Post on 18-Feb-2021
transcript
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)
Contract ID
:
17KC0008
Contract Name:
:
CLUSTER “2” IMPROVEMENT OF MULTI-PURPOSE BUILDINGS
1. IMPROVEMENT OF MPB, DAHILAYAN, MANOLO FORTICH, BUKIDNON
2. IMPROVEMENT OF SANKANAN NAT’L. HS MPB, SANKANAN, MANOLO FORTICH, BUKIDNON
3. IMPROVEMENT OF MFCES MPB, TANKULAN, MANOLO FORTICH, BUKIDNON
Location of the Contract
:
MANOLO FORTICH, BUKIDNON
Date : ____________________
Republic of the Philippines
Department of Public Works and Highways
OFFICE OF THE DISTRICT ENGINEER
BUKIDNON 3RD DISTRICT ENGINEERING OFFICE
Dicklum, Manolo Fortich, Bukidnon
NOTICE TO PROCEED
Form x - A
Contractor’s Name:
Mr. ANNABI PACLIBAR CAGALAWAN
Contractor’s Address:
CAGALAWAN ENTERPRISES
2nd Flr., Ravidas Bldg., Corner Tiano-Akut St., Cagayan de Oro City, Misamis Oriental
Contractor’s Contact No.:
857-7656 / 09177194703
Dear Sir:
As the attached Contract Agreement with you for the above-mentioned Contract has been approved, we hereby instruct you to execute the provisions in the said Contract effective on _________________________ (seven (7) days after issuance of this notice).
Project Description:
Rehabilitation / Major repair of Flood Control Structure
Contract ID:
17KC0008
Contract Name:
Cluster “2” Improvement of Multi-Purpose Buildings, Manolo Fortich, Bukidnon
1. Improvement of MPB, Dahilayan, Manolo Fortich, Bukidnon
2. Improvement of Sankanan Nat’l. HS MPB, Sankanan, Manolo Fortich, Bukidnon
3. Improvement of MFCES MPB, Tankulan, Manolo Fortich, Bukidnon
Contract Cost:
P 1,880,802.18
Contract Duration:
Sixty (60) Calendar Days
You shall perform the Contract works in accordance with the terms and conditions of the Contract Agreement, including the Conditions of Contract and Specifications.
Please acknowledge receipt and acceptance of this Notice by signing both copies thereof in the space provided below. Keep one copy and return the others to us.
Very truly yours,
DENISE MARIA M. AYAG
District Engineer
I acknowledge receipt of this Notice on ________________
_________________________________________
Name and Signature of Contractor’s Representative
__________________________
Position:
DPWH, Bukidnon 3rd District Engineering Office
Dicklum, Manolo Fortich, Bukidnon
NOTICE TO PROCEED
February 24, 2017
Date
Mr. ANNABI PACLIBAR CAGALAWAN
Proprietor
CAGALAWAN ENTERPRISES
2nd Flr., Ravidas Bldg., Corner Tiano-Akut St.,
Cagayan de Oro City, Misamis Oriental
Dear SIR:
Since the attached Contract Agreement with you for the above-stated Contract has been approved, we hereby instruct you to proceed, effective upon the date of your receipt of this Notice, with the implementation of the provisions of the Contract, in accordance with the terms of the Contract Agreement, including the Conditions of the Contract, Specifications, and Drawings.
Please acknowledge your receipt and acceptance of this Notice by signing both copies thereof in the space provided below. Keep one copy and return the others to us.
Very truly yours,
DENISE MARIA M. AYAG
District Engineer
I acknowledge receipt of this Notice on ________________
_________________________________________
Name and Signature of Contractor’s Representative
__________________________
Position:
---------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-52-2016 Page 1 of 1
DPWH, Bukidnon 3rd District Engineering Office
Dicklum, Manolo Fortich, Bukidnon
NOTICE OF AWARD
February 14, 2017
Date
Mr. ANNABI PACLIBAR CAGALAWAN
Proprietor
CAGALAWAN ENTERPRISES
2nd Flr., Ravidas Bldg., Corner Tiano-Akut St.,
Cagayan de Oro City, Misamis Oriental
Dear SIR:
We hereby accept your bid for the above-stated Contract and, therefore, award the Contract to you, as the Bidder with the Lowest Calculated Responsive Bid, at a total Contract Price equivalent to One Million Eight Hundred Eighty Thousand Eight Hundred Two Pesos and 18/100 (P 1,880,802.18).
You are, therefore, required, within ten (10) calendar days from your receipt of this Notice of Award, to submit to us the following documents as conditions for the signing of the Contract:
a. Notice of Award (NOA) with the bidder’s signed “conforme”
b. Authority of Signing Official/Board Resolution /Secretary’s Certificate
c. For a joint venture (JV), Contractor’s PCAB Special JV License and JV Agreement.
d. Performance Security in any of the forms specified in the Instructions to Bidders (Use Form DPWH-INFR-43 or dpwh-INfR-44, as applicable).
e. Construction Methods (Use Form DPWH-INFR-45)
f. Construction Schedule in form of PERT/CPM Diagram or Precedence Diagram and Bar Chart with S-Curve and Cash Flow (Use Form DPWH-INFR-49).
g. Manpower Schedule (Use Form DPWH-INFR-47).
h. Equipment Utilization Schedule (Use Form DPWH-INFR-48).
i. Construction Safety and Health Program (Use Form DPWH-INFR-49).
j. Contractor’s All Risk Insurance (CARI)
k. Latest Income Tax and Business Returns duly stamped and received by BIR and duly validated with the tax payments made. Tax Clearance from BIR to prove full and timely payment of taxes
l. For a local contractor, Certification under oath stating the Contractor is free and clean of all tax liabilities
-------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-41-2016 Page 1 of 2
m. For a foreign bidder, valid PCAB License and Registration for the type and cost of the contract at hand as pre-condition to the NOA.
n. Integrity Pledge under Department Order No. 86, series of 2013.
You are also required, within the said ten (10) calendar days, to formally sign the Contract Agreement.
Your failure to comply with these requirements shall constitute a sufficient ground for the cancellation of this award and the forfeiture of your Bid Security.
Very truly yours,
DENISE MARIA M. AYAG
District Engineer
Conforme:
______________________________________
Name and Signature of Bidder’s Representative
Position________________________________
Name of Bidder__________________________
Date: _____________________________
--------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-41-2016 Page 2 of 2
FORM OF CONTRACT AGREEMENT
Republic of the Philippines CAGALAWAN ENTERPRISES Witness:
Department of Public Works and Highways
Bukidnon 3rd DEO BY:
DENISE MARIA M. AYAG ANNABI PACLIBAR CAGALAWANREEZAH D. MADALE-DIANAL, CPA ROMULO F. ANDRES District Engineer Proprietor Accountant III Chief, Construction Section
KNOWN ALL MEN BY THESE PRESENTS:
This CONTRACT AGREEMENT, made this 23rd day of February, 2017, by and between:
The GOVERNMENT OF THE REPUBLIC OF THE PHILIPPINES through the Department of Public Works and Highways (DPWH) represented herein by DENISE MARIA M. AYAG, District Engineer, duly authorized for this purpose, with main office address at Bukidnon 3rd District Engineering Office, Dicklum, Manolo Fortich, Bukidnon, hereinafter referred to as the “PROCURING ENTITY”;
and
CAGALAWAN ENTERPRISES, single Proprietorship duly organized and existing under and by virtue of laws of the Republic of the Philippines, with main office address at 2nd Flr., Ravidas Bldg., Corner Tiano-Akut St., Cagayan de Oro City, Misamis Oriental, represented herein by ANNABI PACLIBAR CAGALAWAN, duly authorized for this purpose, hereinafter referred to as the “CONTRACTOR;”
WITNESSETH:
WHEREAS, the PROCURNG ENTITY is desirous that the CONTRACTOR execute the Works under 17KC0008 : CLUSTER “2” IMPROVEMENT OF MULTI-PURPOSE BUILDINGS, MANOLO FORTICH, BUKIDNON 1. IMPROVEMENT OF MPB, DAHILAYAN, MANOLO FORTICH, BUKIDNON 2. IMPROVEMENT OF SANKANAN NAT’L. HS MPB, SANKANAN, MANOLO FORTICH, BUKIDNON 3. IMPROVEMENT OF MFCES MPB, TANKULAN, MANOLO FORTICH, BUKIDNON MANOLO FORTICH, BUKIDNON 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 One Million Eight Hundred Eighty Thousand Eight Hundred Two Pesos and 18/100 (P 1,880,802.18).
Item No.
Description
Unit
Quantity
Unit Price
Total Amount (Php)
1.) Improvement of Multi-Purpose Building, Dahilayan, Manolo Fortich
PART B
OTHER GENERAL REQUIREMENTS (VOLUME II)
B.5
Project Billboard / Signboard
Each
1.00
3,493.98
3,493.98
B.7
Occupational Safety and Health Program
month
2.00
5,885.25
11,770.50
TOTAL OF PART B
15,264.48
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-51-2016 Page 1 of 6
Item No.
Republic of the Philippines CAGALAWAN ENTERPRISES Witness:
Department of Public Works and Highways
Bukidnon 3rd DEO BY:
DENISE MARIA M. AYAG ANNABI PACLIBAR CAGALAWANREEZAH D. MADALE-DIANAL, CPA ROMULO F. ANDRES District Engineer Proprietor Accountant III Chief, Construction Section
Description
Unit
Quantity
Unit Price
Total Amount (Php)
PART A
EARTHWORKS
803(1)a
Structure Excavation (Common Soil)
cu.m.
17.92
483.98
8,672.92
804(4)
Gravel Fill
cu.m.
2.33
1,884.44
4,390.75
TOTAL OF PART A
13,063.67
PART B
PLAIN & REINFORCED CONCRETE WORK
900(1)
Reinforced Concrete
cu.m.
5.84
12,851.23
75,051.18
903
Forms and False Works
lumpsum
1.00
37,183.41
37,183.41
TOTAL OF PART B
112,234.59
PART C
FINISHING (VOLUME II)
1003(5)a1
Fascia Board, Fiber Cement Board
Meter
63.00
166.79
10,507.77
1004(1)b
Rough Hardware Screws
kls.
8.63
276.03
2,382.14
1013(2)a
Fabricated Metal Roofing Accessory, Ridge/Hip Roll
Meter
16.50
572.00
9,438.00
1014(1)b2
Pre-Painted Metal Sheets Rib-type, Long Span
sq.m.
389.40
632.35
246,237.09
1032(1)a3
Painting Works, Steel
sq.m.
305.60
64.50
19,711.20
TOTAL OF PART C
288,276.20
PART I
MATERIALS DETAIL (VOLUME III)
712(1)
Structural Metal
kg.
7,296.28
68.91
502,786.65
TOTAL OF PART I
502,786.65
TOTAL
931,625.59
2.) Improvement of Multi-Purpose Building, Sankanan, Manolo Fortich, Bukidnon
PART B
OTHER GENERAL REQUIREMENTS (VOLUME II)
B.5
Project Billboard / Signboard
Each
1.00
3,493.99
3,493.99
B.7
Occupational Safety and Health Program
month
2.00
5,885.25
11,770.50
TOTAL OF PART B
15,264.49
PART A
EARTHWORKS
803(1)a
Structure Excavation (Common Soil)
cu.m.
6.65
1,304.21
8,673.00
804(1)b
Embankment from Borrow
cu.m.
88.72
416.17
36,922.60
804(4)
Gravel Fill
cu.m.
11.40
1,662.87
18,956.72
TOTAL OF PART A
64,552.32
PART B
PLAIN & REINFORCED CONCRETE WORK
900(1)
Reinforced Concrete
cu.m.
11.40
6,593.65
75,167.61
903
Forms and False Works
lumpsum
1.00
16,416.75
16,416.75
TOTAL OF PART B
91,584.36
PART C
FINISHING (VOLUME II)
1004(1)b
Rough Hardware Screws
kls.
4.08
725.03
2,958.12
1013(2)a
Fabricated Metal Roofing Accessory, Ridge/Hip Roll
L.m.
9.50
430.39
4,088.71
1014(1)b2
Pre-Painted Metal Sheets Rib-type, Long Span
sq.m.
177.00
624.61
110,555.97
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-51-2016 Page 2 of 6
Item No.
Republic of the Philippines CAGALAWAN ENTERPRISES Witness:
Department of Public Works and Highways
Bukidnon 3rd DEO BY:
DENISE MARIA M. AYAG ANNABI PACLIBAR CAGALAWANREEZAH D. MADALE-DIANAL, CPA ROMULO F. ANDRES District Engineer Proprietor Accountant III Chief, Construction Section
Description
Unit
Quantity
Unit Price
Total Amount (Php)
1032(1)a3
Painting Works, Steel
sq.m.
90.80
48.58
4,411.06
1046(2)b
CHB Non-Load Bearing, 150mm thk
sq.m.
23.82
1,100.12
26,204.86
TOTAL OF PART C
148,218.72
PART I
MATERIALS DETAIL (VOLUME III)
712(1)
Structural Metal
kg.
2,250.00
69.84
157,140.00
TOTAL OF PART I
157,140.00
TOTAL
476,759.89
3.) Improvement of MFCES Multi-Purpose Building, Tankulan, Manolo Fortich, Bukidnon
PART B
OTHER GENERAL REQUIREMENTS (VOLUME II)
B.5
Project Billboard / Signboard
Each
1.00
6,628.65
6,628.65
B.7
Occupational Safety and Health Program
month
2.00
5,885.25
11,770.50
TOTAL OF PART B
18,399.15
PART B
PLAIN & REINFORCED CONCRETE WORK
903
Forms and False Works
lumpsum
1.00
33,054.90
33,054.90
TOTAL OF PART B
33,054.90
PART C
FINISHING (VOLUME II)
1001(9)
Storm Drainage and Downspout
lumpsum
1.00
22,735.65
22,735.65
1003(5)a1
Fascia Board, Fiber Cement Board
Meter
51.00
97.48
4,971.48
1004(1)b
Rough Hardware Screws
kls.
7.45
582.08
4,336.50
1013(2)a
Fabricated Metal Roofing Accessory, Ridge/Hip Roll
Meter
7.00
938.10
6,566.70
1013(2)c
Fabricated Metal Roofing Accessory, Gutter
L.m.
51.00
322.78
16,461.78
1014(1)b2
Pre-Painted Metal Sheets Rib-type, Long Span
sq.m.
145.20
711.03
103,241.56
1032(1)a3
Painting Works, Steel
sq.m.
103.80
60.88
6,319.34
TOTAL OF PART C
164,633.01
PART I
MATERIALS DETAIL (VOLUME III)
712(1)
Structural Metal
kg.
2,544.36
75.36
191,742.97
TOTAL OF PART I
191,742.97
PART D
ELECTRICAL WORKS (VOLUME II)
1100(19)
Conduits, Boxes & Fittings
L.S.
1.00
10,608.26
10,608.26
1101(18)
Wires and Wiring Devices
L.S.
1.00
21,866.25
21,866.25
1102(1)a2
Panel Board with Main & Branch Breakers
Each
1.00
3,561.08
3,561.08
1103(1)
Lighting Fixtures
L.S.
1.00
28,551.08
28,551.08
TOTAL OF PART D
64,586.67
TOTAL
472,416.70
GRAND TOTAL
1,880,802.18
----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-51-2016 Page 3 of 6
NOW, THEREFORE, for and consideration of the foregoing premises, the parties hereto agree as follows:
Republic of the Philippines CAGALAWAN ENTERPRISES Witness:
Department of Public Works and Highways
Bukidnon 3rd DEO BY:
DENISE MARIA M. AYAG ANNABI PACLIBAR CAGALAWANREEZAH D. MADALE-DIANAL, CPA ROMULO F. ANDRES District Engineer Proprietor Accountant III Chief, Construction Section
1. In this CONTRACT AGREEMENT, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents shall be attached, deemed to form, and be read and construed as part of this CONTRACT AGREEMENT, and shall be interpreted in the following order of priority:
a. This Contract Agreement
b. Documents forming part of the Contract Agreement
(1) Notice of Award (NOA) with the Contractor’s signed “conforme”
(2) Contractor’s Bid in the Form of Bid, including its Technical and Financial Proposals, as calculated by the Procuring Entity and conformed to by the Contractor through the NOA.
(3) Bidding Documents with Bulletins
(4) Specifications
(5) Drawings
(6) Special Conditions of Contract (SCC)
(7) General Conditions of Contract (GCC)
(8) Performance Security
(9) Integrity Pledge under Department Order No. 86, series of 2013
(10) Other Documents
(a) Construction Methods
(b) Construction Schedule in the form of PERT/CPM Diagram or Procedure Diagram and Bar Chart with S-Curve, or other approved tools of projects scheduling, and Cash Flow.
(c) Manpower Schedule
(d) Equipment Utilization Schedule
(e) Construction Safety and Health Program initially approved by the Head of Procuring Entity
(f) Contractor’s All Risk Insurance (CARI)
3. In consideration of the payments to be made by the PROCURING ENTITY to the CONTRACTOR as hereinafter mentioned, the CONTRACTOR hereby covenants with the PROCURING ENTITY to execute and complete the Works and remedy any defects therein in conformity with the provisions of this CONTRACT AGREEMENT in all aspects.
4. In consideration of the execution and completion of the Works by the CONTRACTOR, the PROCURING ENTTY hereby covenants to pay the CONTRACTOR the unit prices in the CONTRACTOR’s Calculated Bid, as applied to the actual quantities accomplished as certified by the PROCURING ENTITY under the provisions of this CONTRACT AGREEMENT, at all times and in the manner prescribed by this CONTRACT AGREEMENT.
---------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-51-2016 Page 4 of 6
IN WITNESS WHEREOF, the parties hereto set their respective hands on the day, month and year first above written.
PROCURING ENTITY:
DPWH BUKIDNON 3RD DEO
CONTRACTOR:
CAGALAWAN ENTERPRISES
Represented by:
Represented by:
DENISE MARIA M. AYAG
District Engineer
ANNABI PACLIBAR CAGALAWAN Proprietor
Witnessed by:
REEZAH MADALE-DIANAL
ROMULO F. ANDRES
Accountant III
Chief, Construction Section
APPROVED (if the contracting party for the Procuring entity is not the approving authority):
________________________________
Date Approved: ___________________
---------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-51-2016 Page 5 of 6
Republic of the Philippines CAGALAWAN ENTERPRISES Witness:
Department of Public Works and Highways
Bukidnon 3rd DEO BY:
DENISE MARIA M. AYAG ANNABI PACLIBAR CAGALAWANREEZAH D. MADALE-DIANAL, CPA ROMULO F. ANDRES District Engineer Proprietor Accountant III Chief, Construction Section
REPUBLIC OF THE PHILIPPINES)
________________________) S.S.
ACKNOWLEDGEMENT
BEFORE ME, as the Notary Public for and within the City of _______________________, personally appeared DENISE MARIA M. AYAG, District Engineer, representing the REPUBLIC OF THE PHILIPPINES (Department of Public Works and Highways), with TIN No. 000-553-164-211, and CAGALAWAN ENTERPRISES with 186-237-691-000, known to me to be the same persons who executed the foregoing CONTRACT AGREEMENT and they acknowledged to me that the same is their true act and deed for and in behalf of the parties they represented.
This instrument consists of six (6) pages, on which this acknowledgement is written duly signed by the contracting parties and their witnesses on the left margin of the other pages.
IN WITNESS WHEREOF, I have hereunto affixed my Signature and Official Seal this February 23, 2017.
___________________________
(Notary Public)
________________
(Notary Public)
Doc. No. ____________
Page No. ____________
Book No. ____________
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-51-2016 Page 6 of 6
TO:The Budget Officer
Republic of the Philippines
Department of Public Works and Highways
BUKIDNON 3RD
DISTRICT ENGINEERING OFFICE
REGIONAL OFFICE X
Dicklum, Manolo Fortich, Bukidnon
Budget Section
This Office
This is to request for the issuance of Obligation Request for the following:
Request No.
:
Date
:
Fund
:
Amount
:
P 931,625.59
Payee
:
CAGALAWAN ENTERPRISES
Address
:
2nd Flr., Ravidas Bldg., Corner Tiano-Akut St., Cagayan de Oro City, Misamis Oriental
Particulars
:
To obligate payment for the Contract 17KC0008:
CLUSTER “2” IMPROVEMENT OF MULTI-PURPOSE BUILDINGS
1. IMPROVEMENT OF MPB, DAHILAYAN, MANOLO FORTICH, BUKIDNON
Project
:
Project ID#
Source of Fund/Legal Basis
:
SARO # / SAA #
:
P.A.P.
:
Account Code
:
Fiscal Year of Allotment
:
FY 2017
I certify that the charges for appropriation/allotment are necessary, lawful and under my direct supervision.
I further certify that the supporting documents are valid, proper and legal.
Your prompt attention to this matter will be greatly appreciated.
RONALDO C. PAHANG, AEr
Assistant District Engineer
TO:The Budget Officer
Republic of the Philippines
Department of Public Works and Highways
BUKIDNON 3RD
DISTRICT ENGINEERING OFFICE
REGIONAL OFFICE X
Dicklum, Manolo Fortich, Bukidnon
Budget Section
This Office
This is to request for the issuance of Obligation Request for the following:
Request No.
:
Date
:
Fund
:
Amount
:
P 476,759.89
Payee
:
CAGALAWAN ENTERPRISES
Address
:
2nd Flr., Ravidas Bldg., Corner Tiano-Akut St., Cagayan de Oro City, Misamis Oriental
Particulars
:
To obligate payment for the Contract 17KC0008:
CLUSTER “2” IMPROVEMENT OF MULTI-PURPOSE BUILDINGS
2. IMPROVEMENT OF SANKANAN NAT’L. HS MPB, SANKANAN, MANOLO FORTICH, BUKIDNON
Project
:
Project ID#
Source of Fund/Legal Basis
:
SARO # / SAA #
:
P.A.P.
:
Account Code
:
Fiscal Year of Allotment
:
FY 2017
I certify that the charges for appropriation/allotment are necessary, lawful and under my direct supervision.
I further certify that the supporting documents are valid, proper and legal.
Your prompt attention to this matter will be greatly appreciated.
RONALDO C. PAHANG, AEr
Assistant District Engineer
TO:The Budget Officer
Republic of the Philippines
Department of Public Works and Highways
BUKIDNON 3RD
DISTRICT ENGINEERING OFFICE
REGIONAL OFFICE X
Dicklum, Manolo Fortich, Bukidnon
Budget Section
This Office
This is to request for the issuance of Obligation Request for the following:
Request No.
:
Date
:
Fund
:
Amount
:
P 472,416.70
Payee
:
CAGALAWAN ENTERPRISES
Address
:
2nd Flr., Ravidas Bldg., Corner Tiano-Akut St., Cagayan de Oro City, Misamis Oriental
Particulars
:
To obligate payment for the Contract 17KC0008:
CLUSTER “2” IMPROVEMENT OF MULTI-PURPOSE BUILDINGS
3. IMPROVEMENT OF MFCES MPB, TANKULAN, MANOLO FORTICG, BUKIDNON
Project
:
Project ID#
Source of Fund/Legal Basis
:
SARO # / SAA #
:
P.A.P.
:
Account Code
:
Fiscal Year of Allotment
:
FY 2017
I certify that the charges for appropriation/allotment are necessary, lawful and under my direct supervision.
I further certify that the supporting documents are valid, proper and legal.
Your prompt attention to this matter will be greatly appreciated.
RONALDO C. PAHANG, AEr
Assistant District Engineer
DPWH, Bukidnon 3rd District Engineer Office
Dicklum, Manolo Fortich, Bukidnon
PostQualification Report
Date: November 23, 2016
1. Name of Bidder: CAGALAWAN ENTERPRISES
2. Rank in the List of Complying Calculated Bids: Ist Rank
3. Bid Price: P 1,880,802.18
4. Period of Postqualification: November 22, 2016
5. Results of Postqualification: November 23, 2016
Requirements
Parties Consulted
Findings
Legal Requirements
PCAB License
DPWH-Central BAC, PCAB
OK, verified
SEC/DTI/CDA Registration
DPWH-Central Office
OK, verified
Mayor’s/Business Permit
DPWH-Central Office
OK, verified
JV A if applicable
N/A
N/A
Sub-contract agreement if applicable
N/A
N/A
Latest Income and Business Tax Returns
DPWH-Central Office
OK, verified
Not in Blacklist
N/A
N/A
Technical Proposal
Bidder’s stated competence and experience, including required SLCC
DPWH-Central Office
OK, verified
Key personnel’s stated competence and experience vs requirements in BDS
Attached
OK
Availability, commitment, capacities and operating conditions of eqpt units owned/leased/under purchase for the contract, vs requirements in BDS
Attached
OK
Performance in on-going gov’t. and private contracts:
•No slippage of at least 15% in 1 project
•No slippage of at least 10% in 2 or more projects
•Repair works done on time
•No substandard work
•No unsatisfactory performance
•No liquidated damages
Verified
Verified
N/A
Verified
Verified
Verified
OK
OK
N/A
OK
OK
OK
-------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-37-2016 Page 1 of 2
Sufficiency of Bid Security as to type, amount, form, wording, and validity period
DPWH-Central Office
OK, verified
Financial Requirements
Examination of latest Financial Statements, especially current assets and liabilities
Attached
OK
Latest value of uncompleted portions of on-going/awarded contracts coinciding with the subject contract
Attached
OK
Updated NFCC vs ABC
NFCC=P
Ok, verified
1. Findings:
[ / ] Responsive[ ] Non-Responsive
Prepared by:
ANTOLIN M. TENESTRANTEMARIA DESIREE G. GARAY
Head of BAC TWG UnitHead of BAC Secretariat
Date:___________________ Date: ___________________
Noted by:
ROMULO F. ANDRES
Chairperson, BAC
Date: _________________
-------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-37-2016 Page 2 of 2
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Bukidnon 3rd District Engineering Office
Dicklum, Manolo Fortich, Bukidnon
OUTLINE OF BID EVALUATION REPORT
Date: November 18, 2016
1.0 CONTRACT DESCRIPTION
Narrative description of Contract under Procurement
Table 1. Basic Contract Information
1.1 Approved Budget for the Contract
Php 1,980,000.00
1.2 Contract Duration
60 Calendar Days
1.3 Method of Procurement
Competitive Bidding
2.0 INITIAL STEPS IN THE BIDDING PROCESS
Narrative description of the Bidding Process
Table 2. Initial Steps in the Bidding Process
2.1 Pre-Procurement Conference
Date of Conference
October 26, 2016
2.2 Invitation to Bid
(a) Date of advertisement
October 27, 2016 to November 2, 2016
(b) Name of Newspaper for (a)
The Manila Times Publishing Corporation
(c) Date of posting in DPWH website and PhilGEPS, IFI
October 27, 2016
2.3 Issuance of Bidding Documents (BDs)
(a) Period of availability of BDs
(b)Number and Name of Bidders that Purchased hard copies of BD
October 27, 2016 to November 17, 2016
1. CAGALAWAN ENTERPRISES
2. LIGHT CONSTRUCTION & SUPPLY
2.4 Amendments to BDs, if any
(a) List all Bid Bulletins by subject
Bid Bulletin No 1 (due to New Bill of Quantities)
2.5 Pre-bid Conference, if any
(a) Date of Conference
November 8, 2016
(b) Dates of Minutes sent to bidder
November 9, 2016
3.0 RECEIPT, OPENING, AND PRELIMINARY EXAMINATION OF BIDS
Table 3. Bids Receipt and Opening
3.1 Bid Receipt Deadline
(a) Original date, time
November 17, 2016, 12:00PM
(b) Extensions, if any,
NONE
3.2 Eligibility Check
(a) Date of Eligibility Check
November 17, 2016
(b) Number and Names of Eligible Bidders
1. CAGALAWAN ENTERPRISES
(c) Number and Names of Ineligible Bidders
1. LIGHT CONSTRUCTION & SUPPLY
3.3 Bids opening date and time
--------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-36-2016 Page 1 of 3
November 17, 2016, 2:00PM
3.4 Minutes of Bid’s Opening, Date sent to Bidders
November 18, 2016
3.5 Bid Validity Period
(a) Originally specified
60 Calendar days
(b) Extensions/Revisions, if any
3.6 Number and Names of Bidders that Submitted Bids
1. CAGALAWAN ENTERPRISES
2 LIGHT CONSTRUCTION & SUPPLY
3.7 Number and Names of Bidders that Withdrew Bids
NONE
3.8 Number and Names of Bidders that Submitted Letters of Non-Participation
NONE
Table 4. Bidders’ Compliance (Presence) or Non-Compliance (Absence) of documentary Requirements of Technical and Financial Proposals
Bidders’ Name
Complying/
Passes
Non-Complying/
Failed
Reasons for Non-
Compliance/Failure
1. CAGALAWAN ENTERPRISES
/
2. LIGHT CONSTRUCTION & SUPPLY
/
Ineligible
PCAB Registration particulars is not valid 06/30/2016
Table 5. Bids Prices as Read of Complying Bidders
Bidders’ Name
Amount of Bid as Read (P)
1. CAGALAWAN ENTERPRISES
P 1,880,802.18
-----------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-36-2 Page 2 of 3
4.0 EVALUATION OF BIDS
Narrative description of the Bidding Process
Table 6. Correction of Bids
Bidders’ Name
Total Amount of Bid as Read (P)
Total Amount of Bid as Calculated (P)
Reasons for Variance
1. CAGALAWAN ENTERPRISES
P 1,880,802.18
P 1,880,802.18
5.01%
Prepared by BAC-TWG:
ORLANDO V. MANCAO, JR.
ROBERT M. VALLES
JANET D. PELAYO
TWG Member
TWG Member
TWG Member
ANTOLIN M. TENESTRANTE
Head, BAC/TWG
Submitted by:
MARIA DESIREE G. GARAY
HEAD, BAC Secretariat
----------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-36-2016 Page 3 of 3
DPWH, Bukidnon 3rd District Engineering Office
Dicklum, Manolo Fortich, Bukidnon
NOTICE OF POSTQUALIFICATION
November 24, 2016
Date
Mr. ANNABI PACLIBAR CAGALAWAN
Proprietor
CAGALAWAN ENTERPRISES
2nd Flr., Ravidas Bldg.,
Corner Tiano-Akut St.,
Cagayan de Oro City, Misamis Oriental
Dear SIR:
After determining your bid as the Lowest Calculated Bid for the above-stated Contract and after conducting the post qualification of your firm, involving the examination, validation and verification of the eligibility, technical and financial requirements that you have submitted for the bidding for this Contract, we are pleased to inform you that you have passed the post-- qualification and, therefore, consider your bid as the Lowest Calculated Responsive Bid for the said Contract.
Upon the approval of this finding by the Head of the Procuring Entity, we will issue to you the Notice of Award for this Contract.
Very truly yours,
ROMULO F. ANDRES
Chief, Construction Section
BAC Chairman
Received by:
______________________________________
Name and Signature of Bidder’s Representative
Position _______________________________
Date received: ____________
---------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-38-2016 Page 1 of 1
DPWH, Bukidnon 3rd District Engineering Office
Dicklum, Manolo Fortich, Bukidnon
RESULT OF ELIGIBILITY CHECK
November 17, 2016
Date
Based on the evaluation of the information about the legal, technical and financial capabilities, as indicated in your Contractor’s Information of the bidders as recorded in our computerized Registry of Contractors for Civil Works, vis-à-vis the requirements of the abovementioned contract as indicated in the Contract Profile submitted by DPWH, Bukidnon 3rd DEO, Dicklum, Manolo Fortich, Bukidnon we find the following bidders eligible to participate in the bidding for the contract.
1. CAGALAWAN ENTERPRISES
ROMULO F. ANDRES
Chief, Construction Section
BAC Chairman
---------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-29-2016 Page 1 of 1
DPWH, Bukidnon 3rd District Engineering Office
Dicklum, Manolo Fortich, Bukidnon
NOTICE OF INELIGIBILITY
November 17, 2016
Date
Ms. GLORIA BAQUERO TAGAPULOT
Proprietor
LIGHT CONSTRUCTION & SUPPLY
Blk 19, Lot 2 & 4, Joshua St.,
San Agustin Valley Homes, Carmen,
Cagayan de Oro City, Misamis Oriental
Dear Madam:
We refer to your bid for the abovementioned contract.
Based on the information about your legal, technical and financial capabilities, as indicated in your Contractor’s Information recorded in our Registry of Contractors for Civil Works, vis-à-vis the requirements of the abovementioned Contract as indicated in the Contract Profile submitted by DPWH, Bukidnon 3rd DEO, Dicklum, Manolo Fortich, Bukidnon, we declare your firm ineligible to participate in the bidding for the contract in view of the following reasons.
Ineligible – PCAB Registration particulars is not valid 06/30/2016
Should you disagree with our findings, you may submit to us, within three (3) calendar days, a request for reconsideration, citing the specific reasons as to why you should not be declared ineligible. We will not accept now, however, any updating of your legal, financial and technical records insofar as this Contract is concerned. Updating of your records will be considered by the DPWH only for the bidding of new contracts in which you intend to participate.
Very truly yours,
ROMULO F. ANDRES
Chief, Construction Section
BAC Chairman
Received by the Bidder:
______________________________________
Name and Signature of Bidder’s Representative
Date: _______________
--------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-30-2016 Page 1 of 1