republic of the philippines · web viewdistrict engineer, representing the republic of the...

25
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH) Contract ID : 17KC0023 Contract Name: : REHABILITATION / RECONSTRUCTION / UPGRADING OF DAMAGED PAVED NATIONAL ROADS INCLUDING DRAINAGE ALONG SAYRE HIGHWAY K1441+906 - K1442+000, K1452+370 - K1452+470, K1453+180 - K1453+475 Location of the Contract : MANOLO FORTICH, BUKIDNON NOTICE TO PROCEED Date : ____________________ Contractor’s Name: Mr. JOSE T. GAMOLO Contractor’s Address: J.T. GAMOLO CONSTRUCTION Patag, Bagontaas, Valencia City, Bukidnon Contractor’s Contact No.: 0917-676-3277 / 088-2223546 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: Contract ID: 17KC0023 Contract Name: Rehabilitation / Reconstruction / Upgrading of Damaged Paved National Roads including Drainage along Sayre Highway K1441+906 - K1442+000, K1452+370 - K1452+470, K1453+180 - K1453+475, Manolo Fortich, Bukidnon Contract Cost: P 18,097,594.12 Contract Duration: One Hundred Fifteen (115) 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, Republic of the Philippines Department of Public Works and Highways OFFICE OF THE DISTRICT ENGINEER BUKIDNON 3 RD DISTRICT ENGINEERING OFFICE Dicklum, Manolo Fortich, Bukidnon Form x -

Upload: others

Post on 18-Feb-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)

Contract ID

:

17KC0023

Contract Name:

:

REHABILITATION / RECONSTRUCTION / UPGRADING OF DAMAGED PAVED NATIONAL ROADS INCLUDING DRAINAGE ALONG SAYRE HIGHWAY K1441+906 - K1442+000, K1452+370 - K1452+470, K1453+180 - K1453+475

Location of the Contract

:

MANOLO FORTICH, BUKIDNON

NOTICE TO PROCEED

Republic of the Philippines

Department of Public Works and Highways

OFFICE OF THE DISTRICT ENGINEER

BUKIDNON 3RD DISTRICT ENGINEERING OFFICE

Dicklum, Manolo Fortich, Bukidnon

Date : ____________________

Form x - A

Contractor’s Name:

Mr. JOSE T. GAMOLO

Contractor’s Address:

J.T. GAMOLO CONSTRUCTION

Patag, Bagontaas, Valencia City, Bukidnon

Contractor’s Contact No.:

0917-676-3277 / 088-2223546

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:

Contract ID:

17KC0023

Contract Name:

Rehabilitation / Reconstruction / Upgrading of Damaged Paved National Roads including Drainage along Sayre Highway K1441+906 - K1442+000, K1452+370 - K1452+470, K1453+180 - K1453+475, Manolo Fortich, Bukidnon

Contract Cost:

P 18,097,594.12

Contract Duration:

One Hundred Fifteen (115) 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. JOSE T. GAMOLO

Proprietor

J.T. GAMOLO CONSTRUCTION

Patag, Bagontaas, Valencia City, Bukidnon

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. JOSE T. GAMOLO

Proprietor

J.T. GAMOLO CONSTRUCTION

Patag, Bagontaas, Valencia City,

Bukidnon

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 Eighteen Million Ninety Seven Thousand Five Hundred Ninety Four Pesos and 12/100 (P 18,097,594.12).

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

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.

-------------------------------------------------------------------------------------------------------------------------------------------------------------

DPWH-INFR-41-2016 Page 1 of 2

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 J.T. GAMOLO CONSTRUCTION Witness:

Department of Public Works and Highways

Bukidnon 3rd DEO BY:

DENISE MARIA M. AYAG JOSE T. GAMOLOREEZAH 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

J.T. GAMOLO CONSTRUCTION, single Proprietorship organized and existing under and by virtue of laws of the Republic of the Philippines, with main office address at Patag, Bagontaas, Valencia City, Bukidnon, represented herein by JOSE T. GAMOLO, 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 17KC0023 REHABILITATION / RECONSTRUCTION / UPGRADING OF DAMAGED PAVED NATIONAL ROADS INCLUDING DRAINAGE ALONG SAYRE HIGHWAY K1441+906 - K1442+000, K1452+370 - K1452+470, K1453+180 - K1453+475, 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 Eighteen Million Ninety Seven Thousand Five Hundred Ninety Four Pesos and 12/100 (P 18,097,594.12).

Item No.

Description

Unit

Quantity

Unit Price

Total Amount (Php)

PART A

FACILITIES FOR THE ENGINEERS

A.1.1(11)

Provision of Furnitures/Fixtures, Equipments & Appliances for the field Engineer

lumpsum

1.00

654,819.07

654,819.07

A.1.3(2)

Provision of Survey Equipment for the Assistance for the Engineer

lumpsum

1.00

192,780.01

192,780.01

TOTAL OF PART B

847,599.08

-----------------------------------------------------------------------------------------------------------------------------------------------------------------------

DPWH-INFR-51-2016 Page 1 of 5

Republic of the Philippines J.T. GAMOLO CONSTRUCTION Witness:

Department of Public Works and Highways

Bukidnon 3rd DEO BY:

DENISE MARIA M. AYAG JOSE T. GAMOLOREEZAH D. MADALE-DIANAL, CPA ROMULO F. ANDRES District Engineer Proprietor Accountant III Chief, Construction Section

Item No.

Description

Unit

Quantity

Unit Price

Total Amount (Php)

PART B

OTHER GENERAL REQUIREMENTS (VOLUME II)

B.5

Project Billboard / Signboard

Each

2.00

2,440.00

4,880.00

B.7

Occupational Safety and Health Program

month

3.83

18,921.15

72,468.00

B.8

Traffic Management

month

3.83

51,539.43

197,396.02

B.9

Mobilization/Demobilization

L.S.

1.00

140,326.35

140,326.35

B.11

Provisional Sum

PS

1.00

141,860.47

141,860.47

TOTAL OF PART B

556,930.84

PART C

EARTHWORK (VOLUME II)

101(3)b3

Removal of Actual Structures / Obstruction, 0.23mm thick PCCP (Unreinforced)

sq.m.

4,681.50

203.05

950,578.58

102(2)

Surplus Common excavation

cu.m.

1,209.72

369.79

447,342.36

105(1)a

Subgrade Preparation (Common Material)

sq.m.

4,508.36

52.68

237,500.40

TOTAL OF PART C

1,635,421.34

PART D

SUBBASE AND BASE COURSE (VOLUME II)

200(1)

Aggregate Subbase Course

cu.m.

899.75

1,788.10

1,608,842.98

TOTAL OF PART D

1,608,842.98

PART E

SURFACE COURSE (VOLUME II)

302(1)a

Bituminous Tack Coat, RC-Cut Back Asphalt (Grade 70)

sq.m

3,829.00

95.68

366,358.72

310(1)c

Bituminous Concrete Surface Wearing Course, Hot-Laid (50mm)

sq.m.

3,829.00

1,029.69

3,942,683.01

311(1)f1

PCC Pavement (Unreinforced), 0.30mm thk, 14 days

sq.m.

4,508.36

1,977.33

8,914,515.48

TOTAL OF PART F

13,223,557.21

PART H

MISCELLANEOUS STRUCTURES (VOLUME II)

612(1)

Reflectorized Thermoplastic Pavement Markings White

sq.m.

133.92

845.90

113,282.93

612(2)

Reflectorized Thermoplastic Pavement Markings Yellow

sq.m.

142.99

782.99

111,959.74

TOTAL OF PART H

225,242.67

GRAND TOTAL

18,097,594.12

----------------------------------------------------------------------------------------------------------------------------------------------------------------------

DPWH-INFR-51-2016 Page 2 of 5

Republic of the Philippines J.T. GAMOLO CONSTRUCTION Witness:

Department of Public Works and Highways

Bukidnon 3rd DEO BY:

DENISE MARIA M. AYAG JOSE T. GAMOLOREEZAH D. MADALE-DIANAL, CPA ROMULO F. ANDRES District Engineer Proprietor Accountant III Chief, Construction Section

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

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

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

a. This Contract Agreement

b. Documents forming part of the Contract Agreement

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

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

(3) Bidding Documents with Bulletins

(4) Specifications

(5) Drawings

(6) Special Conditions of Contract (SCC)

(7) General Conditions of Contract (GCC)

(8) Performance Security

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

(10) Other Documents

(a) Construction Methods

(b) Construction Schedule in the form of PERT/CPM Diagram or 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 3 of 5

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:

J.T. GAMOLO CONSTRUCTION

Represented by:

Represented by:

DENISE MARIA M. AYAG

District Engineer

JOSE T. GAMOLO

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 4 of 5

Republic of the Philippines J.T. GAMOLO CONSTRUCTION Witness:

Department of Public Works and Highways

Bukidnon 3rd DEO BY:

DENISE MARIA M. AYAG JOSE T. GAMOLOREEZAH 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 J.T. GAMOLO CONSTRUCTION with 163-382-928-000, 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 five (5) 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 5 of 5

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 18,097,594.12

Payee

:

J.T. GAMOLO CONSTRUCTION

Address

:

Patag, Bagontaas, Valencia City, Bukidnon

Particulars

:

To obligate payment for the Contract 17KC0023:

REHABILITATION / RECONSTRUCTION / UPGRADING OF DAMAGED PAVED NATIONAL ROADS INCLUDING DRAINAGE ALONG SAYRE HIGHWAY K1441+906 - K1442+000, K1452+370 - K1452+470, K1453+180 - K1453+475, 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

DPWH, Bukidnon 3rd District Engineer Office

Dicklum, Manolo Fortich, Bukidnon

PostQualification Report

Date: _______________

1. Name of Bidder: J.T. GAMOLO CONSTRUCTION

2. Rank in the List of Complying Calculated Bids: Ist Rank

3. Bid Price: P 18,097,594.12

4. Period of Postqualification:

5. Results of Postqualification:

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

6. 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: December 16, 2016

1.0 CONTRACT DESCRIPTION

Narrative description of Contract under Procurement

Table 1. Basic Contract Information

1.1 Approved Budget for the Contract

Php 19,057,080.00

1.2 Contract Duration

115 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

November 7, 2016

2.2 Invitation to Bid

(a) Date of advertisement

November 8, 2016 to November 14, 2016

(b) Name of Newspaper for (a)

The Manila Times Publishing Corporation

(c) Date of posting in DPWH website and PhilGEPS, IFI

November 8, 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 29, 2016 to December 15, 2016

1. J.T. GAMOLO CONSTRUCTION

2. R.R. SEISMUNDO CONSTRUCTION & SUPPLY

3. PYRAMID CONSOLIDATED BUILDERS & GENERAL MERCHANDISE

2.4 Amendments to BDs, if any

(a) List all Bid Bulletins by subject

Bid Bulletin No. 1 & 2 (due to Postponement of Opening of Bids, New Bidding Schedule & New Station Limits)

2.5 Pre-bid Conference, if any

(a) Date of Conference

November 17, 2016

(b) Dates of Minutes sent to bidder

November 18, 2016

3.0 RECEIPT, OPENING, AND PRELIMINARY EXAMINATION OF BIDS

-------------------------------------------------------------------------------------------------------------------------------------------------------------

DPWH-INFR-36-2 Page 1 of 3

Table 3. Bids Receipt and Opening

3.1 Bid Receipt Deadline

(a) Original date, time

November 29, 2016, 12:00PM

(b) Extensions, if any,

NONE

3.2 Eligibility Check

(a) Date of Eligibility Check

December 15, 2016

(b) Number and Names of Eligible Bidders

----------------------------------------------------------------------------------------------------------------------------------------------------------

DPWH-INFR-36-2016Page 1 of 3

1. J.T. GAMOLO CONSTRUCTION

2. R.R. SEISMUNDO CONSTRUCTION & SUPPLY

3. PYRAMID CONSOLIDATED BUILDERS & GENERAL MERCHANDISE

(c) Number and Names of Ineligible Bidders

NONE

3.3 Bids opening date and time

December 15, 2016, 2:00PM

3.4 Minutes of Bid’s Opening, Date sent to Bidders

December 16, 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. J.T. GAMOLO CONSTRUCTION

2. R.R. SEISMUNDO CONSTRUCTION & SUPPLY

3. PYRAMID CONSOLIDATED BUILDERS & GENERAL MERCHANDISE

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. J.T. GAMOLO CONSTRUCTION

/

2. R.R. SEISMUNDO CONSTRUCTION & SUPPLY

/

3. PYRAMID CONSOLIDATED BUILDERS & GENERAL MERCHANDISE

/

Table 5. Bids Prices as Read of Complying Bidders

Bidders’ Name

Amount of Bid as Read (P)

1. J.T. GAMOLO CONSTRUCTION

P 18,097,594.12

2. R.R. SEISMUNDO CONSTRUCTION & SUPPLY

P 18,419,260.78

3. PYRAMID CONSOLIDATED BUILDERS & GENERAL MERCHANDISE

P 18,865,830.44

-------------------------------------------------------------------------------------------------------------------------------------------------------------

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. J.T. GAMOLO CONSTRUCTION

P 18,097,594.12

P 18,097,594.12

5.03%

2. R.R. SEISMUNDO CONSTRUCTION & SUPPLY

P 18,419,260.78

P 18,419,260.78

3.35%

3. PYRAMID CONSOLIDATED BUILDERS & GENERAL MERCHANDISE

P 18,865,830.44

P 18,865,830.44

1.00%

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

December 21, 2016

Date

Mr. JOSE T. GAMOLO

Proprietor

J.T. GAMOLO CONSTRUCTION

Patag, Bagontaas, Valencia City, Bukidnon

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

December 15, 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. J.T. GAMOLO CONSTRUCTION

2. R.R. SEISMUNDO CONSTRUCTION & SUPPLY

3. PYRAMID CONSOLIDATED BUILDERS & GENERAL MERCHANDISE

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

NOTIFICATION OF BIDDING RESULTS

February 14, 2017

Date

Mr. RUPLINO R. SEISMUNDO

Proprietor

R.R. SEISMUNDO CONSTRUCTION & SUPPLY

National Highway, Visayan Village,

Tagum City, Davao del Norte

Dear Sir:

We regret to notify you that the above-stated Contract has been awarded to a competing contractor, J.T. GAMOLO CONSTRUCTION at its bid Eighteen Million Ninety Seven Thousand Five Hundred Ninety Four Pesos and 12/100 (P 18,097,594.12), which has been determined as the Lowest Calculated Responsive Bid for the Contract.

We look forward to your participation in the bidding for our other projects.

Very truly yours,

RONALDO C. PAHANG, AEr

Assistant District Engineer

BAC Chairperson

---------------------------------------------------------------------------------------------------------------------------------------------------------------

DPWH-INFR-42-2016 Page 1 of 1

DPWH, Bukidnon 3rd District Engineering Office

Dicklum, Manolo Fortich, Bukidnon

NOTIFICATION OF BIDDING RESULTS

February 14, 2017

Date

Mr. RUPLINO R. SEISMUNDO

Proprietor

PYRAMID CONSOLIDATED BUILDERS

AND GENERAL MERCHANDISE

61-A, 7th St. Nazareth, Cagayan deOro City,

Misamis Oriental

Dear Sir:

We regret to notify you that the above-stated Contract has been awarded to a competing contractor, J.T. GAMOLO CONSTRUCTION at its bid Eighteen Million Ninety Seven Thousand Five Hundred Ninety Four Pesos and 12/100 (P 18,097,594.12), which has been determined as the Lowest Calculated Responsive Bid for the Contract.

We look forward to your participation in the bidding for our other projects.

Very truly yours,

RONALDO C. PAHANG, AEr

Assistant District Engineer

BAC Chairperson

---------------------------------------------------------------------------------------------------------------------------------------------------------------

DPWH-INFR-42-2016 Page 1 of 1