6th Edition PBDs - Infrastructure Projects2020am2020Farmtomarketroadbrgy3
6th Edition PBDs - Infrastructure Projects2020am2020Farmtomarketroadbrgy3
Procurement of
INFRASTRUCTURE PROJECTS
Concreting of Farm to Market Road
at Sitio Sta. Ana Barangay Ermita
Sixth Edition
July 2020
Preface
The PBDs are intended as a model for admeasurements (unit prices or unit rates in a
bill of quantities) types of contract, which are the most common in Works contracting.
The Bidding Documents shall clearly and adequately define, among others: (i) the
objectives, scope, and expected outputs and/or results of the proposed contract; (ii) the
eligibility requirements of Bidders; (iii) the expected contract duration; and (iv) the
obligations, duties, and/or functions of the winning Bidder.
Care should be taken to check the relevance of the provisions of the PBDs against the
requirements of the specific Works to be procured. If duplication of a subject is inevitable in
other sections of the document prepared by the Procuring Entity, care must be exercised to
avoid contradictions between clauses dealing with the same matter.
Moreover, each section is prepared with notes intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They shall not be included in
the final documents. The following general directions should be observed when using the
documents:
a. All the documents listed in the Table of Contents are normally required for the
procurement of Infrastructure Projects. However, they should be adapted as
necessary to the circumstances of the particular Project.
b. Specific details, such as the “name of the Procuring Entity” and “address for
bid submission,” should be furnished in the Instructions to Bidders, Bid Data
Sheet, and Special Conditions of Contract. The final documents should
contain neither blank spaces nor options.
c. This Preface and the footnotes or notes in italics included in the Invitation to
Bid, BDS, General Conditions of Contract, Special Conditions of Contract,
Specifications, Drawings, and Bill of Quantities are not part of the text of the
final document, although they contain instructions that the Procuring Entity
should strictly follow.
1
e. Modifications for specific Procurement Project details should be provided in
the Special Conditions of Contract as amendments to the Conditions of
Contract. For easy completion, whenever reference has to be made to specific
clauses in the Bid Data Sheet or Special Conditions of Contract, these terms
shall be printed in bold typeface on Sections I (Instructions to Bidders) and III
(General Conditions of Contract), respectively.
f. For guidelines on the use of Bidding Forms and the procurement of Foreign-
Assisted Projects, these will be covered by a separate issuance of the
Government Procurement Policy Board.
2
TABLE OF CONTENTS
3
7. Warranty..................................................................................................................25
8. Liability of the Contractor .......................................................................................25
9. Termination for Other Causes .................................................................................25
10. Dayworks ................................................................................................................26
11. Program of Work.....................................................................................................26
12. Instructions, Inspections and Audits .......................................................................26
13. Advance Payment....................................................................................................26
14. Progress Payments ..................................................................................................26
15. Operating and Maintenance Manuals......................................................................26
Section V. Special Conditions of Contract .................................................... 28
Section VI. Specifications .............................................................................. 30
Section VII. Drawings .................................................................................... 39
Section VIII. Bill of Quantities ...................................................................... 42
Section IX. Checklist of Technical and Financial Documents ..................... 53
4
Glossary of
Terms, Abbreviations, and Acronyms
Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])
Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical
services or special studies. (2016 revised IRR, Section 5[i])
Contract – Refers to the agreement entered into between the Procuring Entity and the
Supplier or Manufacturer or Distributor or Service Provider for procurement of Goods and
Services; Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting
Firm for Procurement of Consulting Services; as the case may be, as recorded in the Contract
Form signed by the parties, including all attachments and appendices thereto and all
documents incorporated by reference therein.
Contractor – is a natural or juridical entity whose proposal was accepted by the Procuring
Entity and to whom the Contract to execute the Work was awarded. Contractor as used in
these Bidding Documents may likewise refer to a supplier, distributor, manufacturer, or
consultant.
5
DOLE – Department of Labor and Employment.
Goods – Refer to all items, supplies, materials and general support services, except
Consulting Services and Infrastructure Projects, which may be needed in the transaction of
public businesses or in the pursuit of any government undertaking, project or activity,
whether in the nature of equipment, furniture, stationery, materials for construction, or
personal property of any kind, including non-personal or contractual services such as the
repair and maintenance of equipment and furniture, as well as trucking, hauling, janitorial,
security, and related or analogous services, as well as procurement of materials and supplies
provided by the Procuring Entity for such services. The term “related” or “analogous
services” shall include, but is not limited to, lease or purchase of office space, media
advertisements, health maintenance services, and other services essential to the operation of
the Procuring Entity. (2016 revised IRR, Section 5[r])
UN – United Nations.
7
Section I. Invitation to Bid
8
Republic of the Philippines
Province of Laguna
Municipality of Paete
Tel. Nos. (049) 501-6490-101, (049) 557-0001
Invitation to Bid for Concreting of Farm to Market Road at
Sitio Sta. Ana Barangay 3 Ermita
1. The Municipality of Paete, Laguna, through the 20% development fund intends to
apply the sum of two million two hundred forty-six thousand four hundred seven
pesos and 37/100 only (Php 2,246,407.37) being the Approved Budget for the
Contract (ABC) to payments under the contract for Concreting of Farm to Market
Road at Sitio Sta. Ana, Barangay Ermita Paete, Laguna. Bids received in excess of
the ABC shall be automatically rejected at bid opening.
Description of Work
EQUIPMENT
DESCRIPTION OF WORKS TO BE DONE % OF TOTAL PROJECT DESCRIPTION
DESCRIPTION REQ
Mobilization/ Demobilization 0.70% Motorized Road Grader 1 Net Area 1,116.00 m²
Temporary Facilities 0.87% Vibratory Roller 1 Total Length 186.00 meters
Safety and Health 2.04% Transit Mixer (5 cu.m.) 2
Project Signages 0.57% Concrete Vibrator 2
Clearing & Grubbing 1.02% Batching Plant (30 cu.m.) 1 Length
Aggregate Base Course 18.10% Concrete Screeder (5.5 Hp) 1
Portland Cement Concrete Pavement 76.70% Concrete Saw, Blade Ø 14'' (7.5HP) 1 Thickness 0.20 meters
Bar Cutter Single Phase 1 -
Water Truck 1.00 No. of Days 60 Days
TOTAL 100.00%
2. The Municipality of Paete, Laguna now invites bids for the above Procurement
Project. Completion of the Works is required 60 calendar days. Bidders should have
completed a contract similar to the Project. The description of an eligible bidder is
contained in the Bidding Documents, particularly, in Section II (Instructions to
Bidders).
3. Bidding will be conducted through open competitive bidding procedures using non-
discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules
and Regulations (IRR) of Republic Act (RA) No. 9184.
6. The Municipality of Paete, Laguna will hold a Pre-Bid Conference1 on February 18,
2021@ 10:00 am at Municipal Building, Municipal Hall J.V. Quesada St. Barangay
1, Paete, Laguna which shall be open to prospective bidders.
7. Bids must be duly received by the BAC Secretariat through manual submission at the
office address as indicated below on or before March 3, 2021@ 9:00 am. Late bids
shall not be accepted.
8. All bids must be accompanied by a bid security in any of the acceptable forms and in
the amount stated in ITB Clause 16.
1
May be deleted in case the ABC is less than One Million Pesos (PhP1,000,000) where the Procuring Entity may not hold a
pre-bid conference.
10
10. The Municipality Of Paete, Laguna reserves the right to reject any and all bids,
declare a failure of bidding, or not award the contract at any time prior to contract
award in accordance with Sections 35.6 and 41 of the 2016 revised Implementing
Rules and Regulations (IRR) of RA No. 9184, without thereby incurring any liability
to the affected bidder or bidders.
Christine M. Cainto
Bac Secretariat
J.V. Quesada St. B-1 Paete, Laguna
[email protected]
049-501-6490-101
Paete.gov.ph
[February 5, 2021]
________________________________
ANTONIO C. DELA ROSA
BAC CHAIRMAN
11
Section II. Instructions to Bidders
This Section on the Instruction to Bidders (ITB) provides the information necessary for
bidders to prepare responsive bids, in accordance with the requirements of the Procuring
Entity. It also provides information on bid submission, eligibility check, opening and
evaluation of bids, post-qualification, and on the award of contract.
12
INSTRUCTIONS TO BIDDERS
1. Introduction
The Municipality of Paete, Laguna, through the 20% Development fund. intends to apply the
sum of two million two hundred forty-six thousand four hundred seven pesos and 37/100
only (Php 2,246,407.37) being the Approved Budget for the Contract (ABC) to payments
under the contract for Concreting of Farm to Market Road at Sitio Sta. Ana, Barangay 3
Ermita Paete, Laguna The bidding process assumes the following timetable:
The eligibility and technical documents of the Bid as specified in Section IX. Checklist of
Technical and Financial Documents.
Note: deadline of Submission is on March 3, 2021 @9:00 am based on the Municipal Bundy
clock, Late bids will not be accepted.
13
1. Scope of Bid
The Procuring Entity, Municipality of Paete, Laguna invites Bids for Concreting of
Farm to Market Road at Sitio Sta. Ana, Barangay 3 Ermita Paete, Laguna, with
Project Identification Number IP-003-21-ROAD.
[Note: The Project Identification Number is assigned by the Procuring Entity based
on its own coding scheme and is not the same as the PhilGEPS reference number,
which is generated after the posting of the bid opportunity on the PhilGEPS website.]
2. Funding Information
2.1. The GOP through the source of funding as indicated below for year 2020 in
the amount of two million two hundred forty-six thousand four hundred
seven pesos and 37/100 only (Php 2,246,407.37).
3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184
and its 2016 revised IRR, including its Generic Procurement Manual and associated
policies, rules and regulations as the primary source thereof, while the herein clauses
shall serve as the secondary source thereof.
Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or invitation to bid by the BAC through the
issuance of a supplemental or bid bulletin.
The Bidder, by the act of submitting its Bid, shall be deemed to have inspected the
site, determined the general characteristics of the contracted Works and the conditions
for this Project, such as the location and the nature of the work; (b) climatic
conditions; (c) transportation facilities; (c) nature and condition of the terrain,
geological conditions at the site communication facilities, requirements, location and
availability of construction aggregates and other materials, labor, water, electric
power and access roads; and (d) other factors that may affect the cost, duration and
execution or implementation of the contract, project, or work and examine all
instructions, forms, terms, and project requirements in the Bidding Documents.
14
or through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No.
9184 or other integrity violations in competing for the Project.
5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.
5.2. The Bidder must have an experience of having completed a Single Largest
Completed Contract (SLCC) that is similar to this Project, equivalent to at
least fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to
current prices using the PSA’s CPI, except under conditions provided for in
Section 23.4.2.4 of the 2016 revised IRR of RA No. 9184.
5.3. For Foreign-funded Procurement, the Procuring Entity and the foreign
government/foreign or international financing institution may agree on another
track record requirement, as specified in the Bidding Document prepared for
this purpose.
5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of
the 2016 IRR of RA No. 9184.
7. Subcontracts
7.1. The Bidder may subcontract portions of the Project to the extent allowed by
the Procuring Entity as stated herein, but in no case more than fifty percent
(50%) of the Project.
7.1. [If Procuring Entity has determined that subcontracting is allowed during the
bidding , state:] The Bidder must submit together with its Bid the
documentary requirements of the subcontractor(s) complying with the
eligibility criterial stated in ITB Clause 5 in accordance with Section 23.4 of
the 2016 revised IRR of RA No. 9184 pursuant to Section 23.1 thereof.
7.2. [If subcontracting is allowed during the contract implementation stage, state:]
The Supplier may identify its subcontractor during the contract
15
implementation stage. Subcontractors identified during the bidding may be
changed during the implementation of this Contract. Subcontractors must
submit the documentary requirements under Section 23.1 of the 2016 revised
IRR of RA No. 9184 and comply with the eligibility criteria specified in ITB
Clause 5 to the implementing or end-user unit.
7.3. Subcontracting of any portion of the Project does not relieve the Contractor of
any liability or obligation under the Contract. The Supplier will be responsible
for the acts, defaults, and negligence of any subcontractor, its agents, servants,
or workmen as fully as if these were the Contractor’s own acts, defaults, or
negligence, or those of its agents, servants, or workmen.
8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and either at its physical address Municipal Building, Municipal Hall
J.V. Quesada st. Brgy 1 Paete, Laguna and as indicated in paragraph 6 of the IB.
10.2. If the eligibility requirements or statements, the bids, and all other documents
for submission to the BAC are in foreign language other than English, it must
be accompanied by a translation in English, which shall be authenticated by
the appropriate Philippine foreign service establishment, post, or the
equivalent office having jurisdiction over the foreign bidder’s affairs in the
Philippines. For Contracting Parties to the Apostille Convention, only the
translated documents shall be authenticated through an apostille pursuant to
GPPB Resolution No. 13-2019 dated 23 May 2019. The English translation
shall govern, for purposes of interpretation of the bid.
10.3. A valid PCAB License is required, and in case of joint ventures, a valid
special PCAB License, and registration for the type and cost of the contract for
this Project. Any additional type of Contractor license or permit shall be
indicated in the BDS.
16
bid, with their complete qualification and experience data shall be provided.
These key personnel must meet the required minimum years of experience set
in the BDS.
10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or
under purchase agreements, supported by proof of ownership, certification of
availability of equipment from the equipment lessor/vendor for the duration of
the project, as the case may be, must meet the minimum requirements for the
contract set in the BDS.
11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.
a. Philippine Pesos.
17
15. Bid Security
15.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid
Security in the amount indicated in the BDS, which shall be not less than the
percentage of the ABC in accordance with the schedule in the BDS.
15.2. The Bid and bid security shall be valid until July 1, 2021. Any bid not
accompanied by an acceptable bid security shall be rejected by the Procuring
Entity as non-responsive.
The Procuring Entity may request additional hard copies and/or electronic copies of
the Bid. However, failure of the Bidders to comply with the said request shall not be a
ground for disqualification.
If the Procuring Entity allows the submission of bids through online submission to the
given website or any other electronic means, the Bidder shall submit an electronic
copy of its Bid, which must be digitally signed. An electronic copy that cannot be
opened or is corrupted shall be considered non-responsive and, thus, automatically
disqualified.
In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA
No. 9184 shall prevail.
18
shall consider the conditions in the evaluation of Bids under Section 32.2 of
2016 revised IRR of RA No. 9184.
19.2. If the Project allows partial bids, all Bids and combinations of Bids as
indicated in the BDS shall be received by the same deadline and opened and
evaluated simultaneously so as to determine the Bid or combination of Bids
offering the lowest calculated cost to the Procuring Entity. Bid Security as
required by ITB Clause 16 shall be submitted for each contract (lot)
separately.
19.3. In all cases, the NFCC computation pursuant to Section 23.4.2.6 of the 2016
revised IRR of RA No. 9184 must be sufficient for the total of the ABCs for
all the lots participated in by the prospective Bidder.
19
Section III. Bid Data Sheet
This Section is intended to assist the Procuring Entity in providing the specific information in
relation to corresponding clauses in the ITB and has to be prepared for each specific
procurement.
The Procuring Entity should specify in the BDS information and requirements specific to the
circumstances of the Procuring Entity, the processing of the procurement, and the bid
evaluation criteria that will apply to the Bids. In preparing the BDS, the following aspects
should be checked:
20
Bid Data Sheet
ITB Clause
5.2 For this purpose, contracts similar to the Project refer to contracts which have
the same major categories of work, which shall be:
Road
7.1 Subcontracting is not allowed.
First Aider
Skilled worker
Laborer
10.5 The minimum major equipment requirements are the following:
21
b. The amount of not less than one hundred twelve thousand three
hundred twenty pesos and 37/100 only (Php112,320.37) [five
percent (5%) of ABC] if bid security is in Surety Bond.
19.2 N/A
20 Within a non-extendible period of five (5) calendar days from receipt by the
Bidder of the notice from the BAC that it submitted the Lowest Calculated Bid,
the Bidder shall submit its latest income and business tax returns filed and
paid through the BIR Electronic Filing and Payment System (eFPS)
21 Additional contract documents relevant to the Project that may be required by
existing laws and/or the Procuring Entity, such as construction schedule and S-
curve, manpower schedule, construction methods, equipment utilization
schedule, construction safety and health program approved by the DOLE,
PERT/CPM and other acceptable tools of project scheduling.
22
Section IV. General Conditions of Contract
Matters governing performance of the Contractor, payments under the contract, or matters
affecting the risks, rights, and obligations of the parties under the contract are included in the
GCC and Special Conditions of Contract.
Any complementary information, which may be needed, shall be introduced only through the
Special Conditions of Contract.
23
1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that
can be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable
in contract implementation. Herein clauses shall serve as the secondary source for
the terms and conditions of the Contract.
This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA
No. 9184 allowing the GPPB to amend the IRR, which shall be applied to all
procurement activities, the advertisement, posting, or invitation of which were issued
after the effectivity of the said amendment.
3. Possession of Site
4.1. The Procuring Entity shall give possession of all or parts of the Site to the
Contractor based on the schedule of delivery indicated in the SCC, which
corresponds to the execution of the Works. If the Contractor suffers delay or
incurs cost from failure on the part of the Procuring Entity to give possession
in accordance with the terms of this clause, the Procuring Entity’s
Representative shall give the Contractor a Contract Time Extension and certify
such sum as fair to cover the cost incurred, which sum shall be paid by
Procuring Entity.
4.2. If possession of a portion is not given by the above date, the Procuring Entity
will be deemed to have delayed the start of the relevant activities. The
resulting adjustments in contract time to address such delay may be addressed
through contract extension provided under Annex “E” of the 2016 revised IRR
of RA No. 9184.
The Procuring Entity will approve any proposed replacement of key personnel only if
their relevant qualifications and abilities are equal to or better than those of the
personnel listed in the Schedule.
24
5. Performance Security
5.1. Within ten (10) calendar days from receipt of the Notice of Award from the
Procuring Entity but in no case later than the signing of the contract by both
parties, the successful Bidder shall furnish the performance security in any of
the forms prescribed in Section 39 of the 2016 revised IRR.
5.2. The Contractor, by entering into the Contract with the Procuring Entity,
acknowledges the right of the Procuring Entity to institute action pursuant to
RA No. 3688 against any subcontractor be they an individual, firm,
partnership, corporation, or association supplying the Contractor with labor,
materials and/or equipment for the performance of this Contract.
7. Warranty
7.1. In case the Contractor fails to undertake the repair works under Section 62.2.2
of the 2016 revised IRR, the Procuring Entity shall forfeit its performance
security, subject its property(ies) to attachment or garnishment proceedings,
and perpetually disqualify it from participating in any public bidding. All
payables of the GOP in his favor shall be offset to recover the costs.
25
10. Dayworks
Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised IRR of
RA No. 9184, and if applicable as indicated in the SCC, the Dayworks rates in the
Contractor’s Bid shall be used for small additional amounts of work only when the
Procuring Entity’s Representative has given written instructions in advance for
additional work to be paid for in that way.
11.2. The Contractor shall submit to the Procuring Entity’s Representative for
approval an updated Program of Work at intervals no longer than the period
stated in the SCC. If the Contractor does not submit an updated Program of
Work within this period, the Procuring Entity’s Representative may withhold
the amount stated in the SCC from the next payment certificate and continue
to withhold this amount until the next payment after the date on which the
overdue Program of Work has been submitted.
26
15.1. If required, the Contractor will provide “as built” Drawings and/or operating
and maintenance manuals as specified in the SCC.
15.2. If the Contractor does not provide the Drawings and/or manuals by the dates
stated above, or they do not receive the Procuring Entity’s Representative’s
approval, the Procuring Entity’s Representative may withhold the amount
stated in the SCC from payments due to the Contractor.
27
Section V. Special Conditions of Contract
The Special Conditions of Contract (SCC) complement the GCC, specifying contractual
requirements linked to the special circumstances of the Procuring Entity, the Procuring
Entity’s country, the sector, and the Works procured. In preparing this Section, the following
aspects should be checked:
However, no special condition which defeats or negates the general intent and purpose of the
provisions of the GCC should be incorporated herein.
28
Special Conditions of Contract
GCC Clause
2 The Intended Completion Date is sixty days (60) calendar days which
will commence within three calendar days from receipt of the Notice to
Proceed.
29
Section VI. Specifications
30
BILL OF MATERIALS
A. Mobilization/ Demobilization ls
Sub-Total for A
Name and Capacity No.of Units No. of Hours Hourly Rate Amount
B.
Sub-Total for B -
C. Total (A+B) -
D. Output 1 unit
Name and Specification Unit Quantity Unit Cost Amount
E
Sub-Total for E -
F. Direct Cost (C+E) -
G Direct Unit Cost (F/D) -
H. Overhead, Contingencies & Miscellaneous (OCM) 15% of G
I. Contractor's Profit (CP) 10% of G
J. Value Added Tax (VAT) 5% of (G + H + I) -
K. Total Unit Cost (G + H + I + J) -
31
BILL OF MATERIALS
a. Construction Foreman 1 8
b. Carpenter 3 8
c. Laborer 5 8
Sub-Total for A -
Name and Capacity No.of Units No. of Hours Hourly Rate Amount
B. Equipment
Sub-Total for B -
C. Total (A+B) -
D. Output = 1.00 unit
Name and Specification Unit Quantity Unit Cost Amount
E Materials
Sub-Total for E
F. Direct Cost (C+E) -
G Direct Unit Cost (F/D) -
H. Overhead, Contingencies & Miscellaneous (OCM) 15% of G
I. Contractor's Profit (CP) 10% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
32
BILL OF MATERIALS
Sub-Total for A -
Name and Capacity No.of Units No. of Hours Hourly Rate Amount
B. Equipment
Sub-Total for B -
C. Total (A+B) -
D Output
Name and Specification Unit Quantity Unit Cost Amount
E Materials
Sub-Total for F -
F. Direct Cost (C+D) -
G Direct Unit Cost (F/D) -
H. Overhead, Contingencies & Miscellaneous (OCM) 15% of G
I. Contractor's Profit (CP) 10% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost 33 (G + H + I + J)
BILL OF MATERIALS
Sub-Total for A -
Name and Capacity No.of Units No. of Hours Hourly Rate Amount
B. Equipment
Sub-Total for B -
C. Total (A+B) -
D Output
Name and Specification Unit Quantity Unit Cost Amount
E Materials
Signages lot 2
Sub-Total for F -
F. Direct Cost (C+D) -
G Direct Unit Cost (F/D) -
H. Overhead, Contingencies & Miscellaneous (OCM) 15% of G
I. Contractor's Profit (CP) 10% of G -
J. Value Added Tax (VAT) 5% of (G + H + I) -
K. Total Unit Cost (G + H + I + J) -
34
BILL OF MATERIALS
Sub-Total for A -
Name and Capacity No.of Units No. of Hours Hourly Rate Amount
B. Equipment
Sub-Total for B -
C. Total (A+B) -
D Output 852 sq mtrs
Name and Specification Unit Quantity Unit Cost Amount
E Materials
Sub-Total for F -
F. Direct Cost (C+E) -
G Direct Unit Cost (F/D)
H. Overhead, Contingencies & Miscellaneous (OCM) 15% of G
I. Contractor's Profit (CP) 10% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
35
BILL OF MATERIALS
Sub-Total for A -
Name and Capacity No.of Units No. of Hours Hourly Rate Amount
B. Equipment
Sub-Total for B -
C. Total (A+B) -
D Output 426 cu.m.
Name and Specification Unit Quantity Unit Cost Amount
E Materials
Sub-Total for F
F. Direct Cost (C+E)
G Direct Unit Cost (F/D)
H. Overhead, Contingencies & Miscellaneous (OCM) 15% of G
I. Contractor's Profit (CP) 10% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
36
BILL OF MATERIALS
Sub-Total for A -
Name and Capacity No.of Units No. of Hours Hourly Rate Amount
B. Equipment
Concrete Vibrator 2 14.00
Vibratory Screed 1 14.00
Concrete Saw ( unit only ) 1 14.00
Bar Cutter 1 1.40
Minor Tools (5% of Labor)
Sub-Total for B -
C. Total (A+B) -
D. Output = 1,116.00 m²
Name and Specification Unit Quantity Unit Cost Amount
E Materials
Ready Mix Concrete cu.m 224.00
Reinforcing Steel Bar kg. 436.00
Curing Compound lit. 324.00
Sealant lit. 134.00
Steel Forms (Rental) l.m. 514.00
Concrete Saw (Diamond blade 14") pc. 1.00
Grease/Tar lit. 7.00
Sub-Total for E -
F. Direct Cost (C+E) -
G Direct Unit Cost (F/D)
H. Overhead, Contingencies & Miscellaneous (OCM) 15% of G
I. Contractor's Profit (CP) 10% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
37
38
Section VII. Drawings
[Insert here a list of Drawings. The actual Drawings, including site plans, should be
attached to this section, or annexed in a separate folder.]
39
40
41
Section VIII. Bill of Quantities
Signature Box
A signature box shall be added at the bottom of each page of the Bill of Quantities where the
authorized representative of the Bidder shall affix his signature. Failure of the authorized
representative to sign each and every page of the Bill of Quantities shall be a cause for
rejection of his bid.
42
BILL OF MATERIALS
A. Mobilization/ Demobilization ls
Sub-Total for A
Name and Capacity No.of Units No. of Hours Hourly Rate Amount
B.
Sub-Total for B -
C. Total (A+B) -
D. Output 1 unit
Name and Specification Unit Quantity Unit Cost Amount
E
Sub-Total for E -
F. Direct Cost (C+E) -
G Direct Unit Cost (F/D) -
H. Overhead, Contingencies & Miscellaneous (OCM) 15% of G
I. Contractor's Profit (CP) 10% of G
J. Value Added Tax (VAT) 5% of (G + H + I) -
K. Total Unit Cost (G + H + I + J) -
43
BILL OF MATERIALS
a. Construction Foreman 1 8
b. Carpenter 3 8
c. Laborer 5 8
Sub-Total for A -
Name and Capacity No.of Units No. of Hours Hourly Rate Amount
B. Equipment
Sub-Total for B -
C. Total (A+B) -
D. Output = 1.00 unit
Name and Specification Unit Quantity Unit Cost Amount
E Materials
Sub-Total for E
F. Direct Cost (C+E) -
G Direct Unit Cost (F/D) -
H. Overhead, Contingencies & Miscellaneous (OCM) 15% of G
I. Contractor's Profit (CP) 10% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
44
45
BILL OF MATERIALS
Sub-Total for A -
Name and Capacity No.of Units No. of Hours Hourly Rate Amount
B. Equipment
Sub-Total for B -
C. Total (A+B) -
D Output
Name and Specification Unit Quantity Unit Cost Amount
E Materials
Sub-Total for F -
F. Direct Cost (C+D) -
G Direct Unit Cost (F/D) -
H. Overhead, Contingencies & Miscellaneous (OCM) 15% of G
I. Contractor's Profit (CP) 10% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost 46 (G + H + I + J)
BILL OF MATERIALS
Sub-Total for A -
Name and Capacity No.of Units No. of Hours Hourly Rate Amount
B. Equipment
Sub-Total for B -
C. Total (A+B) -
D Output
Name and Specification Unit Quantity Unit Cost Amount
E Materials
Signages lot 2
Sub-Total for F -
F. Direct Cost (C+D) -
G Direct Unit Cost (F/D) -
H. Overhead, Contingencies & Miscellaneous (OCM) 15% of G
I. Contractor's Profit (CP) 10% of G -
J. Value Added Tax (VAT) 5% of (G + H + I) -
K. Total Unit Cost (G + H + I + J) -
47
48
BILL OF MATERIALS
Sub-Total for A -
Name and Capacity No.of Units No. of Hours Hourly Rate Amount
B. Equipment
Sub-Total for B -
C. Total (A+B) -
D Output 852 sq mtrs
Name and Specification Unit Quantity Unit Cost Amount
E Materials
Sub-Total for F -
F. Direct Cost (C+E) -
G Direct Unit Cost (F/D)
H. Overhead, Contingencies & Miscellaneous (OCM) 15% of G
I. Contractor's Profit (CP) 10% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
49
BILL OF MATERIALS
Sub-Total for A -
Name and Capacity No.of Units No. of Hours Hourly Rate Amount
B. Equipment
Sub-Total for B -
C. Total (A+B) -
D Output 426 cu.m.
Name and Specification Unit Quantity Unit Cost Amount
E Materials
Sub-Total for F
F. Direct Cost (C+E)
G Direct Unit Cost (F/D)
H. Overhead, Contingencies & Miscellaneous (OCM) 15% of G
I. Contractor's Profit (CP) 10% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
50
BILL OF MATERIALS
Sub-Total for A -
Name and Capacity No.of Units No. of Hours Hourly Rate Amount
B. Equipment
Concrete Vibrator 2 14.00
Vibratory Screed 1 14.00
Concrete Saw ( unit only ) 1 14.00
Bar Cutter 1 1.40
Minor Tools (5% of Labor)
Sub-Total for B -
C. Total (A+B) -
D. Output = 1,116.00 m²
Name and Specification Unit Quantity Unit Cost Amount
E Materials
Ready Mix Concrete cu.m 224.00
Reinforcing Steel Bar kg. 436.00
Curing Compound lit. 324.00
Sealant lit. 134.00
Steel Forms (Rental) l.m. 514.00
Concrete Saw (Diamond blade 14") pc. 1.00
Grease/Tar lit. 7.00
Sub-Total for E -
F. Direct Cost (C+E) -
G Direct Unit Cost (F/D)
H. Overhead, Contingencies & Miscellaneous (OCM) 15% of G
I. Contractor's Profit (CP) 10% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
51
52
Section IX. Checklist of Technical and Financial
Documents
b. any subsequent GPPB issuances adjusting the documentary requirements after the
effectivity of the adoption of the PBDs.
The BAC shall be checking the submitted documents of each Bidder against this checklist
to ascertain if they are all present, using a non-discretionary “pass/fail” criterion pursuant
to Section 30 of the 2016 revised IRR of RA No. 9184.
53
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE
Legal Documents
⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);
or
⬜ (b) Registration certificate from Securities and Exchange Commission (SEC),
Department of Trade and Industry (DTI) for sole proprietorship, or
Cooperative Development Authority (CDA) for cooperatives or its
equivalent document;
and
⬜ (c) Mayor’s or Business permit issued by the city or municipality where the
principal place of business of the prospective bidder is located, or the
equivalent document for Exclusive Economic Zones or Areas;
and
⬜ (e) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by
the Bureau of Internal Revenue (BIR).
Technical Documents
⬜ (f) Statement of the prospective bidder of all its ongoing government and
private contracts, including contracts awarded but not yet started, if any,
whether similar or not similar in nature and complexity to the contract to be
bid; and
⬜ (g) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar
to the contract to be bid, except under conditions provided under the rules;
and
⬜ (h) Philippine Contractors Accreditation Board (PCAB) License;
or
Special PCAB License in case of Joint Ventures;
and registration for the type and cost of the contract to be bid; and
⬜ (i) Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission;
or
Original copy of Notarized Bid Securing Declaration; and
(j) Project Requirements, which shall include the following:
⬜ a. Organizational chart for the contract to be bid;
⬜ b. List of contractor’s key personnel (e.g., Project Manager, Project
Engineers, Materials Engineers, and Foremen), to be assigned to the
contract to be bid, with their complete qualification and experience
data;
⬜ c. List of contractor’s major equipment units, which are owned, leased,
and/or under purchase agreements, supported by proof of ownership
or certification of availability of equipment from the equipment
lessor/vendor for the duration of the project, as the case may be; and
⬜ (k) Original duly signed Omnibus Sworn Statement (OSS);
54
and if applicable, Original Notarized Secretary’s Certificate in case of a
corporation, partnership, or cooperative; or Original Special Power of
Attorney of all members of the joint venture giving full power and authority
to its officer to sign the OSS and do acts to represent the Bidder.
Financial Documents
⬜ (l) The prospective bidder’s audited financial statements, showing, among
others, the prospective bidder’s total and current assets and liabilities,
stamped “received” by the BIR or its duly accredited and authorized
institutions, for the preceding calendar year which should not be earlier than
two (2) years from the date of bid submission; and
⬜ (m) The prospective bidder’s computation of Net Financial Contracting Capacity
(NFCC).
55
56