INVITATION TO BID

A. The Department of Public Works and Highways-Metro 1 District Engineering Office, Westbank Road, Manggahan Floodway, Rosario, Pasig City through its Bids and Awards Committee (BAC), invites contractors to apply to bid for the following contracts:

1. Contract ID No.: 017OB0195 Contract Name: Construction of Four (4) Storey, Twelve (12) Classroom, Maharlika Elementary School, Taguig City Contract Location: Taguig City Scope of Work: Construction of School Building Contract (ABC): PhP22,040,775.69 Contract Duration: 240 CD Cost of Bid Documents: PhP25,000.00 Source of Fund: BEFF CY 2016 (Bath 13)

2. Contract ID No.: 017OB0196 Contract Name: Rehabilitation/Improvement of Drainage System along Connecticut Street, Brgy. Greenhills, San Juan City Contract Location: San Juan City Scope of Work: Rehabilitation/Improvement of Drainage System Contract (ABC): PhP19,599,978.59 Contract Duration: 180 CD Cost of Bid Documents: PhP25,000.00 Source of Fund: VILP FY 2017

3. Contract ID No.: 017OB0197 Contract Name: Rehabilitation/Improvement of Drainage System along Eisenhower Street, Brgy. Greenhills, San Juan City Contract Location: San Juan City Scope of Work: Rehabilitation/Improvement of Drainage System Contract (ABC): PhP19,599,917.96 Contract Duration: 180 CD Cost of Bid Documents: PhP25,000.00 Source of Fund: VILP FY 2017

4. Contract ID No.: 017OB0198 Contract Name: Construction of School Building, San Juan National High School, San Juan City Contract Location: San Juan City Scope of Work: Construction of School Building Contract (ABC): PhP14,699,958.56 Contract Duration: 180 CD Cost of Bid Documents: PhP25,000.00 Source of Fund: LIP FY 2017

5. Contract ID No.: 017OB0199 Contract Name: Rehabilitation/Improvement of E. Dela Paz Street to Gil Fernando Avenue via. Guerilla Street, Marikina City, Chainage 0 – Chainage 635 Contract Location: Marikina City Scope of Work: Rehabilitation/Improvement Contract (ABC): PhP10,046,587.02 Contract Duration: 45 CD Cost of Bid Documents: PhP25,000.00 Source of Fund: FY 2016 RA 10717 Extended Regular 2016 Continuing

6. Contract ID No.: 017OB0200 Contract Name: Rehabilitation/Improvement of Drainage System along Club Filipino Street, Brgy. Greenhills, San Juan City Contract Location: San Juan City Scope of Work: Rehabilitation/Improvement of Drainage System Contract (ABC): PhP9,799,549.17 Contract Duration: 150 CD Cost of Bid Documents: PhP10,000.00 Source of Fund: VILP FY 2017

7. Contract ID No.: 017OB0201 Contract Name: Construction of Roads and Drainage, Macario Flores Street, Brgy. Sto. Rosario Silangan, Municipality of Pateros, Contract Location: Pateros, Metro Manila Scope of Work: Construction of Roads and Drainage Contract (ABC): PhP4,899,856.56 Contract Duration: 60 CD Cost of Bid Documents: PhP5,000.00 Source of Fund: GAA LIP 2017

8. Contract ID No.: 017OB0202 Contract Name: Rehabilitation/Improvement of Marikina-San Mateo Road to Shoe Avenue via. Diamond St., Marikina City, Chainage 0 – Chainage 497 Contract Location: Marikina City Scope of Work: Rehabilitation/Improvement Contract (ABC): PhP4,249,286.36 Contract Duration: 45 CD Cost of Bid Documents: PhP5,000.00 Source of Fund: FY 2016 RA 10717 Extended Regular 2016 Continuing

9. Contract ID No.: 017OB0203 Contract Name: Rehabilitation/Improvement of J. P. Rizal Street to N. Roxas Street via. M.H. Del Pilar Street, Marikina City, Chainage 0 – Chainage 433 Contract Location: Marikina City Scope of Work: Rehabilitation/Improvement Contract (ABC): PhP3,533,442.79 Contract Duration: 30 CD Cost of Bid Documents: PhP5,000.00 Source of Fund: FY 2016 RA 10717 Extended Regular 2016 Continuing

10. Contract ID No.: 017OB0204 Contract Name: Rehabilitation of Slope Protection along Pansipit Creek, Brgy. Santolan, Pasig City Contract Location: Pasig City Scope of Work: Rehabilitation of Slope Protection Contract (ABC): PhP1,959,999.83 Contract Duration: 60 CD Cost of Bid Documents: PhP5,000.00 Source of Fund: GAA 2017

11. Contract ID No.: 017OB0205 Contract Name: Construction of Multi-Purpose Building including Site Development at Tierra Vista, Brgy. Nangka, Marikina City Contract Location: Marikina City Scope of Work: Construction of Multi-Purpose Building Contract (ABC): PhP1,959,938.80 Contract Duration: 60 CD Cost of Bid Documents: PhP5,000.00 Source of Fund: LIP 2017

12. Contract ID No.: 017OB0155 Contract Name: Rehabilitation/Improvement of Road and Drainage, J. Arellano Street, Barangay Pedro Cruz, San Juan City Contract Location: San Juan City Scope of Work: Rehabilitation/Improvement of Road and Drainage Contract (ABC): PhP1,959,485.67 Contract Duration: 90 CD Cost of Bid Documents: PhP5,000.00 Source of Fund: LIP 2017 Re-Advertised

13. Contract ID No.: 017OB0167 Contract Name: Repair/Rehabilitation of Multi-Purpose Building, Brgy. Malinao, Pasig City Contract Location: Pasig City Scope of Work: Repair/Rehabilitation of Multi-Purpose Building Contract (ABC): PhP2,449,542.80 Contract Duration: 60 CD Cost of Bid Documents: PhP5,000.00 Source of Fund: GAA 2017 Re-Advertised

A. Prospective bidders shall submit, as part of its technical documents for eligibility, a “statement of all of its ongoing and completed government and private contracts, including contracts awarded but not yet started, if any, whether or not similar in nature and complexity to the contract to be bid, within ten (10) years from the date of submission and receipt of bids.” A single contract similar to the project equivalent to at least fifty percent (50%) of the ABC. The description of an eligible bidder is contained in the bidding documents, particularly, in section II, instruction to bidders. For this purpose, the bidder shall use the attached Form DPWH-J.

B. Submission of updated 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 or opening of bids to the DPWH-Procurement Service.

C. Prospective bidders shall comply with Department Order No. 80, Series of 1990 as amended by Department Order No. 8, Series of 1996 relative to minimum Materials Testing Equipment.

D. Bidding will be conducted through open competitive bidding procedures using non-discretionary pass/fail criterion as specified in the Revised Implementing Rules and Regulations (IRR) of Republic Act 9184 (RA 9184), otherwise known as the “Government Procurement Reform Act”.

Bidding is restricted to Filipino Citizens/sole proprietorships, or organizations with at least seventy five percent (75%) interest or outstanding capital stock belonging to citizens of the .

E. Interested Bidders may obtain further information from Metro Manila 1 District Engineering Office, and inspect the Bidding Documents at the address given below from [8:00A.M.-12:00NN and 1:00P.M.-5:00P.M.].

F. A complete set of Bidding Documents may be purchased by interested bidders from the address below and upon payment of a non-refundable fee for the Bidding Documents.

It may also be downloaded free of charge from the website of the Philippine Government Electronic System (PhilGEPS) and the website of the procuring Entity, provided that bidders shall pay the fee for the Bidding Documents not later than the submission of their bids.

G. The Metro Manila 1 District Engineering Office, will hold the Pre-Bid Conference on February 24, 2017 at 2:00 P.M. at MM1DEO Conference Room, Westbank Road, Manggahan Floodway, Rosario, Pasig City, which shall be open only to all interested parties who have purchased the Bidding Documents.

H. Bids must be delivered on or before March 09, 2017, at 10:00 A.M., likewise, the BAC-Secretariat will not honor Special Power of Attorney (SPA). We shall only accept documents from authorized liaison officer as designated in the respective CRC’s. Bid will be opened at 2:00 P.M., at Metro Manila 1 District Engineering Office, Westbank Road, Manggahan Floodway, Rosario, Pasig City. The prospective bidder shall be given the option to post a Bid Securing Declaration or any other form of Bid Security stated in ITB Clause 18.1

Bids will be opened in the presence of the bidder’s representatives who choose to attend at the aforesaid address. Late bids shall not be accepted.

I. The Metro Manila 1 District Engineering Office, reserves the right to accept or reject any bid, to annul the bidding process, and to reject all bids at any time prior to contract award, without thereby incurring any liability to the affected bidders.

J. For further information, please refer to:

MARIO E. ALCANTARA Chief, Maintenance Section Engineer III/BAC Chairman NOTED

ROBERTO S. NICOLAS District Engineer

NCR.12.5 VCG/rjv