Department of Public Works and Highways (DPWH)

Contract ID No.: 17HF0023 Contract Name: Reblocking of Concrete Pavement along -Balamban-Transcentral Road, Toledo--San Remegio Road, and Cebu-Toledo Wharf Road (Jct. Naga Uling). Location/Sta Limits: 1. Cebu-Balamban-Transcentral Road – K0046+077 – K0046+092 (RS) 2. Toledo-Tabuelan-San Remegio Road – K0050+472 (LS), K0051+515 – K0051+528.5 (LS), K0070+400 - K0070+416 (RS) 3. Cebu-Toledo Wharf Road (Jct. Naga Uling) – K0031+700 (RS) ------CEBU 3RD DISTRICT ENGINEERING OFFICE REGIONAL OFFICE VII Sitio Khinner, , Toledo City, Cebu

INVITATION TO SUBMIT PRICE QUOTATION

The DPWH Cebu 3rd District Engineering Office through its Bids and Awards Committee (BAC), invites contractors to submit Price Quotation/s for the following Contract:

Contract ID No.: 17HF0023 Contract Name: Reblocking of Concrete Pavement along Cebu-Balamban-Transcentral Road, Toledo-Tabuelan-San Remegio Road, and Cebu-Toledo Wharf Road (Jct. Naga Uling). Location/Sta Limits: 1. Cebu-Balamban-Transcentral Road – K0046+077 – K0046+092 (RS) 2. Toledo-Tabuelan-San Remegio Road – K0050+472 (LS), K0051+515 – K0051+528.5 (LS), K0070+400 - K0070+416 (RS) 3. Cebu-Toledo Wharf Road (Jct. Naga Uling) – K0031+700 (RS)

Brief Description: Repair/Maintenance of Drainage Structure including Earthworks and Concrete Works for slab and lined canal

Approved Budget of the Contract (ABC): Php 745,701.00

Source of Funds: CY 2017 Routine Maintenance Fund

Contract Duration: 30 calendar days

The BAC is adopting “Small Value Procurement” under the Alternative Method of Procurement for this Contract in accordance with Republic Act No. 9184 and its Implementing Rules and Regulations (IRR).

To be eligible to bid for this Contract, a contractor must meet the following major requirements:

(a) Filipino citizen or 75% Filipino-owned partnership/corporation with PCAB license for Size Range Small A, (b) Completion of a similar contract costing at least 50% of the ABC*, and (c) Net Financial Contracting Capacity (NFCC) at least equal to the ABC using K factor fixed at 15.

The DPWH will use non-discretionary “pass/fail” criteria in the eligibility check, preliminary examination of bids, evaluation of bids, post-qualification, and award.

The schedule of key procurement activities for this Contract is shown below:

Activity Time Place 1. Issuance/Downloading of 02/21/2017 to 02/2272017 Hard copies at BAC Secretariat, Bidding Documents DPWH Cebu 3rd DEO, Toledo City, Cebu. Downloadable from DPWH website www.dpwh.gov.ph, PhilGEPS website www.philgeps.gov.ph 2. Pre-Bid Conference N/A Procurement/BAC Office, DPWH Cebu 3rd DEO, Toledo City, Cebu 3. Receipt by the BAC of Bids Deadline: 10:00 A.M. - 03/6/2017 Procurement/BAC Office, DPWH Cebu 3rd DEO, Toledo City, Cebu 4. Opening of Bids 1:30 P.M. – 03/6/2017 Procurement/BAC Office, DPWH Cebu 3rd DEO, Toledo City, Cebu Department of Public Works and Highways (DPWH)

Contract ID No.: 17HF0023 Contract Name: Reblocking of Concrete Pavement along Cebu-Balamban-Transcentral Road, Toledo-Tabuelan-San Remegio Road, and Cebu-Toledo Wharf Road (Jct. Naga Uling). Location/Sta Limits: 1. Cebu-Balamban-Transcentral Road – K0046+077 – K0046+092 (RS) 2. Toledo-Tabuelan-San Remegio Road – K0050+472 (LS), K0051+515 – K0051+528.5 (LS), K0070+400 - K0070+416 (RS) 3. Cebu-Toledo Wharf Road (Jct. Naga Uling) – K0031+700 (RS) ------

Bidders shall pay the BAC a non-refundable fee of Php1,000.00 for the Bidding Documents, upon securing hard copies of the Documents. Bidders that download the Documents from the DPWH and PhilGEPS websites shall pay the fee upon submission of their bids.

All bids must be accompanied by a Bid Security in acceptable forms which shall be limited to Bid Securing Declaration and at least one (1) other form in the amount stated in ITB Clause 18. Late bids shall not be accepted.

Per provisions of RA 6685 and RA 9710 or the Magna Carta of Women, Bidders must indicate in the Organizational Chart accompanying the Bid Proposal, the total Number of the skilled and Unskilled labor requirements of the project in which “the mandatory minimum percentage of 50% of the unskilled and 30% of the skilled labor requirement shall be recruited and be equally accessible to both women and men”. A “Certificate of Compliance” under oath must be submitted by the Contractor as among the requirements for every progress billing and counter-checked by this office before effecting the payment to ensure compliance.

Contractors/applicants who are interested in the DPWH Civil Works Projects are required to register prior to the set schedule of submission of bid while those already registered shall keep their records current and updated. Contractor’s eligibility to bid on the project will be determined using the DPWH Contractor Profile Eligibility Process (CPEP) and subject to further post-qualification. Information on registration can be obtained at DPWH Website, www.dpwh.gov.ph.

D.O. # 03 series of 2015 requires the submission of Class “A” documents and Financial Statements at least seven (7) calendar days, and the Technical Documents (completed/on-going projects) at least fifteen (15) calendar days before the deadline for the submission of opening of bids to the DPWH-Civil Works Registry (CWR) at Central Office in order to afford sufficient time to update Contractors’ records in the CWR.

Submission of a signed copy of “INTEGRITY PLEDGE” for DPWH Constructors is required per D.O. 86 s. 2013.

The DPWH Cebu 3rd DEO reserves the right to accept or reject any bid and to annul the bidding process any time before the contract award, without incurring any liability to the affected bidders, in accordance with the provisions of Section 41 of RA 9184 and its IRR.

Any requests for additional information concerning this bidding shall be directed to the following:

BAC Chairperson: REYNALDO V. NAVALES BAC Secretariat Head: MA. FE M. MIÑOZA DPWH Cebu 3rd DEO, Toledo City, Cebu DPWH Cebu 3rd DEO, Toledo City, Cebu Telephone No. (032) 322-6321 up to 26 Telephone No. (032) 322-6321 up to 26 Email address: [email protected] Email address: [email protected]

Approved by:

Dates of Publication/Posting: REYNALDO V. NAVALES, D.P.A., ASEAN Eng. PhilGEPS & DPWH Websites: 2/21/2017 BAC Chairperson

Republic of the DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS OFFICE OF THE DISTRICT ENGINEER Cebu 3rd District Engineering Office Toledo City, Cebu

REQUEST FOR QUOTATION (RFQ)

Contract ID No.: 17HF0023 Date: 2/17/2017 Office/End-User: Maintenance Section COMPANY NAME : ADDRESS : TEL.NO./FAX No. : TIN No. : Please quote your lowest price for the Civil Works Pay Item/s listed below, subject to the terms and conditions stated hereunder and submit your quotation duly signed by your representative not later than 10:00 A.M., March 6, 2017 in a sealed envelope, to the BAC Secretariat , Cebu 3rd DEO, Toledo City, Cebu.

Contract ID No.: 17HF0023 Contract Name: Reblocking of Concrete Pavement along Cebu-Balamban-Transcentral Road, Toledo-Tabuelan-San Remegio Road, and Cebu-Toledo Wharf Road (Jct. Naga Uling). Location/Sta Limits: 1. Cebu-Balamban-Transcentral Road – K0046+077 – K0046+092 (RS) 2. Toledo-Tabuelan-San Remegio Road – K0050+472 (LS), K0051+515 – K0051+528.5 (LS), K0070+400 - K0070+416 (RS), 3. Cebu- Toledo Wharf Road (Jct. Naga Uling) – K0031+700 (RS) Source of Funds: CY 2017 Routine Maintenance Fund, Contract Duration: 30 calendar days Approved Budget of the Contract (ABC): Php 745,701.00

TERMS and CONDITIONS: 1. All Entries must be type written or legibly written; 2. Completion Period is within 30 calendar days ; 3. Bid validity shall be for a period of 120 - calendar days from date of bidding; 4. Bidders shall submit Original copy of Current - PhilGEPS Registration Certificate/Mayor's Permit/DTI/Tax Clearance for authentication and the copies shall be attached upon submission of the quotation 5. Valid PCAB License & Registration for the type & cost of contract to be bid. 6. Duly signed Statement of having completed at least one (1) contract that is similar to the contract to be bid 7. NFCC (with K factor fixed at 15)- duly signed 8. Statement of all ongoing & completed contracts ( government or private) 9. Bid Security submission is not required, but Performance Security & Warranty Security shall be submitted. 10. Bidding Documents Fee: PHP1,000.00 NOTE: Other documents required for submission are stated in the Bidding Documents .

REYNALDO V. NAVALES, DPA, ASEAN Eng. Asst. District Engineer / BAC Chairman

Item No. DESCRIPTION / WORK ACTIVITIES QTY. UNIT UNIT PRICE TOTAL PRICE B.5 Project Billboard/Signboard 1 each B.7 Occupational Safety and Health Program 1 month B.9 Mobilization/Demobilization 1 l.s. 101(3)b3 Removal of actual Structure/Obstruction, PCCP 304.55 sq.m. Unreinforced 105((1)a Subgrade Preparation, Common Material 304.55 sq.m. 311(1)c1 Portland Cement Concrete Pavement, thk = 230 mm, 28 304.55 sq.m. days X-X-X-X-X-X-X-X-X-X-X-X-X TOTAL : Php Completion Period : ______Price Validity:______After having carefully read and accepted your General Conditions, I/We quote you in the item(s) at prices noted above. If the space Completion Period, and Price Validity are left blank, it means that I concur with the Terms and Conditions specified by DPWH.

Tel.Nos. Printed Name / Signature / Date Tel.No. /Cellphone No./Email Address

Page 1 of 1