You are on page 1of 81

CONSTRUCTION OF MULTI-PURPOSE BUILDING PHASE 1

LOCATION: BARANGAY CALAGBANGAN, SIPOCOT, CAMARINES SUR

MARIA LUCIA FRANCIA 'MALU' R. APIN EDY FERDINAND R. JOVEN WILLARD KENNETH I. ATUTUBO
ENGINEER II/OIC, CHIEF-PLANNING AND DESIGN SECTION ASSISTANT DISTRICT ENGINEER DISTRICT ENGINEER
SUMMARY OF QUANTITIES TABLE OF CONTENTS
A OTHER GENERAL REQUIREMENTS
B.5 PROJECT BILLBOARD / SIGNBOARD 1.00 ea.

B.7 OCCUPATIONAL SAFETY AND HEALTH PROGRAM 4 mos.


PERSPECTIVE
B EARTHWORKS SITE DEVELOPMENT PLAN
800(1)

803(1)a
REMOVAL OF STRUCTURES AND OBSTRUCTIONS

STRUCTURE EXCAVATION
1.00 l.s.

76.90 cu.m.
A1 LOCATION PLAN
VICINITY MAP S I P O C O T
TABLE OF CONTENTS
804(1)b EMBANKMENT 18.67 cu.m.

804(4) GRAVEL FILL 44.55 cu.m.


LAND USE AND ZONING
C PLAIN AND REINFORCED CONCRETE WORKS
900(1) REINFORCED CONCRETE 106.04cu.m.

903(1) FORMS AND FALSEWORKS 1.00 l.s. FLOOR PLAN


D FINISHING A2 ROOF PLAN
DETAIL OF RAMP FLOORING
1001(3) CONCRETE GUTTER 22.70 m. DETAIL OF RAMP
1001(6)b CATCH BASIN 8.00 each

1001(9) STORM DRAINAGE AND DOWNSPOUT 1.00 lot

1014(1)b1 PRE-PAINTED METAL SHEETS 536.71 sq. m.

1021(1)a CEMENT FLOOR FINISH - PLAIN 506.91 sq.m. FRONT ELEVATION


LEFT SIDE ELEVATION
1027(1)

1032(1)a1
CEMENT PLASTER FINISH

PAINTING WORKS - MASONRY/CONCRETE


167.60sq.m.

154.90 sq.m. A3 REAR ELEVATION


RIGHT SIDE ELEVATION LINE AND GRADE
1032(1)a3 PAINTING WORKS - STEEL 113.60 sq.m. SCHEDULE OF FLOOR FINISHES
1046(2)b CHB NON LOAD BEARING - 150mm (INCLUDING REINFORCEMENT) 23.80 sq.m.

1047(1) STRUCTURAL STEEL (ROOF FRAMING) 1.00 l.s.

F LIGHTING FIXTURE
1100(19) CONDUITS, BOXES AND FITTINGS 1.00 l.s. LONGITUDINAL SECTION
1101(18)

1102(1)a1
WIRES AND WIRING DEVICES

PANEL BOARD WITH MAIN AND BRANCH BREAKERS


1.00 l.s.

1.00 set
A4 CROSS SECTION
RAMP ISOMETRIC DETAIL
BAY SECTION
1102(15) PIN TYPE INSULATOR 1.00 piece

1 PERSPECTIVE 1103(1) LIGHTING FIXTURE 1.00 l.s.

A 1 N.T.S. ARCHITECTURAL
TO DAET

SITE S1 COLUMN & COLUMN FOOTING DETAIL


CCONSTRUCTION NOTES

STORAGE
ROOM

STAGE DESIGN CRITERIA


ANCHOR BOLT DETAIL

S2 CORBEL DETAIL
WALL FOOTING DETAIL
DETAIL OF PLANTED COLUMN (PC)
SK BUILDING STRUCTURAL
WAITING
SHED 25.60 TO BRGY. VIGAAN
FOUNDATION PLAN
ROOF FRAMING PLAN
S3 STRUT DETAIL
TYPICAL REINFORCED CONCRETE BEAM
DETAIL

SCHEDULE OF BEAMS
BARANGAY ROAD
BARANGAY ROAD

GUSSET PLATE DETAIL


TRUSS DETAIL
SANITARY
S4 SPOT DETAIL 01
SPOT DETAIL 02
DETAIL OF FASCIA BOARD NAILER
DETAIL OF SAGROD
TO NAGA
25.60

PROPOSED CONC. GUTTER DETAIL


MULTI-PURPOSE
BUILDING PLUMBING LAYOUT
TIBLE
ISOMETRIC DIAGRAM
LEGEND
NORTH VILLAZAR

SOUTH VILLAZAR
TULA-TULA ALDEZAR P1 CATCH BASIN DETAIL
LOCATION PLAN
LINE OF ROOF ABOVE

SN.VICENTE
SALVACION
VICINITY MAP
VIGAAN
SPECIFICATIONS
COTMO

4 LOCATION PLAN CALAGBANGAN


SAGRADA FAMILIA

SERRANZANA
ELECTRICAL
PERIMETER FENCE

BOLO NORTE
A 1 N.T.S. SALANDA
CABUYAO
BULAN
ANIB
LIGHTING LAYOUT
CONCRETE GUTTER CONCRETE GUTTER
THIS SITE YABO
BOLO SUR
MANTILLA
CALAMPINAY
MANGGA
LOCATION PLAN
E1
ALTEZA
RAMP MALAGUICO

SN.ISIDRO
VICINITY MAP
AZUCENA
IMPIG MALUBAGO SPECIFICATIONS
MANANGLE
PERIMETER FENCE POB.NORTH CENTRO
MANGAPO
LEGEND
POB.SOUTH
TAISAN CENTRO

AWAYAN
GAONGAN
BULAWAN TARA

LUBIGAN SR. POWER LAYOUT


GABI

CARAYRAYAN
SCHEDULE OF LOADS
BINAHIAN

MANLUBANG
BAGONG SIRANG

LUBIGAN JR.
MUNICIPALITY OF SIPOCOT
PROVINCE OF CAMARINES SUR E2 COMPUTATIONS
SINGLE LINE DIAGRAM
LIPILIP
ELECTRICAL RISER DIAGRAM MECHANICAL
CAIMA

2 SITE DEVELOPMENT PLAN


3 VICINITY MAP
A 1 N.T.S.
A 1 SCALE 1:400mts.

PERSPECTIVE
SITE DEVELOPMENT PLAN
LOCATION PLAN
VICINITY MAP
TABLE OF CONTENTS

LOCATION:
2 3 4 5
1 2 3 4 5 6 22.00

1.00 20.00 1.00


29.69

5.04 4.99 10.00 5.00 4.65

0.90
A
PAVEMENT
2.80

E = +0.20m.
FF - 2

6.00
LINE OF ROOF ABOVE
0.90

9.90
A

B
6.00

6.00

19.20
19.80

6.00
B

C
COVERED COURT
18.00

6.00

6.00
E = +0.20m.

9.90
FF - 1

6.00
C

0.90
LINE OF ROOF ABOVE
6.00

6.00
1.00 5.00 10.00 5.00 1.00

2.70
2 ROOF PLAN
A 2 SCALE 1:200mts.
D

0.20 0.90

0.75 2.70 0.75


CONCRETE GUTTER CONCRETE GUTTER

PAVED COURT
PAVEMENT FF - 3 PAVEMENT E = + 0.30 m.
3.60
2.80

E = +0.20m. E = +0.20m.
FF - 2 FF - 2

0.60
RAMP-UP

0.20
4.85 5.00 10.00 5.00 4.85

GUTTER LINE GUTTER LINE

1 FLOOR PLAN
A 2 SCALE 1:200mts. NON-SKID PLAIN CEMENT FLOOR
FINISH WITH GROOVE LINES
100 6mm
100 6mm

2.60
6mm

PAVED COURT PAVED COURT

CURB CUT-OUT

CURB CUT-OUT
E = + 0.30 m. E = + 0.30 m.

0.20
NON-SKID PLAIN CEMENT
FLOOR FINISH EXISTING CONC. FENCE
6mm GROOVE LINE
PERIMETER FENCE SIDEWALK
E = + 0.00 m.
3 DETAIL OF RAMP FLOORING PLAN
A 2 SCALE 1:5mts. 4 DETAIL OF RAMP
A 2 SCALE 1:50mts.

FLOOR PLAN
ROOF PLAN
DETAIL OF RAMP FLOORING
DETAIL OF RAMP
2 3

LOCATION:
GA. 26, PREPAINTED RIB-TYPE G.I. ROOFING, LONG SPAN RAMP W/ CUT-OUT (SEE DETAIL) STEEL STRUSS (SEE DETAIL)
GA. 26, PREPAINTED G.I. GUTTER, SPANISH TYPE CONCRETE BEAM, PAINTED FASCIA BOARD CEMENT FLOOR PAVEMENT, SMOOTH FINISH
CONCRETE COLUMN, PAINTED CEMENT FLOOR PAVEMENT, SMOOTH FINISH CONCRETE COLUMN, PAINTED

1 2 3 4 5 6 A B C D
29.70 18.00

4.85 5.00 10.00 5.00 4.85 6.00 6.00 6.00

TOP OF ROOF TOP OF ROOF

3.20

3.20
OPEN

TOP OF BEAM TOP OF BEAM

8.90

8.90
EXISTING CONCRETE FENCE
PHASE 2 PHASE 2

5.50
5.50
OPEN OPEN OPEN OPEN OPEN OPEN

0.20
GUTTER
2.80 0.60 2.80

FIN. FLOOR LINE FIN. FLOOR LINE

0.20

0.20
NAT. GRADE LINE NAT. GRADE LINE

1 FRONT ELEVATION 2 LEFT SIDE ELEVATION


A 3 SCALE 1:200mts. A 3 SCALE 1:200mts.

STEEL STRUSS (SEE DETAIL)


GA. 26, PREPAINTED RIB-TYPE G.I. ROOFING, LONG SPAN FASCIA BOARD
GA. 26, PREPAINTED G.I. GUTTER, SPANISH TYPE CONCRETE BEAM, PAINTED CONCRETE COLUMN, PAINTED
CONCRETE COLUMN, PAINTED CEMENT FLOOR PAVEMENT, SMOOTH FINISH CEMENT FLOOR PAVEMENT, SMOOTH FINISH

6 5 4 3 2 1 D C B A
29.70 18.00

4.85 5.00 10.00 5.00 4.85 6.00 6.00 6.00

TOP OF ROOF TOP OF ROOF

3.20

3.20
OPEN

TOP OF BEAM TOP OF BEAM

EXISTING CONCRETE FENCE

8.90

8.90
PHASE 2 PHASE 2

5.50

5.50
OPEN OPEN OPEN OPEN OPEN OPEN

0.20
GUTTER
2.80 0.60 2.80

FIN. FLOOR LINE FIN. FLOOR LINE

0.20
0.20
NAT. GRADE LINE NAT. GRADE LINE

3 REAR ELEVATION 4 RIGHT SIDE ELEVATION


A 3 SCALE 1:200mts.
A 3 SCALE 1:200mts.

SCHEDULE OF FLOOR FINISHES


FF - 1 SMOOTH CEMENT PLASTER
FLOOR FINISH

FF - 2 CEMENT PLASTER
FLOOR FINISH - ROUGH

FF - 3 NON-SKID PLAIN CEMENT FLOOR


FINISH WITH GROOVE LINES

FRONT ELEVATION
LEFT SIDE ELEVATION
REAR ELEVATION
RIGHT SIDE ELEVATION
3 4
SCHEDULE OF FLOOR FINISHES

LOCATION:
2"x6"x2.00mm. THK. C-PURLINS SP. @ 0.80m. O.C. STEEL TRUSS (SEE DETAIL)
CONCRETE BEAM, PAINTED CONCRETE COLUMN, PAINTED
CONCRETE CORBEL, PAINTED CEMENT FLOOR PAVEMENT, SMOOTH FINISH
GA. 26, PREPAINTED RIB-TYPE
G.I. ROOFING, LONG SPAN
1 2 3 4 5 6 2-3"X3"X6.00mm THK. ANGLE BAR
TOP CHORD (SEE TRUSS DETAIL)

29.70

GA. 26 G.I. STRAP


4.85 5.00 10.00 5.00 4.85 SP. @ EVERY 2.00 m.

TOP OF ROOF GA. 26 PREPAINTED G.I.


GUTTER, SPANISH TYPE

0.35
SEE TRUSS DETAIL METAL STRAINER
2"X6"X2.00mm. THK. C-PURLINS

3.20
W/ 1"X1"X4.5mm THK. ANGLE BAR CLEATS
SPACED @ 0.80 m. ON CENTER

0.50
TOP OF BEAM

8.90
PIPE HANGER
PHASE 2 PHASE 2 12mm THK. GUSSET PLATE

5.50
OPEN OPEN OPEN
20mm. THK. BASE PLATE WITH

(SEE ANCHOR BOLT DETAIL)

FIN. FLOOR LINE MULTI-PURPOSE AREA

0.20
CONCRETE CORBEL, PAINTED
NAT. GRADE LINE (SEE CORBEL DETAIL)

1 LONGITUDINAL SECTION GA. 26 G.I. STRAP

A 4 SCALE 1:200mts.

STEEL STRUSS (SEE DETAIL) CONCRETE BEAM, PAINTED


(SEE SCHEDULE OF BEAMS)
FASCIA BOARD CEMENT FLOOR PAVEMENT, SMOOTH FINISH
CONCRETE COLUMN, PAINTED

A B C D
CONCRETE COLUMN, PAINTED
18.00

6.00 6.00 6.00

5.50
TOP OF ROOF

3.20
OPEN

TOP OF BEAM

10mm THK. CONCRETE PAVEMENT


EXISTING CONCRETE FENCE
SMOOTH FINISH

8.90
5.50

OPEN OPEN OPEN


100mm THK. CONCRETE
PAVEMENT

FIN. FLOOR LINE PAVED COURT 3" THK.


GRAVEL FILL
0.20

NAT. GRADE LINE E = + 0.30 m.

2 CROSS SECTION EMBANKMENT

A 4 SCALE 1:200mts.
NON-SKID PLAIN CEMENT FLOOR
FINISH WITH GROOVE LINES

0.20
CURB CUT-OUT

4 BAY SECTION
A 4 SCALE 1:40mts.

3 RAMP ISOMETRIC DETAIL


A 4 SCALE 1:100 mts.

LONGITUDINAL SECTION
CROSS SECTION
RAMP ISOMETRIC DETAIL 4 5
BAY SECTION

LOCATION:
CONSTRUCTION NOTES
0.40
A. GENERAL
0.10m THK. CONCRETE PAVEMENT 1. CONSTRUCTION NOTES AND TYPICAL DETAILS APPLY TO ALL DRAWINGS UNLESS OTHERWISE SHOWN OR
NOTED. MODIFY TYPICAL DETAILS AS DIRECTED TO MEET SPECIAL CONDITIONS.
SPACED @ 0.60m. ON CENTER 2. SHOP DRAWINGS WITH ERECTION AND PLACING DIAGRAMS OF ALL STRUCTURAL STEELS, MISCELLANEOUS
2.00
BOTH WAYS IRON, PRE-CAST CONCRETE ETC. SHALL BE SUBMITTED FOR ENGINEERS APPROVAL BEFORE FABRICATION.
3. CONTRACTOR SHALL VERIFY ALL DIMENSIONS BEFORE ALL WORK IS TO BEGIN CHECK WITH MECHANICAL

0.20
0.40
AND ELECTRICAL CONTRACTORS FOR CONDUITS PIPE SLEEVES, ETC., TO BE EMBEDDED IN CONCRETE.
4. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE ADEQUATE SHORING & BRACINGS OF THE
STRUCTURE FOR ALL LOADS THAT MAYBE IMPOSED DURING CONSTRUCTION.

FOOTING TIE BEAM (FTB) B. CONCRETE & REINFORCEMENT


3-0.05m, 3-0.10m, 3-0.15m, (SEE BEAM SCHEDULE) 1. ALL MATERIALS AND WORKMANSHIP SHALL CONFORM WITH THE LATEST BUILDING CODE OF AMERICAN
AND REST @ 0.20m. O.C. CONCRETE INSTITUTE (ACI-318).
2. ALL CONCRETE SHALL DEVELOP A MIN. COMPRESSIVE STRENGTH AT THE END OF TWENTY EIGHT (28) DAYS

1.60
W/ CORRESPONDING MAXIMUM SIZE AGGREGATE & SLUMPS AS FOLLOWS.
0.60
2.00

3-0.05m, 3-0.10m, 3-0.15m, LOCATION 28 DAYS STRENGTH MAX. SIZE AGGREGATE MAX. SLUMP
AND REST @ 0.20m. O.C. FOUNDATION FOOTING 20.7 Mpa(3000 PSI) 3/4 IN. (19 MM) 4 IN. (100 MM)
ELEVATOR SHAFT 20.7 Mpa(3000 PSI) 3/4 IN. (19 MM) 4 IN. (100 MM)
COLUMNS 20.7 Mpa(3000 PSI) 3/4 IN. (19 MM) 4 IN. (100 MM)
BEAMS, SLABS 20.7 Mpa(3000 PSI) 3/4 IN. (19 MM) 4 IN. (100 MM)
ON CENTER BOTHWAYS ON CENTER BOTHWAYS
SLAB ON GRADE 17.2 Mpa(2500 PSI) 3/4 IN. (19 MM) 4 IN. (100 MM)

0.40
3. ALL REINFORCING BARS SHALL CONFORM TO ASTM A615 GRADE 33 FOR DIAMETER 12 & SMALLER BARS
0.10m. THK. GRAVEL BEDDING
AND GRADE 40 FOR DIA. 16 AND LARGER BARS.
4. IN GENERAL THE LATEST EDITION OF ACI-315, MANUAL OF STANDARD PRACTICE DETAILING REINFORCED
CONCRETE STRUCTURES SHALL BE ADHERED TO UNLESS OTHERWISE SHOWN OR NOTED.
5. MAINTAIN MINIMUM CONCRETE COVER FOR REINFORCING STEEL AS FOLLOWS.
SUSPENDED SLABS ----------------------------- 3/4 IN. (19 MM)
2.00
SLAB ON GRADE ------------------------------- 1 1/2 IN. (38 MM)
WALLS ABOVE GRADE ---------------------------- 1 IN. (25 MM)
BEAM STIRRUPS AND COLUMN TIES --------------------- 1 1/2 IN. (38 MM)
WHERE CONCRETE IS EXPOSED TO
0.40 EARTH BUT POURED AGAINST FORMS --------------------
WHERE CONCRETE IS DEPOSITED
0.10m THK. CONCRETE PAVEMENT DIRECTLY AGAINST EARTH ------------------------- 3 IN. (75 MM)
SPACED @ 0.60m. ON CENTER 6. SPLICES SHALL BE SECURELY WIRED TOGETHER & SHALL LAP OR EXTEND IN ACCORDANCE W/ TABLE 1
2.00 (TABLE OF LAP SPLICE & ANCHORAGE LENGTH) UNLESS OTHERWISE SHOWN ON DRAWINGS, SPLICES SHALL
BOTH WAYS
BE STAGGERED WHENEVER POSSIBLE.
0.20

0.40
7. ALL ANCHOR BOLTS, DOWELS, AND OTHER INSERTS, SHALL BE PROPERLY POSITIONED & SECURED IN PLACE
PRIOR TO PLACING OF CONCRETE.
8. CONTRACTOR SHALL NOTE AND PROVIDE ALL MISCELLANEOUS CURBS, SILLS, STOOLS, EQUIPMENT'S AND
MECHANICAL BASES THAT ARE REQUIRED BY THE ARCHITECTURAL, ELECTRICAL, AND MECHANICAL DRAWINGS.
FOOTING TIE BEAM (FTB) 9. ALL CONCRETE SHALL BE KEPT MOIST FOR A MINIMUM OF SEVEN CONSECUTIVE DAYS IMMEDIATELY AFTER
3-0.05m, 3-0.10m, 3-0.15m, (SEE BEAM SCHEDULE) POURING BY THE USE OF WET BURLAP FOG SPRAYING, CURING COMPOUNDS OR OTHER APPROVED METHODS.
AND REST @ 0.20m. O.C. 10. STRIPPING OF FORMS AND SHORES:
FOUNDATION ------------------------------- 24 HRS.
1.60

SUSPENDED SLAB EXCEPT WHEN


ADDITIONAL LOADS ARE IMPOSED---------------------- 8 DAYS
2.00

0.60

3-0.05m, 3-0.10m, 3-0.15m, WALLS ----------------------------------- 18 HRS.


AND REST @ 0.20m. O.C. BEAMS ----------------------------------- 14 DAYS

C. MASONRY AND CONCRETE BLOCKS


1. ALL NON-LOAD BEARING TYPE CONCRETE BLOCKS SHALL HAVE A UNIT WEIGHT NOT TO EXCEED 80 PCF.
ON CENTER BOTHWAYS ON CENTER BOTHWAYS FOR LOAD BEARING TYPE CONCRETE BLOCKS, A MINIMUM COMPRESSIVE STRENGTH OF 6.90 MPA
SHALL BE DEVELOPED.
0.40

0.10m. THK. GRAVEL BEDDING 3. LINTEL BEAMS SHALL BEAR AT LEAST 8 INCHES (200 MM) ON EACH SIDE OF MASONRY WALL OPENING.
4. WALL REINFORCEMENTS SHALL BE AS FOLLOWS.
WALL THICKNESS VERTICAL REINFORCEMENT HORIZONTAL REINFORCEMENT
8 IN. (200 MM)
2.00 6 IN. (150 MM)
4 IN. (100 MM)
5. REINFORCING BARS SHALL BE LAPPED A MINIMUM OF 30 BAR DIAMETERS WHERE SPLICE DOWELS FROM
FOOTING OR SLABS SHALL EXTEND INTO THE BLOCK WALL A MINIMUM OF 30 BAR DIAMETERS, AND DOWELS
TO MATCH.
6. ALL CELLS CONTAINING REINFORCING BARS OR INSERTS SHALL BE SOLIDLY FILLED WITH CONCRETE GROUT
1 COLUMN & COLUMN FOOTING DETAILS (REFER TO SPECIFICATIONS).
S 1 SCALE 1:40 mts.
D. FOUNDATION
1. FOUNDATION DESIGN WAS BASED ON ASSUMED SOIL BEARING CAPACITY OF 95.76KPA

COLUMN & COLUMN FOOTING DETAIL


CCONSTRUCTION NOTES
1 6

LOCATION:
DESIGN CRITERIA 20mm THK. BASEPLATE GENERAL NOTES:
I. LOADINGS REMOVAL EXCAVATION SHALL CONSIST OF EXCAVATION FOR
A. DEAD LOAD FOUNDATION AND WALL FOOTING

0.60 0.40 (SEE ANCHOR BOLT DETAIL) ALL MATERIALS FOR EMBANKMENT SHALL NOT CONTAIN ANY STUMP,BRUSHWEED,ROOT,TURF,CLOD AND OTHER ORGANIC MATERIALS
150mm THK. CHB WALL - 2.73 kPa EARTHFILL MATERIALS SHALL MAKE DUE ALLOWANCE FOR CONSOLIDATION AND SETTLEMENT WHETHER COMPACTION IS SPECIFIED
100mm THK. CHB WALL - 2.11 kPa OR NOT BE LESS THAN LEVELS AND DIMENSIONS SHOWN ON THE PLAN.
B. LIVE LOAD
ROOF - 1.00 kPa
CLASSROOMS - 1.90 kPa
CORRIDORS ON GROUND - 4.80 kPa 20mm THK. BASEPLATE REINFORCED CONCRETE SHALL CONSIST OF FURNISHING,PLACING AND CONCRETE IN BUILDING AND RELATED STRUCTURES,AND
C. WIND LOAD (NSCP 2010) WATER SUPPLY STRUCTURES IN ACCORDANCE WITH THIS SPECIFICATION AND CONFORMING TO THE LINES,GRADES AND DIMENSIONS
V = 250 kph SHOWN ON THE PLANS.
P = qh [ (GCpf) - (GCpi) ] (DESIGN WIND PRESSURE)
WHERE: qh = VELOCITY PRESSURE, kPa

0.50
GCpf = EXTERNAL PRESSURE COEFFICIENT CONCRETE MASONRY BLOCKS MAY BE RECTANGULAR OR SEGMENTED AND WHEN SPECIFIED,SHALL HAVE ENDS SHAPED TO
GCpi = INTERNAL PRESSURE COEFFICIENT
(SEE ANCHOR BOLT DETAIL) PROVIDE INTERLOCK AT VERTICAL JOINTS HOLLOW BLOCKS SHALL CONFORM TO THE REQUIREMENTS OF ASTM C 90,GRADE AS
D. SEISMIC LOAD (NSCP 2010) SPECIFIED.

V = Cvl W (DESIGN BASE SHEAR)


RT CORRUGATED METAL ROOFING SHALL CONSIST OF FURNISHING ALL MATERIALS AND LABOR REQUIRED TO PORPERLY PERFORM
Vmax = 2.50 Cal W Vmin = 0.11 Cal W AND COMPLETETHE CORRUGATED METAL ROOFING TOGETHER WITH RELATED ACCESSORIES SUCH AS RIDGE/HIP

0.30
R Vmin = 0.80 ZN vl W (ZONE 4) ROLLS,VALLEY,GUTTERS AND FLASHING WHEN CALLED FOR ON PLANS ALL IN CONFORMITY WITH SPECIFICATION.
R
II. DESIGN STRESSES
A. CONCRETE
( SEE CONSTRUCTION NOTES ) HOLLOW CORE FLUSH DOOR THE PLYWOOD VENEER SHALL BE GLUED AND NAILED TO THE FRAMING WITH 25MM LONG FINISHED

0.20
B. REINFORCING BARS NAILS SPACE AT NOT MORE THAN 150MM ON CENTER.
( SEE CONSTRUCTION NOTES )
C. STRUCTURAL STEEL, ASTM-A36 SP. @ 0.05m. O.C.
FOR TRUSSES, BRACINGS & STRUTS fy = 248 MPa (36,000 psi) CEMENT PLASTER FINISH SHALL CONSIST OF FURNISHING ALL CEMENT PLASTER MATERIALS,LABOR,TOOLS,AND EQUIPMENT
D. PURLINS REQUIREMENT IN UNDERTAKING CEMENT PLASTER FINISH AS SHOWN IN PLANS AND ACCORDANCE WITH SPECIFICATION.
COLD FORMED LIGHT GAGE SHAPES fy = 248 MPa (36,000 psi)
E. MASONRY UNIT (CHB)
( SEE CONSTRUCTION NOTES ) CARPENTRY AND JOINERY WORKS SHALL CONSIST OF FURNISHING ALL REQUIRED MATERIALS,FABRICATED
E. WELDS-USED E-60xx ELECTRODE WOODWORK,TOOLS,EQUIPMENT AND LABOR AND PERFORMING ALL OPERATIONS NECESSARY FOR THE SATISFACTORY COMPLETION OF
F. STRUCTURAL BOLTS, ASTM-A307 ALL CARPENTRY AND JOINERY WORKS IN STRICT ACCORD WITH APPLICABLE DRAWINGS DETAILS AND THESE SPECIFICATION.
a. Ft = 96.60 MPa (14,000 psi) b. Fv = 69 MPa (10,000psi)

III. FOUNDATION
ASSUMED ALLOWABLE SOIL BEARING CAPACITY IS EQUAL TO 95.76 kPa.
3 CORBEL DETAIL
S 2 SCALE 1:20 mts. PORTLAND CEMENT CONCRETE PAVEMENT SHALL CONSIST OF PAVEMENT WITH OR WITHOUT REINFORCEMENT CONSTRUCTEED ON
NOTES: THE PREPARED BASE IN ACCORDANCE WITH THIS PLAN AND SPECIFICATION AND IN CONFORMITY WITH LINES,THICKNESS,GRADES AND
1. SOIL TEST SHALL BE CONDUCTED PRIOR TO START OF TYPICAL CROSS SECTION SHOWN ON THE PLANS WATER USED MIXING,CURING OR OTHER DESIGNATED APPLICATION SHALL BE
0.10m. THK. CONCRETE PAVEMENT REASONABLY CLEAN AND FREE OF OIL SALT,ACVID,ALKALI,GRASS OR OTHER SUBSTANCES INJURIOUS TO THE FINISH PRODUCT.WATER
CONSTRUCTION.
2. IN CASE THE ACTUAL SOIL BEARING CAPACITY IS WILL BE TESTED IN ACCORDANCE WITH AND SHALL MEET THE REQUIREMENTS OF ITEM 714 WATER WHICH IS DRINKABLE MAY BE USED
FOUND LESS THAN THE ASSUMED, 95.76 kPa. WITHOUT TEST. FINE AGGREGATES SHALL CONSIST OF NATURAL SAND,STONE,SCREENING OR OTHER INERT MATERIALS WITH SIMILAR
3. NO FOOTING SHALL REST ON FILL. CHARACTERISTICS OR COMBINATIONS THEROF HAVING HARD,STRONG, AND DURABLE PARTICLES,FINE AGGREGATES SHALL BE FREE FROM
INJURIOUS AMOUNT OF ORGANIC IMPURITIES.COARSE AGGREGATES SHALL CONSIST OF CRUSHED STONE,GRAVEL BLAST FURNACE SLAG,
OR OTHER APPROVED INERT MATERIALS OF SIMILAR CHARACTERISTIC OR COMBINATIONS THEROF HAVING HARD,STRONG DURABLE PIECES
20mm AND FREE FROM ANY ADHERENT COATINGS.
THREADED

AT EVERY 3 LAYERS OF CHB


0.20
0.10

20mm
150mm THK. CHB
0.80

0.40

SP. @ 3-0.05m, 3-0.10m, & REST @ 0.15m. O.C.

0.15
WALL FOOTING
0.075

SPACED @ 0.60m. O.C. 0.30


THREADED
0.30

0.60

0.20
0.125

SHORT BARS SP. @ 0.40m. O.C.


0.30

0.35
0.20

0.10

0.05m. THK. GRAVEL BEDDING

6 DETAIL OF PLANTED COLUMN (PC)


S 2 SCALE 1:20 mts.
@ TOP OF COLUMN @ CORBEL 4 WALL FOOTING DETAIL
S 2 SCALE 1:20 mts.

2 ANCHOR BOLT DETAIL


S 2 SCALE 1:10 mts.

DESIGN CRITERIA
ANCHOR BOLT DETAIL
CORBEL DETAIL
WALL FOOTING DETAIL
2 7
DETAIL OF PLANTED COLUMN (PC)

LOCATION:
W/ NUTS AND WASHERS
STAGGERED

2" X 6" X 2.00m THK. C-PURLINS


SPACED @ 0.80m. ON CENTER

W/ TURN BUCKLE

RB2 RB2 RB1 RB2 RB2

STRUT STRUT STRUT STRUT

TRUSS

TRUSS

TRUSS

TRUSS

TRUSS
STRUT STRUT STRUT STRUT

STRUT STRUT STRUT STRUT

RB2 RB2 RB1 RB2 RB2

2 ROOF FRAMING PLAN


S 3 SCALE 1:200 mts.

1 FOUNDATION PLAN 5.00


L
S 3 SCALE 1:200 mts.
L/4 L/4

0.30 0.30
3-0.10m., 3-0.15m., & REST @ 0.20m. ON CENTER

0.375
0.45

0.45
0.125

@ SUPPORT @ MIDSPAN
0.40

L/5 L/5
0.125

0.225

0.50 0.50 0.50 0.50


2 - 2" x2" x 6.00mm THK. ANGLE BAR
4 TYPICAL REINFORCED CONCRETE BEAM DETAIL (RB2)
S 3 SCALE 1:40 MTS.
12mm THK. GUSSET PLATE

3 STRUT DETAIL
S 3 SCALE 1:20 MTS.

FOUNDATION PLAN
ROOF FRAMING PLAN
STRUT DETAIL
TYPICAL REINFORCED CONCRETE BEAM DETAIL
3 8

LOCATION:
0.15
0.16
0.42 0.20 0.15
8
0.25 0.30

SCHEDULE OF BEAMS
SCALE 1:40 mts.
0.20 0.0 CONCRETE PAVEMENT

0.21

0.18

0.18
0.15

0.15

0.15

0.15

0.15
0.125

0.125

6
CONCRETE GUTTER

0.1
0.075
0.40 0.10 CONCRETE PAVEMENT
OF COVERED COURT
0.15 0.24 0.20
0.05

A B C D E F G H
2 SETS 2 SETS 2 SETS 2 SETS 2 SETS 56 SETS 2 SETS 2 SETS

2 GUSSET PLATE DETAIL


S 4 SCALE 1:20 MTS.

2"
1
PLAN
A B 4 C D
9.00
S 4 8 CONC. GUTTER DETAIL
S 4 SCALE 1:10 MTS.
0.33 3.00
G 3.00 3.00

10.47
7

0.40
STRUT

0.20
0.80
(SEE STRUT DETAIL) S 4
0.80
F

10.23 5
S 4
0.80

H 20mm THK. MS-PLATE

3.20
3.00
B (STIFFENER)
GA. 26 PREPAINTED RIBTYPE
A G.I. ROOFING LONG SPAN
C-PURLINS 2"x6"x 2.00mm THK.
SPACED @ 0.80m. ON CENTER W/
1"X1"X4.5mm THK. ANGLE BAR CLEATS

STRUT
(SEE STRUT DETAIL) 12mm THK. GUSSET PLATE 2" X 2" X 6.00mm THK.
ANGLE BAR WEB MEMBERS
2-3" X 3" X 6.00mm THK.
C ANGLE BAR, TOP & BOTTOM CHORD
D F
E
L=14 EQUAL PARTS

3 TRUSS DETAIL
S 4 SCALE 1:100 MTS.

@ BOTH ENDS WITH STD NUT


GA. 26 PREPAINTED AND WASHER (STAGGERED)
RIBTYPE G.I. ROOFING
LONG SPAN
C-PURLINS 2"x6"x 2.00mm THK.
GA. 26 PREPAINTED SPACED @ 0.80m. ON CENTER
C-PURLINS 2"x6"x 2.00mm THK. RIBTYPE G.I. ROOFING
SPACED @ 0.80m. ON CENTER W/ LONG SPAN
1"X1"X4.5mm THK. ANGLE BAR CLEATS 0.50 0.50 0.50
12mm THK.
2-3"X3"X6mm THK. GUSSET PLATE
ANGLE BAR FASCIA BOARD
TOP CHORD (SEE DETAIL OF
FASCIA BOARD NAILER)
0.03

0.15

2"X2"X6.0mm THK. 2" x2" x 4.5mm THK. ANGLE BAR


ANGLE BAR
0.08

0.10

0.30
0.03 WEB MEMBERS

GA 26 PREPAINTED
G.I. GUTTER 2" X 2" X 6.0mm
0.50 0.50 0.50
SPANISH TYPE ANGLE BAR WEB MEMBERS
0.03

2-3"X3"X6mm THK.
ANGLE BAR
0.05 BOTTOM CHORD
20mm THK. MS PLATE W/
0.30

2"X2"X6.0mm THK.
ANGLE BAR 0.80 CORBEL W/ NUTS AND WASHERS
WEB MEMBERS (SEE ANCHOR BOLT DETAIL)
(SEE CORBEL DETAIL)

20mm THK. MS-PLATE 2" x2" x 4.5mm THK. ANGLE BAR


(STIFFENER)

6 DETAIL OF FASCIA BOARD NAILER


4 SPOT DETAIL 01 5 SPOT DETAIL 02 S 4 SCALE 1:20 MTS.
S 4 SCALE 1:20 MTS. S 4 SCALE 1:40 MTS.
7 DETAIL OF SAGROD
S 4 SCALE 1:20 MTS.

SCHEDULE OF BEAMS
GUSSET PLATE DETAIL
TRUSS DETAIL
SPOT DETAIL 01 4 8
SPOT DETAIL 02
DETAIL OF FASCIA BOARD NAILER
DETAIL OF SAGROD
LOCATION: CONC. GUTTER DETAIL
0.60
0.60
MANHOLE COVER
USE 10mm RSB REINFORCEMENT
L E G E N D :
3" PVC DOWNSPOUT
0.10 0.40 0.10
0.10 0.40 0.10 SYMBOL DESCRIPTION
EDGE OF COLUMN 16mm HANDLE
PLUMBING LINE

0.10
CATCH BASIN

0.10
CB
6" PVC STORM
PIPE @ 2% SLOPE
4" THK. CHB
0.60

0.40

0.45
0.70
3-10mm RSB
BOTHWAYS
0.10

0.15
PLAN
SECTION
4 CATCH BASIN DETAIL
P 1 SCALE 1:20 MTS.

LINE OF CONCRETE PAVEMENT

CB CB CB CB
TO NEAREST
STREET CANAL

2 ISOMETRIC DIAGRAM
P 1 SCALE 1:200 MTS.

SPECIFICATIONS:
1. ALL SANITARY WORKS INCLUDE HEREIN SHALL BE EXECUTED ACCORDING
TO DAET TO THE PROVISIONS OF THE NATIONAL PLUMBING CODE OF THE PHILIPPINES,

SITE THE NATIONAL BUILDING CODE OF THE PHILIPPINES, AND ITS IMPLEMENTING
RULES AND REGULATIONS.
2. COORDINATE WITH THE DRAWING WITH OTHER RELATED AND
SPECIFICATIONS.
THE ARCHITECT AND / OR ENGINEER SHALL BE NOTIFIED IMMEDIATELY OF
ANY
DISCREPANCY FOUND HEREIN HIS/HER SHALL BE FINAL.
3. ALL PIPES SHALL BE INSTALLED AS INDICATED.ANY RELOCATION REQUIRED
TO BRGY. VIGAAN FOR
PROPER EXECUTION OF OTHER TRADES SHALL BE WITH APPROVAL OF THE
ARCHITECT AND / OR ENGINEER.
4. PROPOSED SANITARY UTILITIES SHALL CONFORM TO THE ACTUAL LOCATION,
DEPTH AND INVERT ELEVATION OF EXISTING PIPES AND STRUCTURES AS
VERIFIED
TIBLE BY THE CONTRACTOR.
NORTH VILLAZAR 5. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REQUIRED FLOOR AND
TULA-TULA ALDEZAR

SOUTH VILLAZAR
WALL
SN.VICENTE
VIGAAN SALVACION OPENING.
TO NAGA
COTMO 6. ALL SLOPE FOR HORIZONTAL DRAINAGE SHALL BE MAINTAIN 1% AS MINIMUM,
CALAGBANGAN
SAGRADA FAMILIA
UNLESS
LINE OF ROOF ABOVE

SERRANZANA
SALANDA
BOLO NORTE CABUYAO
ANIB OTHERWISE NOTED.
BULAN
THIS SITE YABO
BOLO SUR
MANTILLA
CALAMPINAY
MANGGA 7. SIZE OF WATER PIPES TO THE FIXTURES SHALL BE IN ACCORDANCE WITH THE
ALTEZA
MALAGUICO
MANUFACTURER'S INSTRUCTIONS.
SN.ISIDRO
AZUCENA
IMPIG MALUBAGO 8. ALL FIXTURES SHALL BE VENIED, UNLESS OTHERWISE NOTED.

CB CB CB CB
5 LOCATION PLAN MANANGLE
POB.NORTH CENTRO
MANGAPO
POB.SOUTH
CENTRO
9. THE WORK THROUGHOUT SHALL BE EXECUTED IN THE BEST AND MOST
THROUGH
TO NEAREST P 1 NOT TO SCALE TAISAN
AWAYAN

STREET CANAL LINE OF CONCRETE PAVEMENT


BULAWAN
GAONGAN
TARA
MANNER KNOWN TO THE TRADE AND TO THE SATISFACTION OF THE
LUBIGAN SR. ARCHITECT
GABI

CARAYRAYAN AND / OR ENGINEER.


BINAHIAN
BAGONG SIRANG MUNICIPALITY OF SIPOCOT 10. THE CONTRACTOR SHALL VERIFY ALL EXISTING UTILITIES AT SITE AND
LUBIGAN JR. PROVINCE OF CAMARINES SUR
MANLUBANG
COORDINATE
LIPILIP

CAIMA
THE WORKS WITH THE SEWER EFFLUENT DISPOSAL AND WATERLINE SERVICE
CONNECTING POINT.
11. REFER TO THE TECHNICAL SPECIFICATION FOR DETAILED MATERIALS AND
EQUIPMENT

1 PLUMBING LAYOUT
6 VICINITY MAP SPECIFICATIONS.

P 1 NOT TO SCALE
P 1 SCALE 1:200 MTS.

PLUMBING LAYOUT
ISOMETRIC DIAGRAM
LEGEND 1 10
CATCH BASIN DETAIL
LOCATION PLAN
VICINITY MAP
LOCATION: SPECIFICATIONS
GENERAL NOTES:
1. ALL ELECTRICAL WORKS SHALL BE DONE IN ACCORDANCE WITH
THE PROVISION OF THE LATEST EDITION OF THE PHILIPPINE
ELECTRICAL CODE, EXISTING APPLICABLE ORDINANCES, RULES AND
REGULATIONS OF THE LOCAL GOVERNMENT AND WITH THE
REQUIREMENTS OF THE LOCAL POWER COMPANY.

Sa 2. THE TYPE OF SERVICE POWER SUPPLY TO BE USED SHALL BE


Sb
Sc STORAGE SINGLE-PHASE, 2-WIRE, 230V, 60HERTZ, A.C.
ROOM
3. THE CONTRACTOR SHALL VERIFY AND ORIENT THE ACTUAL
TO DAET
LOCATION OF SERVICE ENTRANCE FOR CONNECTION TO THE POWER

STAGE
SITE COMPANY SERVICE POINT.

4. UNLESS OTHERWISE SPECIFIED, THE MINIMUM SIZES OF WIRE


AND GALVANIZED RIGID STEEL CONDUIT TO BE USED SHALL BE 3.5mm
,THHN AND 15mm NOMINAL DIAMETER, RESPECTFULLY, LIKEWISE ALL
ELECTRICAL WIRES SHALL BE COLOR-CODED.

5. ALL LIGHTING CIRCUIT HOMERUNS AND CONVENIENCE


TO BRGY. VIGAAN OUTLETS SHALL BE WIRED WITH NOT LESS THAN 3.5mm IN SIZE.

6. WHEREVER REQUIRED AND NECESSARY, PULL OR JUNCTION


SK BUILDING BOXES SHALL BE INSTALLED AT CONVENIENT AND INCONSPICUOUS
WAITING LOCATION, ALTHOUGH SUCH BOXES ARE NOT SHOWN ON THE PLAN
NOR MENTIONED IN THE SPECIFICATIONS.
SHED
7. ALL NON-CURRENT CARRYING METAL PARTS OF ELECTRICAL
EQUIPMENT SHALL BE PROPERLY GROUNDED IN ACCORDANCE WITH
TO NAGA THE PROVISIONS IN ARTICLE 2.50 "GROUNDING" PHILIPPINE
ELECTRICAL CODE, VOLUME 1,2000 EDITION.
LINE OF CONCRETE PAVEMENT

8. ALL MATERIALS TO BE USED SHALL BE BRAND NEW AND OF THE


APPROVED TYPE FOR LOCATION AND PURPOSE.

9. STANDARD TYPE OF ACCESSORIES, SPLICING DEVICES,


LINE OF ROOF ABOVE
TERMINATIONS AND OTHER APPURTENANCES FOR THE ENTIRE
ELECTRICAL INSTALLATION SHALL BE USED.

5.00 5.00 5.00 5.00


2 LOCATION PLAN 10. ALL WALL OUTLETS SHALL BE INSTALLED AT THE FOLLOWING
2.25

E 1 N.T.S. HEIGHTS ABOVE THE FINISHED FLOORLEVEL UNLESS NOTED IN THE


1 PLANS.
4.50

e a a a d A. WALL SWITCHES @ 1200mm


B. WALL CONVENIENCE OUTLETS @ 300mm OR 150mm
BARANGAY ROAD

BARANGAY ROAD
2.925 ABOVE WORKTABLE/COUNTER
C. WALL FAN OUTLET @ CONVENIENT HEIGHT

e d 11. ALL ELECTRICAL WORKS SHALL BE DONE UNDER THE DIRECT


AND IMMEDIATE SUPERVISION OF A DULY REGISTERED ELECTRICAL
6.75

6.75

TIBLE ENGINEER.
NORTH VILLAZAR

TULA-TULA ALDEZAR

SOUTH VILLAZAR
SN.VICENTE
VIGAAN SALVACION

PROPOSED COTMO
9.00

b b
b
MULTI-PURPOSE
b b CALAGBANGAN

BOLO NORTE
SAGRADA FAMILIA

SERRANZANA

BUILDING
CABUYAO
SALANDA ANIB
BULAN
THIS SITE YABO
BOLO SUR
MANTILLA
CALAMPINAY
MANGGA
ALTEZA
MALAGUICO

AZUCENA
SN.ISIDRO SYMBOL DESCRIPTION
6.75

6.75

IMPIG MALUBAGO
MANANGLE
POB.NORTH CENTRO SERVICE ENTRANCE
MANGAPO
POB.SOUTH
e d TAISAN CENTRO KILOWATTHOUR METER
AWAYAN
GAONGAN PANEL BOARD
2.25

BULAWAN TARA

LUBIGAN SR. CIRCUIT BREAKER


GABI
e
c c c d CARAYRAYAN 160 W MERCURY LAMP
BAGONG SIRANG MUNICIPALITY OF SIPOCOT
LINE OF ROOF ABOVE
PERIMETER FENCE

BINAHIAN
WEATHER PROOF CONV. OUTLET
2.25

LUBIGAN JR. PROVINCE OF CAMARINES SUR WP


MANLUBANG
Sa,Sab,Sabc,
LIPILIP

CAIMA
1 CIRCUIT HOMERUN

POWER & LIGHTING CIRCUIT. LINE

3 VICINITY MAP
E 1 N.T.S.
PERIMETER FENCE

1 LIGHTING LAYOUT
E 1 SCALE 1:200 MTS.

LIGHTING LAYOUT
LOCATION PLAN
VICINITY MAP
SPECIFICATIONS
1 11
LEGEND

LOCATION:
SCHEDULE OF LOADS
DISTRIBUTION PANEL BOARD "DP "
STORAGE
ROOM PANELBOARD : LPA FLUSH MOUNTED, NEMA 1 ENCLOSURE WITH GROUND TERMINAL

CIRCUIT BREAKER
CKT.NO. LOAD DESCRIPTION VA LOAD WIRE AND CONDUIT SIZE
STAGE VOLTS POLE AT AF KAIC

LIGHT OUTLETS 11-1/160W 20mm uPVC


1 2200 230 2 20 50 10
MERCURY LAMP PNS-14
20mm uPVC
2 CONVENIENCE OUTLET (4x180VA) 720 230 2 20 50 10
PNS-14
15.29

3 SPARE 1500 230 2 20 50 10


SK BUILDING
4 SPARE 1500 230 2 20 50 10
WAITING
SHED TOTAL 5920 40AT/50AF,2P,240V,10kAIC

IFL = 25.74 x 80% DF


= 20.59 Amps

LINE OF ROOF ABOVE


USE = 40AT/50AF, 2P, 10kAIC, 240 V Plug-in Type Molded Case Circuit Breaker
2
= RSC Pipe
WP WP
BARANGAY ROAD

BARANGAY ROAD
SERVICE ENTRANCE
OVERHEAD SERVICE ENTRANCE: 230V,
10, 2W, 60Hz., A.C. WITH 20mm
1 , 230V, 2-WIRE 60Hz
M TYPE "F" CONDULET, WEATHERHEAD

wire in 25mm RSC pipe


"DP" wire in 25mm RSC pipe
PANEL BOARD

40 AT,50 AF, 2P,

3.10
230V, 10kAIC M
in 15mm C- CLAMPED TO
COPPER-CLAD GROUNDING\

1.80
20 AT, 2P 20 AT, 2P ROD
LIGHTING CONVENIENCE
1 2

1.80
OUTLETS OUTLET
20 AT, 2P 20 AT, 2P

BUILDING LINE
SPARE 3 4 SPARE GROUND FLOOR LEVEL
LINE OF ROOF ABOVE
PERIMETER FENCE

WP WP
FINISHED GRADE LEVEL

GROUNDING SYSTEM
GROUND 16mm x 2400mm LENGTH
COPPERCLAD GROUNDING ROD

5 SINGLE LINE DIAGRAM / ELECTRICAL RISER DIAGRAM


E 1 N.T.S.
PERIMETER FENCE

1 POWER LAYOUT
E 2 SCALE 1:200 MTS.

POWER LAYOUT
SCHEDULE OF LOADS
COMPUTATIONS 2 12
SINGLE LINE DIAGRAM
ELECTRICAL RISER DIAGRAM

LOCATION:
Section X. Bill of Quantities

109
Department of Public Works and Highways

Contract ID: 17FN0006


Contract Name: CONSTRUCTION OF MULTI-PURPOSE BUILDING PHASE I
Location of the Contract: BRGY. CALAGBANGAN, SIPOCOT, CAMARINES SUR
--------------------------------------------------------------------------------------------------------------------------------------------------
BILL OF QUANTITIES
Part No. _____________________________ Part Description: ______________________________________

(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 Description Unit Quantity Unit Price Amount
Item No. (Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)

A. OTHER GENERAL REQUIREMENTS


B.5 Project Billboard/ Signboard ea. 1.00 In Words: Pesos In Figures : Php
___________________________________________ -
________________________________
In Figures: Pesos

B.7 Occupational Safety and Health Program mo. 4.00 In Words: Pesos In Figures: Php
___________________________________________ -
________________________________
In Figures: Pesos

B. EARTHWORKS
801(1) Removal of Structures and Obstruction cu.m. 1.00 In Words: Pesos In Figures: Php
___________________________________________ -
________________________________
In Figures: Pesos

803(1)a Structure Excavation cu.m. 76.90 In Words: Pesos In Figures: Php


___________________________________________ -
________________________________
In Figures: Pesos

804(1)b Embankment cu.m. 18.67 In Words: Pesos In Figures: Php


___________________________________________ -
________________________________
In Figures: Pesos

804(4) Gravel Fill cu.m. 44.55 In Words: Pesos In Figures: Php


___________________________________________ -
________________________________
In Figures: Pesos

C PLAIN AND REINFORCING CONCRETE WORKS


900(1) Reinforced Concrete cu.m. 106.04 In Words: Pesos In Figures: Php
___________________________________________ -
________________________________
In Figures: Pesos

903(1) Forms and Falseworks L.S. 1.00 In Words: Pesos In Figures: Php
___________________________________________ -
________________________________
In Figures: Pesos

SUB- TOTAL FOR THIS PAGE In Words: Pesos


_____________________________
_____________________________

In Figures: Php

Submitted by:

DATE:
Name of Bidder's Representative

Position

Name of the Bidder


110
DPWH-INFR-17-2016
Department of Public Works and Highways

Contract ID: 17FN0006


Contract Name: CONSTRUCTION OF MULTI-PURPOSE BUILDING PHASE I
Location of the Contract: BRGY. CALAGBANGAN, SIPOCOT, CAMARINES SUR
--------------------------------------------------------------------------------------------------------------------------------------------------
BILL OF QUANTITIES
Part No. _____________________________ Part Description: ______________________________________

(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 Description Unit Quantity Unit Price Amount
Item No. (Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)

D FINISHING
1001(3) Concrete Gutter m 22.70 In Words: Pesos In Figures : Php
___________________________________________ -
________________________________
In Figures: Pesos

1001(6)b Catch Basin ea. 8.00 In Words: Pesos In Figures: Php


___________________________________________ -
________________________________
In Figures: Pesos

1001(9) Storm Drainage and Downspout lot 1.00 In Words: Pesos In Figures: Php
___________________________________________ -
________________________________
In Figures: Pesos

1014(1)b2 Pre-Painted Metal Sheets sq.m. 536.71 In Words: Pesos In Figures: Php
___________________________________________ -
________________________________
In Figures: Pesos

1021 (1)a Cement Floor Finish - Plain sq.m. 506.91 In Words: Pesos In Figures: Php
___________________________________________ -
________________________________
In Figures: Pesos

1027(1) Cement Plaster Finish sq.m. 167.60 In Words: Pesos In Figures: Php
___________________________________________ -
________________________________
In Figures: Pesos

1032(1)a1 Painting Works sq.m. 154.90 In Words: Pesos In Figures: Php


___________________________________________ -
________________________________
In Figures: Pesos

1032(1)a3 Painting Works sq.m. 113.60 In Words: Pesos In Figures: Php


___________________________________________ -
________________________________
In Figures: Pesos

SUB-TOTAL FOR THIS PAGE In Words: Pesos


_____________________________
_____________________________

In Figures: Php

Submitted by:

DATE:
Name of Bidder's Representative

Position

Name of the Bidder


111
DPWH-INFR-17-2016
Department of Public Works and Highways

Contract ID: 17FN0006


Contract Name: CONSTRUCTION OF MULTI-PURPOSE BUILDING PHASE I
Location of the Contract: BRGY. CALAGBANGAN, SIPOCOT, CAMARINES SUR
--------------------------------------------------------------------------------------------------------------------------------------------------
BILL OF QUANTITIES
Part No. _____________________________ Part Description: ______________________________________

(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 Description Unit Quantity Unit Price Amount
Item No. (Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)

1046(2)b CHB Non-Load Bearing ( including sq.m. 23.80 In Words: Pesos In Figures : Php
Reinforcement) ___________________________________________ -
________________________________
In Figures: Pesos

1047(1) Structural Steel L.S. 1.00 In Words: Pesos In Figures: Php


___________________________________________ -
________________________________
In Figures: Pesos

E ELECTRICAL
1100(19) Conduits, Boxes & Fittings L.S. 1.00 In Words: Pesos In Figures: Php
___________________________________________ -
________________________________
In Figures: Pesos

1101(18) Wires & Wiring Devices L.S. 1.00 In Words: Pesos In Figures: Php
___________________________________________ -
________________________________
In Figures: Pesos

1102(1)a1 Panel Board with Main & Branch Breakers set 1.00 In Words: Pesos In Figures: Php
___________________________________________ -
________________________________
In Figures: Pesos

1102(15) Pin Type Insulator pieces 1.00 In Words: Pesos In Figures: Php
___________________________________________ -
________________________________
In Figures: Pesos

1103(1) Lighting Fixtures L.S. 1.00 In Words: Pesos In Figures: Php


___________________________________________ -
________________________________
In Figures: Pesos

In Words: Pesos In Figures: Php


___________________________________________ -
________________________________
In Figures: Pesos

SUB-TOTAL FOR THIS PAGE In Words: Pesos


_____________________________
_____________________________

In Figures: Php

Submitted by:

DATE:
Name of Bidder's Representative

Position

Name of the Bidder


112
DPWH-INFR-17-2016
Section XI. Bidding Forms

113
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: Contractors Confidential Application Statement for Registration (CCASR)

DPWH-INFR-06: Contractors Registration Certificate (CRC)

DPWH-INFR-07: Contractors 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: Contractors Organizational Chart for the Contract

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

DPWH-INFR-15: List of Contractors 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: Bidders 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
Department of Public Works and Highways
-----------------------------------------------------------------------------------------------------------

DPWH-INFR-47 Manpower Schedule

DPWH-INFR-48: Major Equipment Utilization Schedule DPWH-INFR-

DPWH-INFR-49: Construction Safety and Health Program

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

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.

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

Department of Public Works and Highways


Registry of Contractors for Civil Works Projects
Contractors 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:
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,
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
Department of Public Works and Highways
-----------------------------------------------------------------------------------------------------------

A. LEGAL ASPECTS

1. PCAB License Information (if applicable)


Contractor Particulars
(Please refer to your PCAB
License)
Sole Proprietor: Attach Annex D Head Office Location (Region):
Partnership: Attach Annex E
Corporation: Attach Annexes E and F
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
Department of Public Works and Highways
-----------------------------------------------------------------------------------------------------------

2. Ownership

NAME(S) of Owner/Stockholders Tax ID


Number
(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
Department of Public Works and Highways (DPWH)
-----------------------------------------------------------------------------------------------------------------------------------------------------
B. TECHNICAL ASPECTS (Contractors Work Experience)

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

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

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016
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


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

Key: WA = Work Accomplished TE = Time Elapsed

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016
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
Gross
WorthAnnual
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
Department of Public Works and Highways (DPWH)
-------------------------------------------------------------------------------------------------------

CONTRACTORS CONFIDENTIAL APPLICATION STATEMENT FOR REGISTRATION (CCASR)

INSTRUCTIONS FOR CONTRACTORS 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-
Applicants 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- Applicants 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 Contractors 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 IDs showing his/her proper
identification
Annex C Certified Copy of Contractors 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 Mayors 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 Contractors 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
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 Contractors 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
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
Department of Public Works and Highways (DPWH)
----------------------------------------------------------------------------------------------

Republic of the Philippines


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Manila

CONTRACTORS REGISTRATION CERTIFCATE

Contractor Identification Number: No.


Effective Dates: From Date to Date

This is to certify that Name of Contractor, with office address at Address of the Contractor, is a
duly registered contractor with the DPWH Registry of Contractors for Civil Works Projects, and
recognized to undertake the following types, sizes, and cost ranges of civil works projects,
subject to the eligibility check by the DPWH for every particular contract to be bid:

Type, Size, and Cost Range


Type, Size, and Cost Range
Type, Size, and Cost Range, etc.

This Contractors Registration Certificate (CRC) is personal and non-transferable and may be
renewed only at the instance of the herein named Contractor. Any misuse of this CRC shall
cause the forfeiture of the established right and consequent debarment of the herein named
Contractor.

The Contractors Information (CI) is attached as part of this CRC.

The herein named Contractor is advised to immediately inform this Office, within seven (7) days
upon receipt hereof, of any correction and updating of its CRC and CI so that these can be
adjusted accordingly.

Every time the Contractor submits to the Bids and Awards Committee a bid for a particular
contract, it shall also include therein an update of its CI, including the latest list and status of its
on-going contracts and contracts awarded but not yet started.

Given at Manila, Philippines, on date .

Name and Signature


Head, Central BAC Secretariat/
Technical Working Group

--------------------------------------------------------------------------------------------------------------
DPWH-INFR-1016
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-
10, 11, or 12, as applicable (Annex A-1)
(2) Organizational Chart for the Contract, using Form DPWH-INFR-13 (Annex A-3)
(3) Contractors Certification on Key Personnel for the Contract, with the Key Personnels
Affidavits of Commitment to Work on the Contract, using Form DPWH-INFR-14
(Annex A-4)
(4) List of Contractors 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) This Bid Form DPWH-INFR-09 (Annex B-1)


(2) Bid prices in the Bill of Quantities Form, using Forms DPWH-INFR-17 and 18 (Annex
B-2)
(3) Detailed estimates (Annex B-3)
(4) Cash flow by quarter, using Form DPWH-INFR-19 (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
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------
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
Department of Public Works and Highways
Contract ID:
Contract
Name:
Location of the Contract:
--------------------------------------------------------------------------------------
FORM OF BID SECURITY: BANK GUARANTEE

WHEREAS, Name of Bidder , hereinafter called the Bidder, has submitted its bid
dated for the Contract ID and Name , hereinafter called the Bid.

KNOW ALL MEN by these presents that We, Name of Bank of Name of Country ,
having our registered office at , hereinafter called the Bank,
are bound unto Name of Procuring Entity , hereinafter called the Entity, in the sum
of
amount in words and figures for which payment well and truly to be
made to the said Entity the Bank binds itself, its successors and assigns by these

presents. SEALED with the Common Seal of the said Bank this day of 20

. THE CONDITIONS of this

obligation are that:

1) if the Bidder withdraws the Bid during the period of bid validity specified in the
Form of Bid; or

2) if the Bidder does not accept the correction of arithmetical errors of its bid price
in accordance with the Instructions to Bidder; or

3) if the Bidder having been notified of the acceptance of the Bid and award of
contract to it by the Entity during the period of bid validity:

a) fails or refuses to submit the requirements for and to execute the Form of
Contract in accordance with the Instructions to Bidders, if required; or

b) fails or refuses to furnish the Performance Security in accordance with the


Instructions to Bidders;

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

The Guarantee will remain in force up to a period of days after the


opening of bids as stated in the Instructions to Bidders or as it may be extended by the
Entity, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of
this Guarantee should reach the Bank within the said period.
Name and Signature of Banks Authorized Signatory Date:

Position

------------------------------------------------------------------------------------------------------------------
DPWH-INFR-10-2016
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
-----------------------------------------------------------------------------------

FORM OF BID SECURITY: IRREVOCABLE LETTER OF CREDIT

Date of Issuance

Name of Head of Procuring Entity


Position
Name of Procuring Entity
Address

Irrevocable Letter of Credit No.


For: Contract ID and Name

WHEREAS, Name of Bidder , hereinafter called the Bidder, has undertaken


to submit to you a bid for the above stated Contract, and whereas you have stipulated in the
Instructions to Bidders for the said Contract that the Bidder shall furnish you with an
irrevocable standby Letter of Credit for a sum specified therein as Bid Security for the
faithful compliance of the obligations of the Bidder:

WHEREAS, the Conditions of this obligation are that:

1) if the Bidder withdraws the Bid during the period of bid validity specified in the Form
of Bid; or

2) if the Bidder does not accept the correction of arithmetical errors of its bid price in
accordance with the Instructions to Bidder; or

3) if the Bidder having been notified of the acceptance of the Bid and award of
contract to it by the Entity during the period of bid validity:

a) fails or refuses to submit the requirements for and to execute the Form of
Contract in accordance with the Instructions to Bidders; or

b) fails or refuses to furnish the Performance Security in accordance with the


Instructions to Bidders;

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

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

THEREFORE, we hereby affirm that we are guarantors and responsible to you, on behalf of
the Bidder, up to the total amount of amount of guarantee and we undertake to pay
you, upon first written demand declaring the Bidder to be in default under the Instructions
to
------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-11-2016
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
-----------------------------------------------------------------------------------
Bidders and without cavil or argument, any sum or sums within the limits of _amount of
guarantee as aforesaid, without you needing to prove or show grounds or reasons
for your demand for the sum specified therein.

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

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

Name and Signature of Authorized Financing Institution


Official Designation

Concurred by:

Name and Signature of Bidders Authorized Representative


Official Designation

------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-11-2016
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
from receipt of the written demand by the Procuring Entity for the commission of
acts resulting to the enforcement of the bid securing declaration under Sections
23.1(b), 34.2, 40.1 and 69.1, except 69.1(f), of the IRR of RA 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 BIDDERS


AUTHORIZED REPRESENTATIVE]
[Insert signatorys legal capacity]
Affiant

---------------------------------------------------------------------------------------------------------
DPWH-INFR-12-2016
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
------------------------------------------------------------------------------------------
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
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------------

CONTRACTORS 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 Bidders Representative Date:


Position
Name of Bidder

------------------------------------------------------------------------------------------------------------------
DPWH-INFR-13-2016
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:

LIST OF CONTRACTORS 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 abovestated conditions shall be a sufficient ground for
us to be disqualified from this Contract and future biddings of the DPWH.

Very truly yours,

Name and Signature of Bidders Authorized Representative

------------------------------------------------------------------------------------------------------------
DPWH-INFR-14-2016
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
---------------------------------------------------------------------------------------------------------------------------------------
LIST OF CONTRACTORS 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 Motor Location Condition Proof of


Performance / No. No. / Ownership /
` Size Body Lease/Purchase
A. Owned1 No.
i.
ii.
iii.
iv.
v.
B. Leased2
i.
ii.
iii.
iv.
v.
C. Under Purchase Agreements3
i.
ii.
iii.
iv.
v.
1Attched are copies of sales invoice / Registration Certificate from LTO.
2Attached are the certifications from the lessors that the equipment units under B (Leased) shall be available for this contract.
3Attached are the certifications from the vendors that the equipment units under C (Purchase Agreements) shall be available for this contract.

----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-15-2016
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the 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 Bidders Representative Date:

Position

Name of Bidder

----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-15-2016
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 Secretarys 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;

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
---------------------------------------------------------------------------------------------------------
DPWH-INFR-16-2016
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
------------------------------------------------------------------------------------------
(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
______________________________________
[Bidders Representative/Authorized Signatory]

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). Affiants
exhibited to me his/her [insert type of government identification card used] with his/her photograph and
signature appearing thereon, with no. __________and his/her Community Tax Certificate No.
_________issued on_________at_________. 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
LETTER OF NOMINEE FOR PROJECT MANAGER

(Date)

The Honorable Secretary


Department of Public Works and Highways
(Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed
Construction of (name of project and location), I/we have the honor to submit and certify
herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ,


hereinafter called the Project Manager, a registered Civil Engineer with Professional
License Certificate No. issued on and who has paid his
Professional Tax for the current year, dated and who was performed the
same duties in the construction of the projects enumerated in his/her Certificate of
Employment and Bio-Data:

2. That said Engineer shall be appointed and designated by us as Project Manager to


personally perform the same duties in the above-mentioned Project, if and when the same
is awarded in our favor;

3. That said Engineer shall employ the best care, skills and ability in performing his duties
in accordance with the Contract Agreement, Conditions of Contract, Plans,
Specifications, Special Provisions and other provisions embodied in the proposed
Contract;

4. That said Engineer shall be personally present at the jobsite to supervise the phase of
construction work pertaining to his assignment as Project Manager all the time;

5. That, in order to guarantee that said Engineer shall manage and supervise properly and be
personally present in the Project, he is hereby required to secure a certification of
appearance from the DPWH Engineer at the end of every month. That I/we shall not start
the work without the Project Manager at the jobsite;

6. That in the event that I/we elect or choose to replace the said Project Manager with
another Engineer, the Head, Implementing Office of the DPWH will be notified by us
accordingly in writing at least twenty one (21) days before making replacement;

7. That the name of the proposed new Project Manager, his qualifications, his experience,
list of projects undertaken and other relevant information, shall be submitted to the
DPWH for prior approval; and

8. That any willful violation on my/our part of the herein conditions may prejudice my/our
standing as a reliable contractor in future bidding of the DPWH.
Very truly yours,

(Contractor)

CONCURRED IN:

(Project Manager)
_ _
(Address)
LETTER OF NOMINEE FOR PROJECT ENGINEER/RESIDENT
ENGINEER

(Date)

The Honorable Secretary


Department of Public Works and Highways
(Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed
Construction of (name of project and location), I/we have the honor to submit and certify
herewith, to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr./Ms. ,


hereinafter called the Project Engineer/Resident Engineer, a registered Civil Engineer
with Professional License Certificate No. issued on and who
has paid his Professional Tax for the current year, dated and who was
performed the same duties in the construction of the projects enumerated in his/her
Certificate of Employment and Bio-Data:

2. That said Engineer shall be appointed and designated by us as Project Engineer/


Resident Engineer to personally perform the same duties in the above-mentioned
Project, if and when the same is awarded in our favor;

3. That said Engineer shall employ the best care, skills and ability in performing his
duties in accordance with the Contract Agreement, Conditions of Contract, Plans,
Specifications, and other provisions embodied in the proposed Contract;

4. That said Engineer shall be personally present at the jobsite to supervise the phase of
construction work pertaining to his assignment as Project Engineer all the time;

5. That, in order to guarantee that said Engineer shall manage and supervise properly
and be personally present in the Project, he is hereby required to secure a certification
of appearance from the DPWH Engineer at the end of every month. That I/we shall
not start the work without the Project Engineer at the jobsite;

6. That in the event that I/we elect or choose to replace the said Project Engineer/
Resident Engineer with another Engineer, the Head, Implementing Office of the
DPWH will be notified by us accordingly in writing at least twenty one (21) days
before making replacement;

7. That the name of the proposed new Project Engineer/Resident Engineer, his
qualifications, his experience, list of projects undertaken and other relevant
information, shall be submitted to the DPWH for prior approval; and
8. That any willful violation on my/our part of the herein conditions may prejudice
my/our standing as a reliable contractor in future bidding of the DPWH.

Very truly yours,

(Contractor)

CONCURRED IN:

(Project Engineer/Resident Engineer)

(Address)
LETTER OF NOMINEE FOR MATERIALS ENGINEER

(Date)

The Honorable Secretary


Department of Public Works and Highways
(Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed
Construction of (project name and location), I/we have the honor to submit and certify herewith
to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr./Ms. ,


hereinafter called the Materials Engineer, a registered Civil Engineer with
Professional License Certificate No. issued on and who has
paid his Professional Tax for the current year, dated and who was
performed the same duties in the construction of the projects enumerated in his/her
Certificate of Employment and Bio-Data:

2. That said Engineer shall be appointed and designated by us as Materials Engineer to


personally perform the same duties in the above-mentioned Project, if and when the
same is awarded in our favor;

3. That said Engineer shall employ the best care, skills and ability in performing his
duties in accordance with the Contract Agreement, Conditions of Contract, Plans,
Specifications, and other provisions embodied in the proposed Contract;

4. That said Engineer shall be personally present at the jobsite to supervise the phase of
construction work pertaining to his assignment as Materials Engineer all the time;

5. That, in order to guarantee that said Engineer shall manage and supervise properly
and be personally present in the Project, he is hereby required to secure a certification
of appearance from the DPWH Engineer at the end of every month. That I/we shall
not start the work without the Materials Engineer at the jobsite;

6. That in the event that I/we elect or choose to replace the said Materials Engineer with
another Engineer, the Head, Implementing Office of the DPWH will be notified by us
accordingly in writing at least twenty one (21) days before making replacement;

7. That the name of the proposed new Materials Engineer, his qualifications, his
experience, list of projects undertaken and other relevant information, shall be
submitted to the DPWH for prior approval; and
8. That any willful violation on my/our part of the herein conditions may prejudice
my/our standing as a reliable contractor in future bidding of the DPWH.

Very truly yours,

(Contractor)

CONCURRED IN:

(Materials Engineer)

(Address)
LETTER OF NOMINEE FOR FOREMAN

(Date)

The Honorable Secretary


Department of Public Works and Highways
(Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed
Construction of (name of project and location), I/we have the honor to submit and certify
herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ,


hereinafter called the Foreman, who has performed the same duties in the
construction of the projects enumerated in his/her Certificate of Employment and Bio-
Data;

2. That said person shall be appointed and designated by us as our Foreman to


personally perform the same duties in the above-mentioned Project, if and when the
same is awarded in our favor;

3. That said Foreman shall employ the best care, skills and ability in performing his
duties in accordance with the Contract Agreement, Conditions of Contract, Plans,
Specifications, and other provisions embodied in the proposed Contract;

4. That said Foreman shall be personally present at the jobsite to supervise the phase of
construction work pertaining to his assignment as Foreman all the time;

5. That, in order to guarantee that said Foreman shall manage and supervise properly
and be personally present in the Project, he is hereby required to secure a certification
of appearance from the DPWH Engineer at the end of every month. That I/we shall
not start the work without the Foreman at the jobsite;

6. That in the event that I/we elect or choose to replace the said Foreman, the Head,
Implementing Office of the DPWH will be notified by us accordingly in writing at
least twenty one (21) days before making replacement;

7. That the name of the proposed new Foreman, his qualifications, his experience, list of
projects undertaken and other relevant information, shall be submitted to the DPWH
for prior approval; and
8. That any willful violation on my/our part of the herein conditions may prejudice
my/our standing as a reliable contractor in future bidding of the DPWH.

Very truly yours,

(Contractor)

CONCURRED IN:

(Foreman)

(Address)
PROJECT MANAGERS CERTIFICATE OF EMPLOYMENT

(Date)

The Honorable Secretary


Department of Public Works and Highways
(Address)

Sir:

I am a licensed Civil Engineer with Professional License No. issued on


at .

I hereby certify that contracted my services as Project Manager on the


, if awarded to him.

The following projects had been supervised by me as Project Manager (mention only
projects of same nature as aforesaid Contract);

NAME OF OWNER COST DATE


PROJECT COMPLETED

At present, I am supervising the following on-going projects:

NAME OF OWNER COST %


PROJECT ACCOMPLISHED

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall
notify the Department of Public Works and Highways at least twenty-one (21) days before the
effective date of my separation.

I have read carefully and will abide by the conditions required of me in the Contractors
Confidential Application Statement for Pre-qualification of the above Contractor.

As Project Manager, I know I will have to stay in the Project all the time to supervise and
manage the Project to the best of my ability, and am aware that I am authorized to handle only
one (1) project at a time.
I did not allow the use of my name for the purpose only of enabling the above-mentioned
Contractor to qualify for the Project without any firm intention on my part to assume the post as
Project Manager if the Project is awarded to him since I understand that to do so will be a
sufficient ground for my disqualification as Project Manager in any future bidding or
employment for any Contractor doing business with the Department of Public Works and
Highways.

(Signature of Project Manager)

REPUBLIC OF THE PHILIPPINES)


CITY OF ) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this day of, affiant


exhibiting to me his Residence Tax Certificate No. issued on at
.

Notary Public
PTR No.
Until
Doc. No.
Page No.
Book No.
Series of
PROJECT ENGINEERS/RESIDENT ENGINEERS CERTIFICATE OF
EMPLOYMENT

(Date)

The Honorable Secretary


Department of Public Works and Highways
(Address)

Sir:

I am a licensed Civil Engineer with Professional License No. issued on


at .

I hereby certify that contracted my services as Project Engineer/Resident


Engineer on the , if awarded to him.

The following projects had been supervised by me as Project Engineer/Resident Engineer


(mention only projects of same nature as aforesaid Contract);

NAME OF OWNER COST DATE


PROJECT COMPLETED

At present, I am supervising the following on-going projects:

NAME OF OWNER COST %


PROJECT ACCOMPLISHED

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall
notify the Department of Public Works and Highways at least twenty-one (21) days before the
effective date of my separation.

I have read carefully and will abide by the conditions required of me in the Contractors
Confidential Application Statement for Pre-qualification of the above Contractor.

As Project Engineer/ Resident Engineer, I know I will have to stay in the Project all the time to
supervise and manage the Project to the best of my ability, and am aware that I am authorized to
handle only ONE (1) project at a time.
I did not allow the use of my name for the purpose only of enabling the above-mentioned
Contractor to qualify for the Project without any firm intention on my part to assume the post as
Project Engineer/ Resident Engineer if the Project is awarded to him since I understand that to do
so will be a sufficient ground for my disqualification as Project Engineer/ Resident Engineer in
any future bidding or employment for any Contractor doing business with the Department of
Public Works and Highways.

(Signature of Project Engineer)

REPUBLIC OF THE PHILIPPINES)


CITY OF ) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this day of, affiant


exhibiting to me his Residence Tax Certificate No. issued on at
.

Notary Public

PTR No.
Until
Doc. No.
Page No.
Book No.
Series of
MATERIALS ENGINEERS CERTIFICATE OF EMPLOYMENT

(Date)

The Honorable Secretary


Department of Public Works and Highways
(Address)

Sir:

I am a licensed Civil Engineer with Professional License No. issued on


at .

I hereby certify that contracted my services as Materials Engineer on the


, if awarded to him.

The following projects had been supervised by me as Project Materials Engineer


(mention only projects of same nature as aforesaid Contract);

NAME OF OWNER COST DATE


PROJECT COMPLETED

At present, I am supervising the following on-going projects:

NAME OF OWNER COST %


PROJECT ACCOMPLISHMENT

In case of my separation for any reason whatsoever from the above-mentioned


Contractor, I shall notify the Department of Public Works and Highways at least TWENTY-
ONE (21) days before the effective date of my separation.

I have read carefully and will abide by the conditions required of me in the Contractors
Confidential Application Statement for Pre-qualification of the above Contractor.

As Materials Engineer, I know I will have to stay in the Project all the time to supervise
and manage the Project to the best of my ability, and am aware that I am authorized to handle
only ONE (1) project at a time.
I did not allow the use of my name for the purpose only of enabling the above-mentioned
Contractor to qualify for the Project without any firm intention on my part to assume the post as
Materials Engineer if the Project is awarded to him since I understand that to do so will be a
sufficient ground for my disqualification as Materials Engineer in any future bidding or
employment for any Contractor doing business with the Department of Public Works and
Highways.

(Signature of Materials Engineer)

DRY SEAL

REPUBLIC OF THE PHILIPPINES)


CITY OF ) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this day of, affiant


exhibiting to me his Residence Tax Certificate No. issued on at
.

Notary Public

PTR No.

Until

Doc. No.
Page No.
Book No.
Series of

FOREMANS CERTIFICATE OF EMPLOYMENT

(Date)

The Honorable Secretary


Department of Public Works and Highways
(Address)

Sir:
I hereby certify that Contractor has engaged my services as
Foreman on the , if awarded to him.

The following projects had been supervised by me as Foreman (mention only projects of same
nature as aforesaid Contract);

NAME OF OWNER COST DATE


PROJECT COMPLETED

At present, I am supervising the following on-going projects:

NAME OF OWNER COST %


PROJECT ACCOMPLISHED

I have read carefully and will abide by the conditions required of me in the Contractors
Confidential Application Statement for Pre-qualification of the above Contractor.

As Foreman, I know I will have to stay in the Project all the time to supervise and manage the
Project to the best of my ability, and am aware that I am authorized to handle only one (1)
project at a time.

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall
notify the Department of Public Works and Highways at least twenty-one (21) days before the
effective date of my separation.

I did not allow the use of my name for the purpose only of enabling the above-mentioned
Contractor to qualify for the Project without any firm intention on my part to assume the post as
Foreman if the Project is awarded to him since I understand that to do so will be a sufficient
ground for my disqualification as Foreman in any future bidding or employment for any
Contractor doing business with the Department of Public Works and Highways.

(Signature of Foreman)

REPUBLIC OF THE PHILIPPINES)


CITY OF ) S.S.
SUBSCRIBED AND SWORN TO BEFORE ME this day of, affiant
exhibiting to me his Residence Tax Certificate No. issued on at
.

Notary Public

PTR No.
Until

Doc. No.
Page No.
Book No.
Series of

BIO-DATA

Proposed Position:

Name of Firm:

Name of Staff:

Profession:
Date of Birth:

Years with Firm/Entity: Nationality:

Membership in Professional Societies:

Detailed Tasks Assigned:

Key Qualifications:

[Give an outline of staff members experience and training most pertinent to tasks on project.
Describe degree of responsibility held by staff member on relevant previous projects and give
dates and locations. Use about half a page.]

Education:

[Summarize college/university and other specialized education of staff members, giving names of
schools, dates attended, and degrees obtained. Use about one quarter of a page.]

Employment Record:

[Starting with present position, list in reverse order every employment held. List all positions
held by staff member since graduation, giving dates, names of employing organizations, titles of
positions held, and locations of projects. For experience in last ten years, also give types of
activities performed and client references, where appropriate. Use about two pages.]

Languages:

[For each language, indicate proficiency: excellent, good, fair, or poor in speaking, reading, and
writing.]

Certification:

I, the undersigned, certify that to the best of my knowledge and belief, these data correctly
describe me, my qualifications, and my experience.
Date:
[Signature of staff member and authorized representative of the firm] Day/Month/Year

Full name of staff member:


Full name of authorized representative:
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:
------------------------------------------------------------------------------------------
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 Bidders Representative Date: ______________________


Position
Name of Bidder

DPWH-INFR-19-2016
BIDDERS CHECKLIST OF REQUIREMENTS FOR ITS BID, INCLUDING
TECHNICAL AND FINANCIAL BID PROPOSALS

The Technical Proposal shall contain the following:

If Joint Venture, PCAB Special JV License

Bid Security (Form DPWH-INFR-10, 11, or 12, as applicable)

Duly initialed Organizational Chart for the Contract (Form DPWH-INFR-13)

Duly initialed Contractors List of Key Personnel for the Contract (Form DPWH- INFR-14)

Duly initialed List of Contractors Major Equipment (Form DPWH-INFR-15)

Sworn statement under RA9184-IRR Sec. 25.2b)iv) (Form DPWH-INFR-16)

Signatory is proprietor/duly authorized representative of bidder.

Full power and authority to perform acts or represent bidder.

Not blacklisted or barred from bidding.

Each document is authentic copy of original, complete, and correct.

Authorizing Head of Procuring Entity to verify all documents submitted.

Not related to HOPE, BAC, TWG, Secretariat, PMO/IU, within 3rd civil degree.

Complies with existing labor laws and standards.

Aware of and undertaken responsibilities as a bidder.

Did not give any commission, amount, fee, or consideration.

The Financial Proposal shall contain the following:

Duly signed Bid Form (Forms DPWH-INFR-9)

Duly signed Bid Prices in the Bill of Quantities (Forms DPWH-INFR-17 and 18)

Duly initialed Detailed Estimates

Duly initialed Cash Flow by Quarter (Form DPWH-INFR-19)

DPWH-INFR-20-2016
Department of Public Works and Highways

Contract ID: Contract Name:


Location of the Contract:

PRELIMINARY EXAMINATION OF TECHNICAL PROPOSAL

Date of Submission/Opening of Bids : ____________________________________________________________________


____________________________________________________________________
Name of Contractor : ____________________________________________________________________
Approved Budget for the Contract (ABC) : ____________________________________________________________________
TOTAL AMOUNT OF BID : ___________________________________________________________

Technical Requirements

1 Bid Security in the prescribed form, amount and validity period.


a. Acceptable Forms : Cash, Cashier's Bank Draft / Guarantee, Surety Bond callable Bid
Check, Manager's or Irrevocable Letter of upon demand issued Securing
Check, Credit issued by a by a surety or Declaration
issued by a Universal or insurance company
Universal or Commercial Bank (If duly certified by the
Commercial Bank issued by a Foreign Insurance
(2% of ABC) Bank it shall be Commission as
confirmed or authorized to issue
authenticated by a such security (5% of
Universal or Commer- ABC)
Form Submitted by
Contractor cial Bank (2% of ABC)
:
b. Amount Required

Amount Submitted by ( ) Sufficient ( ) Insufficient


Contractor
c. Validity Period :

d. Issuing Company / Bank :


e. Official Receipt No. :
f. Callable on Demand
g. Certificate from Insurance

Implementing Unit
Commission :

BAC Chairman
BAC Member

BAC Member

BAC Member
Tab. No.

1 Bid Security in Prescribed Form, Amount and Validity Period.

2. Eligibility Requirements under Section 23.1 of the IRR.


Electronic Evaluation using CWR:
ELIGIBLE INELIGIBLE

i. Class "B" Documents, if any, (Special PCAB JV License and Valid Joint Venture
Agreement) .
3. Project Requirements, which shall include the following;
a. Organizational Chart for the contract to be bid.
b. List of Contractor's Key Personnel, (see Clause 14.2a(3)(b), BDS of Bidding
Documents) to be assigned to the contract, with their complete qualification
data.
c. List of Contractor's Major Equipment Units owned, leased and/or under purchase
agreements, supported by proof of ownership/lease/purchase and certification of
availability of equipment from lessor/vendor for the duration of the project. (see
Clause 14.2a(3)(c)), BDS of BDs)

4. Omnibus Sworn Statement in the form prescribed by GPPB.


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

DPWH-INFR-20-2016
Overall Rating: ( ) Passed ( ) Failed

Department of Public Works and Highways

Contract ID: Contract Name:


Location of the Contract:

PRELIMINARY EXAMINATION OF FINANCIAL PROPOSAL

Date of Submission/Opening of Bids : ____________________________________________________________________


Name of Contractor : ____________________________________________________________________
Approved Budget for the Contract (ABC) : ____________________________________________________________________
TOTAL AMOUNT OF BID : __________________________________________________________

BAC Chairman
Implementing
Financial Requirements

Tab No.

BAC Member
BAC Member
BAC Member
Unit
Bid Form

Bid Prices in the Bill of Quantities


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;

Quarterly/Monthly Cash Flow and Payment Schedule


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

DPWH-INFR-20-2016
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
CAMARINES SUR V
DISTRICT ENGINEER OFFICE
REGIONAL OFFICE V
Baras, Canaman, Camarines Sur

Contract ID : _________________
Contract Name : _________________________________________________________________________________________________
Location of the Contract : _________________________________________________________________________________________________

QUALIFICATION OF KEY PERSONNEL PROPOSED TO BE ASSIGNED TO THE CONTRACT


Business Name : ______________________
Business Address : ______________________

Construction Safety and


Project Manager Project Engineer Materials Engineer Construction Foreman
Health Officer
1. Name
2. Address
3. Date of Birth
4. Employed Since
5. Experience
6. Previous Employment
7. Education
8. PRC License /
Designation &
Accreditation Number
9. TIN No.

Minimum Requirements : Project Manager / Engineer Submitted by : ________________________


: Materials Engineer (Printed Name and Signature)
: Foreman Designation : _______________________
: Safety Officer Date : ________________________

161
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------------
---
PERFORMANCE SECURITY: IRREVOCABLE LETTER OF CREDIT

Date:

Name of Head of Procuring Entity


Position
Name of Procuring Entity
Address
Fax Number

Subject: Irrevocable Letter of Credit No.


For Contract ID and Name

WHEREAS, Name of Contractor , hereinafter called Contractor, has undertaken to


enter into a contract with you to execute Contract ID and Name , and whereas you
have stipulated in the said Contract that the Contractor shall furnish you with an irrevocable
standby Letter of Credit for a sum specified therein as Performance Security for the faithful
compliance of the Contractors obligations in accordance with the Contract.

WHEREAS, we have agreed to guarantee this obligation by the Contractor.

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

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

This irrevocable guarantee is valid until the issuance by you of the Certificate of Acceptance
of the completed Contract works after the end of the one-year Defects Liability Period of the
Contract.

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

Name and Signature of Authorized


Financing Institution Officer :
Official Designation :

----------------------------------------------------------------------------------------------------------------------------
----
DPWH-INFR-43-2016 Page 1 of 2
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------------
---

Concurred By:

Name and Signature of Contractors


Authorized Representative :
Official Designation :

Note:
The amount committed should be machine validated.

ACKNOWLEDGMENT

REPUBLIC OF THE PHILIPPINES)


CITY OF ) S.S.

SUBSCRIBED AND SWORN to before me this day of , 20 ,


affiant exhibiting to me his/her [insert Government ID No. ] issued on
at , Philippines.

Notary Public
Until 31 December 20
PTR No.
Issued at:
Issued on:
TIN No.
Doc. No.
Page No.
Book No.
Series of .

----------------------------------------------------------------------------------------------------------------------------
----
DPWH-INFR-43-2016 Page 2 of 2
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------------
---
PERFORMANCE SECURITY: BANK GUARANTEE

To : Name of Head of the Procuring Entity


Address

WHEREAS, Name and Address of Contractor , hereinafter called the


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

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

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

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

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

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

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

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

SIGNATURE AND SEAL OF THE GUARANTOR

NAME OF BANK

ADDRESS

DATE

----------------------------------------------------------------------------------------------------------------------------
----
DPWH-INFR-44-2016 Page 1 of 1
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 Bidders Representative Date:


Position
Name of Bidder

------------------------------------------------------------------------------------------------------------------
----
DPWH-INFR-45-2016 Page 1 of 1
Department of Public Works and Highways

CONTRACTORS 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 Contractors
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 Contractors signed conforme

b. Contractors 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

-----------------------------------------------------------------------------------------------------------------------
DPWH-INFR-50-2016 Page 1 of 1
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
------------------------------------------------------------------------------------------

(6) Contractors 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)

-----------------------------------------------------------------------------------------------------------------------
DPWH-INFR-50-2016 Page 1 of 1
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 Contractors signed conforme

--------------------------------------------------------------------------------------------------------------------
DPWH-INFR-51-2016 Page 1 of 3
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------
(2) Contractors 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) Contractors 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 CONTRACTORs 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.

--------------------------------------------------------------------------------------------------------------------
DPWH-INFR-51-2016 Page 2 of 3
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------
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:

--------------------------------------------------------------------------------------------------------------------
DPWH-INFR-51-2016 Page 3 of 3
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------

--------------------------------------------------------------------------------------------------------------------
DPWH-INFR-51-2016 Page 4 of 3
DPWH-J

List of all Completed and On-going contracts including those already awarded but not yet started, both in government and in the private sector:
NOTE: Cost must be in Philippine Pesos computed on the date of the signing of the contract
Percent Major Estimated Total
Contract Date
Contract Categories
Contract ID Owner % Participation Dimension Cost per Mayor
Name Start Completion WA TE of Work
mm/dd/yy mm/dd/yy Code Refer Work Category

Key: WA = Work Accomplished TE - Time Elapsed

Submitted by :
Name of Authorized Representative:
Position :
Name of Bidder :
Date :

Attachment:
1 Notice of Award
2 Approved Contract of Approved Contract Agreements with copy of scope of work and contract costs and Bill of Quantities ( BOQ)
3 Approved Notice to Proceed ( NTP)

You might also like