACT AGREEMENT, and shall be interpreted in the following
order of priority:

a. This Contract Agreement

b. Documents forming part of the Contract Agreement:

(1) Notice of Award (NOA) with the Contractor’s signed “conforme”


(2) Contractor’s Bid in the Form of Bid, including its Technical and Financial
Proposals, as calculated by the Procuring Entity and conformed to by the
Contractor through the NOA.

(3) Bidding Documents with Bulletins

(4) Specifications

(5) Drawings

(6) Special Conditions of Contract (SCC)

(7) General Conditions of Contract (GCC)

(8) Performance Security

(9) Integrity Pledge under Department Order No. 86, series of 2013

(10) Other Documents

(a) Construction Methods

(b) Construction Schedule in the form of PERT/CPM Diagram or


Precedence Diagram and Bar Chart with S-Curve, or other
approved tools of project scheduling, and Cash Flow.

(c) Manpower Schedule

(d) Equipment Utilization Schedule

(e) Construction Safety and Health Program initially approved by the


Head of the Procuring Entity

(f) Contractor’s All Risk Insurance (CARI)

3. In consideration of the payments to be made by the PROCURING ENTITY to the


CONTRACTOR as hereinafter mentioned, the CONTRACTOR hereby covenants with
the PROCURING ENTITY to execute and complete the Works and remedy any defects
therein in conformity with the provisions of this CONTRACT AGREEMENT in all
respects.

4. In consideration of the execution and completion of the Works by the CONTRACTOR,


the PROCURING ENTITY hereby covenants to pay the CONTRACTOR the unit prices
in the CONTRACTOR’s Calculated Bid, as applied to the actual quantities accomplished
as certified by the PROCURING ENTITY under the provisions of this CONTRACT
AGREEMENT, at the times and in the manner prescribed by this CONTRACT
AGREEMENT.
IN WITNESS WHEREOF, the parties hereto set their respective hands on the day, month
and year first above written.

PROCURING ENTITY:

CONTRACTOR: Represented by:

Represented by:

Witnessed by:

APPROVED (if the contracting party for the Procuring Entity is not the approving authority):

Date of Approval

You might also like