S
I
N
S
I
D
E
FOR YOUR
EYES ONLY
The vibrant world of
eye fashion offers
trendy eye wear for
men and women.
THIS weeks column puts on the
spotlight everybodys favorite
preoccupationeating. Two
recent events drew in overow
crowds simply because what was
featured were attractive come-
ons that gave everyone, the party
people especially, a valid reason
to have fun.
Fabulous meals
ACADEMY Award-winner Octavia Spencer is rarely seen
on the red carpet wearing a dress thats not made by Tadashi
Shoji. Throughout the 2012 awards season, the actress was
dressed by Tadashi and the ensembles earned her a spot in
almost every best-dressed list.
red-carpet
designer
The
By Ed Biado
be an event that goes beyond
perfection, beyond passion. It
will be a transcendental feast for
all the senses.
Famealy matters
The Shangri-La Plaza
Grand Atrium was the venue
for the launch of Monde
Nissins Famealy Matters:
50-Plus Stories of Everyday
Intimacy at the Family Dining
Table, a compilation of well-
known personalities stories of
memorable meal time moments
with their loved ones.
During the evenings program
hosted by Suzi Entrata-Abrera,
the books publisher Francis
Kong welcomed invited speaker,
Education Secretary Bro. Armin
Luistro, FSC, who shared his
insights on the importance of
having family meals together.
Some of the notable
celebrity-contributors of the
book graced the occasion
ABS-CBN Publishing
managing director Ernie Lopez,
Studio 23 managing director
March Ventosa, Mansmith
and Fielders president Chiqui
Escareal-Go, Plains & Prints
founder Roxanne Ang Farillas,
Monde Nissin marketing
director Marivic Cajucom-Uy,
GE Philippines chief executive
ofcer Jocot de Dios, East
West Bank and Sky Cable
director Paul Aquino, Gawad
Kalinga executive director Luis
Oquiena, celebrity lawyer
Adel Tamano, TV host Edu
Manzano, basketball star Chris
Tiu, Appetite editor-in-chief
Nina Daza-Puyat, columnist
Elizabeth Lolarga, author
Queenie Lee-Chua, columnist
Cathy Babao-Guballa, TV host
Edric Mendoza, and blogger
Anton Diaz.
Through the new book,
Monde Nissin reminds Filipino
families of the joys that come
with sharing meals with your
loved ones, highlighting the need
for each family member to make
the effort to partake in the family
salu-salo. It is now available
at all National Book Store and
Powerbooks outlets.
----------O----------
YOUR WEEKEND
CHUCKLE:
FRIGHTENING STATISTIC:
25 percent of women in the US are
on medication for mental illness.
Thats scary. It means75 percent
are running around untreated!
----------O----------
For feedback, Im at
bobzozobrado@gmail.com
Spiral is back
After having been closed
for more than a year, Sotel
Philippine Plaza Manilas
premiere food and beverage
outlet, the 452-seat Spiral is
springing back to action. Not
too long ago, the hotel invited
selected members of the Media
and some loyal friends to a sneak
preview of what the restaurant
will be offering its guests.
For foodies like you and me,
Spiral will be a virtual Heaven
because it boasts of 21 food
stations, which executive chef Eric
Costille prefers to call ateliers
because every item served in these
stations are culinary masterpieces.
These are: Salad and Appetizer,
LEcailler (Neptunes catch),
Sushi Salami, LEpicerie (meat
and cheese), Hot Japanese,
French Stove, Rotisserie, Wood
Fired Oven, Churrasco, North
Indian, Asian Noodles, Peking
Duck Oven, Chinese Wok, Steam
Baskets, Filipino, Thai, Korean,
La Boulangerie (bakery items), La
Patisserie (pastries), Chocolaterie,
and Creamery (ice cream).
Sotel general manager
Goran Aleks proudly claims
that the restaurant, extensively
renovated to the tune of US$11
million, will revolutionize the
art of interactive dining, never
before seen in any restaurant
in the Asia-Pacic region. The
renovated restaurant now has
La Veranda, an indoor trendy
lounge that opens to an outdoor
terrace with four gazebos leading
to the iconic lagoon-shaped pool.
It also has six private dining
rooms labeled with interesting
names like Hidden, Voyeur,
Indulgence, Epicure, Decadence
and Tasting.
The classy and elegant staff
uniforms, conceptualized and
designed by Rajo Laurel,
make the new Spiral even
more attractive as they are
a perfect t for the soothing
interiors designed by Masakazu
Koizumi. He put together nature
and modern industrial elements
in harmony, intertwined with the
best of both Filipino and French
design.
As Goran Aleks put it,
Dining at Spiral will now
Famealy Matters
contributor Au-
drey Zubiri-Tan
Actor and TV
host Edu Man-
zano
Secretary of Education Bro. Armin
Luistro shared a special message on
the importance of eating together
as a family
TV host and professional basket-
ball player Chris Tiu with Monde
Nissins Gen Aquino
Actress and TV host Sharon
Cuneta
Executive Chef Eric Costille and his Culinary Team
Executive Chef Eric
Costille orches-
trating culinary
preparat
F&B Uniforms by Rajo Laurel
Sotel GM Goran Aleks being interviewed
by Angel Jacob
The
Mouth-
watering
Pastries
of Spiral
The Ham
and Cheese
Atelier
The recently minted Council of
Fashion Designers of America member
hasnt had a red-carpet moment before
Spencer. But when the Best Supporting
Actress went to the Oscars and went
up the stage to accept her award in
an incredible white beaded number,
Tadashi immediately became the one to
watch. Being a CFDA member is kind
of a big deal as well, as membership to
the organization is by invitation only, a
privilege granted only to top designers.
I wasnt famous before, the
Japanese designer modestly says,
explaining why it took him this long to
get invited to join the CFDA.
Well, he is now. A bonade designer
to the stars, Tadashi has dressed Kate
Beckinsale, Queen Latifah, Julie
Bowen, Monique, Mena Suvari,
Kaley Cuoco, Maggie Q, Tina
Fey and a slew of other Hollywood
celebrities, not to mention countless
Asian stars and artists. He is also the
ofcial designer for the Miss USA and
Miss Universe pageants.
Today, Tadashi is one of the most
important designers in the world.
His designs are carried in over 4,000
department stores and high-end retailers
across the globe, including Rustans. To
celebrate his success, Rustan Commercial
Corporation president Zenaida Tantoco
invited Tadashi to come to Manila so he,
himself, can lead the Philippine launch
of his Fall/Winter 2012/13 collection.
The show was staged at the Peninsula
Manilas Rigodon Ballroom on the
evening of Oct. 24. An auction featuring
three special-edition handpicked looks
was held as well for the benet the
Philippine Red Cross.
I wanted to be an artist [when I
was young], Tadashi told local fashion
writers over lunch that same day. But
when he visited Los Angeles in his
youth, he stumbled upon an art school
with a fashion design program that
grabbed his attention. He was amazed
at how a simple and at piece of fabric
can be transformed into something
three-dimensional. He considered that
art. So instead of pursuing his initial
dream, he went on to get a degree in
fashion design instead, becoming an
accidental designer of sorts.
In 1982, after gaining several years
of experience in the fashion industry,
he set up the Tadashi fashion house.
The label, specializing in evening and
special-occasion dresses, experienced
steady growth through the years due
to Tadashis own brand of intricate
beadwork and embroidery, dressy
comfort and wearability. A tried
and tested formula, these elements
still make up the framework of the
designers new collections.
For the fall 2007 season of New
York Fashion Week, Tadashi introduced
the Signature Collection, a line
of high-end one-of-a-kind pieces
made using couture techniques,
such as hand-embroidery and
hand-beading on opulent and
expensive fabrics.
As for the current collection,
the inspiration is the Golden
Age of Shanghai, envisioned by
Tadashi as a glamorous world
of modernity, transformation, and
prosperity [before] a darker time.
lace, chiffon, silk and velvet are
the luxurious fabrics utilized in
creating drop-waist and column
constructions. The hemlines
are dropped a few inches below
normal to give the impression of
excess. Rich hues of blue (marina),
green (seagrass), red (ame) and
gold (hazel, ginseng and pearl) are
dominant and evocative of wealth.
Though the designs are decidedly
contemporary western, subtle
hints of eastern sophistication are
found in every piece, especially in
the embroidered ones.
The entire Fall/Winter 2012/13
collection was presented at the
Manila runway show. However,
only selected pieces are on retail
at Rustans. Ladies who want to
purchase a Tadashi creation that
isnt locally available may request
the department store to order it
for them from China, where the
dresses are made. Delivery can be
expected within a week.
Tadashi Shoji
Tadashis
latest
collection
MONDAY C2
NOVEMBER 12, 2012
Gianna Maniego, Editor
Dinna Chan Vasquez, Assistant Editor
ManilaStandardToday
#lovemy
standardlifestyle@gmail.com
fashion beauty health wellness
CYAN MAGENTA YELLOW BLACK
CYAN MAGENTA YELLOW BLACK CYAN MAGENTA YELLOW BLACK CYAN MAGENTA YELLOW BLACK CYAN MAGENTA YELLOW BLACK CYAN MAGENTA YELLOW BLACK CYAN MAGENTA YELLOW BLACK CYAN MAGENTA YELLOW BLACK CYAN MAGENTA YELLOW BLACK CYAN MAGENTA YELLOW BLACK CYAN MAGENTA YELLOW BLACK CYAN MAGENTA YELLOW BLACK CYAN MAGENTA YELLOW BLACK
beauty
memo
beauty
memo
By Dinna Chan Vasquez
A popular eyewear brand from Hawaii,
Maui Jims is now available in the Philip-
pines. The brand enters the local market
with two important models. Banyans and
Sunset, under the MJ Sport Collection, are
made for men who live and play actively.
Recognizing that sunglasses are a neces-
sary accessory to protect the eyes from
the damaging effects of sun exposure,
the sunnies are made with the trademark
PolarizedPlus multilayer lens technology
to ensure 100-percent elimination of glare
and UV rays.
Maui Jims shades are also waterproof,
anti-grease and anti-smudge. According
to press notes, the lenses have the ability
to enhance color, upgrade clarity and limit
the amount of distortion that comes from
wearing glasses, assuring optimum clar-
ity and visibility. The MJ Sport models, in
particular, incorporates a scratch-resistant
coating that adds durability and mini-
mizes the risk of damage even in extreme
conditions.
Meanwhile, popular accessories brand
Coach is introducing its new eyewear lines
to the Philippines. The leather goods mak-
er prides itself in exquisite renement and
craftsmanship and classic all-American
style; and it extends that attention to qual-
ity and aesthetics to its expansion lines, in-
cluding eyewear. Balance between luxury
and affordability is selling point.
The 4Cs Logo collection is composed
of oversize frames t for a celebrity. Both
sunglasses and clear glasses come with la-
ser-engraving at the temple inlaid with the
metallic Cs logo. Hardware nishes range
from metal to lightweight acetate while
lenses are in a variety of gradient shades.
Coachs other offering the Lozenge
Logo collection, features the well-known
lozenge logo prominently and enameled
to exude luxuriousness. The classic avia-
tor, the cat eye and the bumblebee are re-
interpreted in the form of new streamlined
silhouettes while maintaining the styles
iconic feel. A distinctive feature is the so-
FILIPINOS may not be getting the right amount of
most vitamins and minerals they need every day. At
the same time more Filipinos are becoming over-
weight and obese. According to the 2008 survey of
the Food and Nutrition Research Institute (FNRI),
this trend also exposes more Filipinos to health risks.
According to the survey data, while 1 out of 10
Filipino adults still have chronic energy deciency
(CED, a term referring to the state of being under-
nourished), there is also the other end of the extreme:
3 out of 10 Filipinos are overweight.
Overnutrition is a form of malnutrition in which
there is an imbalance in the consumption of nutrients.
In the case of overweight and obesity, this means that
a person is, in general, eating too many high calorie
foods.
High blood sugar, cholesterol
The FNRI survey also
found that there is now
an increasing preva-
lence of high fasting
blood sugar (FBS) for
more Filipinos.
The prevalence of
high FBS among Fili-
pinos has gone from 3.9
percent in 1998, to 3.4
percent in 2003 and up
to 4.8 percent in 2008.
Cholesterol levels of
Filipinos have also been
going up. Total choles-
terol levels of Filipinos
went up from 8.5 percent in 2003 to 10.2 percent in
2008.
Balanced dietat right amounts
Young, middle-aged, and older adults can ensure
that they have enough energy and greater resistance
to disease by living a healthy lifestyle, which includes
eating a balanced diet.
Wheat bread, brown rice, and corn, for example,
are preferable to white rice and white bread. This
is because white bread and white rice are too pro-
cessedthey lack ber and are too easily converted
to energy.
The role of supplements
Along with a healthy diet, we can get maximum
nutritional benets and good health by choosing the
right vitamins and minerals supplement. Centrum is
complete and specially balanced with 30 vitamins
and minerals our body needs, from vitamin A to Zinc.
Taking Centrum can help complete your nutritional
needs every day.
By Ed Biado
FASHION allows women to dress up a
thousand and one ways that are depen-
dent on trends, season, location, occa-
sion, dress code and ones personal style.
Men, on the other hand, have very limited
choices. For most instances where theres
a need to dress up, the good old-fashioned
suit is the safest bet.
While dress codes these days are not al-
ways strictsome of which, such as cre-
ative informal, cocktail chic and black-tie
optional, actually encourage nontradition-
al outtsthere will come a time in every
mans life that he will need to wear a suit.
That a suit is arguably the only dressy op-
tion for men is no reason for it to be plain
and boring. Just ask Harvey Specter and
Neal Caffrey.
As such, ev-
ery guy needs to
learn how to get
the perfect suit
for himself. De-
tails magazine
compiled a list of
everything there
is to know about
suiting up in an ar-
ticle called The Complete Guide to Suits:
57 Rules of Style. Here are some of the
most important points:
Fit is everything. No matter how ex-
pensive your suit is, if it doesnt t you the
right way, it will look cheap and lousy on
you. On the ip side, a department store-
bought suit, altered to t your body pro-
portions and dimensions, will look pol-
ished and more expensive than it really is.
Youll know that a jacket ts well if youre
able to t a st between your chest and
the fabric when its buttoned and if the
sleeves reveal about half an inch of shirt
cuff. Further, tailoring your pants a little
bit short will add distinctiveness to your
simple look, especially for slim-t styles.
For less formal settings, not wearing a
tie is acceptable, but its best to keep your
shirt collar on the smaller side. Not only
that, a trim, shortened collar also works
great with a winter knit tie. That brings us
to the rule on tie barsthey should never
be wider than your tie.
To steer clear of bleakness, patterns are
your friend. Ties with polka dots are a
great way to bring energy to a suit while
a herringbone or glen plaid [suit] in a
muted shade makes an impression. Just
remember that if the pattern of your tie
is already bold, go for a simple shirt. But
subtle patterns on both the tie and the shirt
can work well together. Pocket squares
should never be forgotten as well, as a
dark, patterned [one] provides a welcome
visual anchor to a light-colored suit.
For more tips on suits, including tai-
loring details and specications to take
note of, and rules on buttons, shirt-and-
tie combinations and accessorizing, go
to www.details.com/style-advice/rules-
of-style/201209/mens-suits-tailoring-
guide.
How a suit
should be
SOMETHING sleek and functional for the guys,
something stylish and quintessential for the ladies
and a progressive advertising campaign that harkens
back to unsung key moments in modern history. All
these in the vibrant world of eye fashion.
Filipino adults
face health risks
How to deal with stress
LOOKING at her light frame and soft fea-
tures, one wouldnt think that 31-year-
old Patricia Denise Hizon is into combat
sports, particularly Jiu-Jitsu and Muay Thai.
Trish, as she prefers to be called, keeps her-
self in tip-top shape by running regularly
and joining marathons occasionally. She is
a member of the prestigious Evolve Gym in
Singapore where she has been based for the
last seven years.
She grew up seeing the importance of
being active because as a child, she always
saw her parents working out. I love the
discipline these sports bring. Aside from
the fact that they keep me on my toes
literally, they also make me more condent
and more comfortable with myself, Trish
shares. Engaging in martial arts is her self-
defense against burnout, a way to de-
stress her mind at days end. Always looking for new things to explore, she
has just learned how to ride a bike. To keep things balanced, I travel and go
out with friends. I also take yoga classes to relax.
At the other end of the spectrum, husband-and-wife tandem Miguel and
Cachelle de Alba have their hands full running the familys Alba Restau-
rante Espanol. Chef Miguel is in charge of the kitchen while wife Cachelle takes
care of marketing and promotions. Work is seven days a week. Multi-tasking
is essential to getting things done while still having time for my family and my-
self, says Cachelle. Like his wife, Miguel works hard every day.
But while the couple is often hard-pressed for time, they refuse to make it
an excuse to lead a sedentary lifestyle. Quite the opposite, they are very much
into physical tness and share a common interest:
running.
My week is incomplete if I dont run
or go to the gym. My goal is to n-
ish a marathon before I hit 40, says 36-year-
old Cachelle who is also into TRX, bands and aero-
boxing. Miguel, meanwhile, is into trail running and
ultra marathons.
Eating well, staying healthy
At some point, work-related stress is likely to take
a toll on ones health, something that a career wom-
an like Trish and entrepreneurs Miguel and Cachelle
cannot afford.
I feel I do not get all the vital nutrients I need
in a day because I am too busy with work and other
chores. So I take vitamins to ensure that I am healthy
despite my active lifestyle, notes Trish. She takes
supplements like glucosamine, sh oil, Vitamin B,
iron and Vitamin C.
She also discloses that skipping fast food, avoiding fried and oily dishes and
loading up on vegetables everyday has become a habit. When she feels that
shes about to get sick or when her resistance is low, Trish says that she takes
Poten-cee Forte.
Ascorbic Acid Poten-cee Fortes 1-gram formulation sufciently gives all
the benets of Vitamin C to help cope with stress and the challenges of life. Its
8-hour time-release formula ensures a constant level of Vitamin C in the blood
to keep the immune system protected all throughout the day providing effec-
tive, sustained defense against sickness. Poten-cee Forte is a quality product
of Pascual Laboratories. It is available in major drugstores and supermarkets
nationwide.
called Asian t, which is made with a
custom bridge and specialized nose-pad
arm to complement the unique facial
bone structure of Asian women.
And now, a brand that really doesnt
need to create new styles because its
old ones are still the most sought after
eyewear designs in the world. Ray-Ban
is arguably the leading and most iconic
name in the eyewear arena. With global
presence spanning 75 years, the brand
is known for the classic Aviator, a style
that was launched a long time ago (in
1937, to be specic) but has remained
popular throughout its existence. The
Wayfarer model, on the other hand, be-
came a pop culture staple in the 50s
upon being seen on Marilyn Monroe,
Kim Novak, James Dean, Bob Dylan
and a slew of other famous folk. And it
endures until today.
In 2007, the then-70-year-old compa-
ny launched the Never Hide advertis-
ing campaign that encourages consumers
to be true to themselves. Ray-Ban reaf-
rms the message this year when it came
out with a series of photographs entitled
Legends in celebration of its diamond
jubilee.
Seven images, each representing a
decade from the 30s to the 90s, depict
trailblazing individuals defying social
conventions in game-changing scenar-
ioswearing Ray-Ban, of coursean
analogy perfect for a brand that tran-
scends eras and trends. And if the snap-
shots look realistic, its because theyre
all representations of real people and
events.
The military volunteer is based on Lt.
Raymond Swalleys experience ying
with the Marines in the 1930s. The man
holding hands with another man out in
the open is writer Taylor Meads true-to-
life story about being a gay man in New
York in the 1940s. The rowdy dancers on
the dance oor is a reection of singer
Norman Blagman performing in the
Bronx in the 1950s.
The modish woman in a high society
event is a nod to Judi Cohen wearing
a mini skirt in the 1960s. The couple
passionately kissing in the middle of a
riot is a scene from Donna Ellabys ac-
counts of the May Day protests in the
1970s. The scantily-clad female exiting
a club is inspired by Yaka Chupenko
being a member of a punk band in the
1980s. The white rapper is a reference
to The Rugged Man nding his place in
an African-American-dominated eld
in the 1990s.
The gallery has been reaping praises
since it was unveiled for being inclusive
and really capturing the Never Hide
theme. It indeed is a great way to cel-
ebrate seven and a half decades of game-
changing success and relevance.
All three brands are distributed in the
Philippines by Branded Lifestyle Inc.
Maui Jims is available at LS Pascual,
Adora, Sarabia Rockwell and Rustans
Shangri-la Plaza Mall. Coach is available
at Adora, LS Pascual, Almeda Optical,
Unique SM Mall of Asia and SM Depart-
ment Store.
ONLY
eyes
By Ed Biado
FOR YOUR
BEAUTY does not just come from jars and bottles.
Beauty, according to experts, can also be achieved
with wellness products. GNC offers health solu-
tions for women who are looking for beauty from
the inside, so to speak.
These include Womens Hair, Skin, and Nails
Formula, a three-in-one product that contains a
combination of essential nutrients such as biotin,
lutein, amino acids, and antioxidants that help
maintain healthy hair, skin and nails.
GNC also carries Resveratrol, an all-around
antioxidant with strengthening, anti-aging and
anti-inammatory properties. Taking in a good
amount of Resveratrol helps bring back ones
youthful glow and vitality. Another product with
much promise is Collagen Enhance, the latest skin-
care breakthrough from GNC. Featuring a power-
ful combination of collagen and hyaluronic acid, it
works to diminish ne lines and plump the skins
visible layer for a younger looking complexion.
Biotin is part of the B complex group of vitamins,
which helps the body to convert food (carbohydrates)
into fuel (glucose), which is used to produce energy.
These B vitamins, often referred to as B complex
vitamins, also help the body metabolize fats and
protein. B complex vitamins are needed for healthy
skin, hair, eyes, and liver. They also help the nervous
system function properly. Your body needs biotin
to metabolize carbohydrates, fats, and amino acids,
the building blocks of protein. Biotin is often rec-
ommended for strengthening hair and nails and its
found in many cosmetic products for hair and skin.
Lutein, a plant carotenoid decient in most West-
ern diets, helps improve a persons vision.
Collagen gives body tissues form and provides
rmness and strength; elastin gives the same body
tissues much need exibility. This combination of
collagen and elastin is very important in many parts
of the body, including, but not limited to, the lungs,
bones, and tendons. Even the blood vessels rely on
collagen and elastin.
Research suggests that resveratrol might help
protect the body against a number of diseases, in-
cluding heart disease, cancer and diabetes.
Resveratrol has also been linked to prevention of
age-related problems such as heart disease and insu-
lin resistance. Researchers believe that resveratrol
activates the SIRT1 gene, a biological mechanism
that protect the body against the harmful effects of
obesity and the diseases of aging.
GNC lets customers take home a free GNC sling
bag with every P4000 minimum single receipt pur-
chase or with every purchase of Womens Hair,
Skin, and Nails Formula, Collagen Enhance and
Resveratrol until November 30.
De Alba Family Cachelle De Alaba and Miguel De Alba with
daughter Maya Angela
Inner beauty
Coach eyewear
Ray-ban Shooter (1938)
CYAN MAGENTA YELLOW BLACK
CYAN MAGENTA YELLOW BLACK
TAIWANESE computer maker ASUS
reached another signicant milestone on
its journey In Search of Incredible with
the recent launch of new mobile and desk-
top computers powered by Microsoft Win-
dows 8.
Unveiled during a mesmerizing performance by technological
illusionist Marco Tempest, the exciting range array of tablets,
notebooks, ultraportables and all-in-one PCs offer unprecedented
ease of use through a combination of innovative design and intuitive
multi-touch control, according to the company.
We are approaching a critical transition from an age of personal
computing to a new era of ubiquitous cloud computing, where
every device must be intuitive, mobile and adaptable, said ASUS
Chairman Jonney Shih. With Windows 8 and our relentless pursuit
of incredible innovation, ASUS is at the very forefront of this
transition.
ASUS TAICHI
An incredible fusion of notebook and
tablet, ASUS TAICHI is an ultra-slim,
ultra-stylish ultraportable that features a
unique dual-screen design with back-to-
back 11.6 Full HD displays. It combines the
best features of both multi-touch tablet and
Ultrabook and switches seamlessly between
the two simply by lifting a nger.
With the lid open, TAICHI is a powerful
Ultrabook with a backlit keyboard
for dealing with even the most
demanding productivity tasks. With
the lid closed, TAICHI is a lightweight multi-
touch tablet for easy and intuitive use with
Windows 8 when on the move. Both screens
can also be used simultaneously
and independently for unparalleled
mobile exibility.
ASUS Taichi
a l s o
features a
powerful
Intel Core
quad-core
i7 or dual-
core i5
NOVEMBER 12, 2012 MONDAY
C3
ManilaStandardTODAY
email: tech@mst.ph
Marlon Magtira, Section Editor
Tech
ManilaStandardToday
bares premium pricing
Singles Day online shopping a big hit in China
Apple,
Taiwans
HTC end
disputes
By Joe Mcdonald
BEIJINGLei Shujie, a designer in
Shanghai, piled up a wish list for Sunday,
a quirky holiday dubbed Singles Day
that has grown into Chinas--and possibly
the worlds--busiest online shopping day.
Clothes, a pillow, a cabinet to give a
friend--Lei put off buying until Sunday,
when retailers promised discounts of up
to 70 percent. The prices are irresistible,
she said.
Singles Day was begun by Chinese
college students in the 1990s as a version
of Valentines Day for people without
romantic partners. The timing was based
on the date Nov. 11, or 11.11--four
singles. Unattached young people would
treat each other to dinner or give gifts to
woo that special someone and end their
single status.
That gift-giving helped to turn it into
a major shopping event as sellers of
everything from jewelry to TVs to cars
saw a marketing opportunity and launched
Singles Day sales. It is Chinas answer to
Cyber Monday in the United States--the
day after Thanksgiving weekend, when
online Christmas shopping begins and
merchants have their busiest sales day.
Companies that are rushing to cash in
on the holiday range from Alibaba Group,
operator of Chinas biggest e-commerce
platforms, to rival platforms such as
360buy Ltd., mom-and-pop companies
that sell online and delivery services.
In the rst 13 hours of selling on Sunday,
the 50,000-plus merchants on Alibabas
consumer-oriented Tmall.com took in 10
billion yuan ($1.6 billion), the company
announced on its microblog account.
That would top the total of $1.25 billion
that research rm comScore said US
online retailers took in last year on Cyber
Monday and might make Singles Day the
biggest e-commerce sales day on record.
This is very, very big for us, Steve
Wang, vice president of Tmall.com and
head of Web site operations, said in a
phone interview. The company said on its
Web site that Sunday might be the biggest
e-shopping orgy ever.
The spending binge will be welcome
news for communist leaders who want
to shift the basis of growth in the worlds
second-largest economy from trade and
investment to consumer spending and
service industries. Weak global demand for
Chinese exports has added to the urgency
of ramping up domestic consumption.
China has the worlds biggest population
of Internet users, with 538 million people
online. Its population of online shoppers
also is the biggest at 193 million, versus
170 million for the United States,
according to Boston Consulting Group. It
trails the US and Japan in online spending
but, despite average incomes less than
one-tenth the American level, is forecast
to rise to rst place as early as 2015.
The Communist Partys latest ve-year
development plan calls for more than
quadrupling annual e-commerce volume
from 2010 levels to 18 trillion yuan
($2.9 trillion) by 2015. The party tries to
block access to online material deemed
subversive or pornographic but promotes
Web use for business and education.
The Internet today in China is similar
to television in the 1960s and 70s in
the West--the place where consumers
congregate and companies need to locate,
Boston Consulting Group said in an April
report.
Alibaba, founded by a former English
teacher, Jack Ma, grew into one of the
worlds biggest e-commerce players by
linking Chinese suppliers with Western
manufacturers and retailers. It branched
into consumer sales with the 2003 launch
of Taobao, which operates Tmall.com.
Alibaba also operates Chinas biggest
online payment system, Alipay.
Tmall.com accounted for 45.1 percent
of business-to-consumer online sales
in China in the three months ending
in September, according to Analysys
International, a research rm in Beijing.
360buy was in second place with 17.4
percent. Boston Consulting Group said
more products were sold through Taobao
in 2010--about 48,000 per minute--than
at Chinas top ve bricks-and-mortar
retailers combined.
Alibaba has so many assets that they
can integrate that its hard to compete
with them, said Mark Natkin, managing
director of Marbridge Consulting, a
technology consulting rm in Beijing.
Other rivals include clothing retailer
Vancl.com, bookseller Dangdang.com,
Amazon.com Inc.s joint venture with a
Chinese partner, and traditional retailers
such as consumer electronics chain Suning
Ltd. that have expanded online. Walmart
Stores Inc., which operates 340 outlets
in China, boosted its online presence last
month by expanding its stake in online
retailer Yihaodian to a controlling 51
percent.
In addition to its e-commerce platform
used by other merchants, 360buy also is
Chinas biggest online retailer, selling
consumer electronics and other goods
directly to customers.
The source of Singles Days rise as
Chinas online shopping day is a matter
of debate by Chinese commentators and
industry analysts.
Some cite demographics and timing:
University graduates who adopted the
holiday earn more and shop online. Singles
Day comes as people receive monthly
paychecks and need to buy winter clothes.
Unlike other events such as the Lunar
New Year, Chinas biggest family holiday,
it involves few other expenses such as
travel or banquets, leaving more money
for gifts.
And there is the romantic angle that
might prompt shoppers to open their
wallets.
This is about giving a gift that will
woo that perfect someone, Natkin said.
If you play your cards right, you only
need to make that purchase once.
Lei, the Shanghai designer, wound up
buying only the pillow from her shopping
list for 118 yuan ($18) because other
discounts werent as big as she hoped.
I will wait to see if I can get them
later, she said.
Companies began preparing for Sunday
months in advance.
At its headquarters in Hangzhou,
southwest of Shanghai, Alibaba set up
200 lounge chairs for its 800-strong staff
to rest during the day. The company
rented 180 rooms at nearby hotels for
longer breaks. AP
APPLE Inc. and HTC Corp. settled
all global lawsuits and signed
a 10-year licensing agreement,
ending a dispute that threatened
their shipments of mobile devices.
Apple, which accused HTC
of copying features that made its
iPhone unique, will continue
to stay laser focused on product
innovation, chief executive Tim
Cook was quoted as saying in a
joint press release conrmed by
both companies.
HTC had accused the Cupertino,
California-based maker of iPads
and MacBooks of infringing its
wireless patents.
An Apple complaint to the US
International Trade Commission
sought to block imports of HTC
smartphones because the devices
allegedly copied the iPhones
pinch-to-zoom feature. HTC
fought back, alleging infringement
of patents it bought last year for
ways to reliably transmit a larger
amount of data. Both parties
declined to provide details of the
settlement.
This is denitely a positive
surprise for HTC, said Daniel
Chang, who rates the stock
underperform at Macquarie
Group Ltd. in Taipei. The shares
will probably get a bump on this
news, though it doesnt solve
the structural problems at the
company.
Shares of HTC, the Taoyuan,
Taiwan-based maker of One,
Desire, and Sensation handsets,
have fallen 55 percent this year in
Taipei trading, after a 42 percent
drop last year spurred by continued
market-share losses, falling sales
and lower prot. Bloomberg
ASUS unveils touch-enabled
bares premium pricing
processor
with 4GB
memory, Intel HD
4000 graphics and
a choice of 128GB or
256GB SSD storage. ASUS Taichi 21 with quad-core i7
processor and 256GB storage will sell for PhP85,995.
ASUS ZENBOOK Series
The newly expanded ASUS ZENBOOK Series of sleek and stylish
ultraportables now features a range of specications and screen sizes
to suit every mobile need. ZENBOOK features an award-winning,
precision-engineered, design with a beautiful spun-metal nish
and a stunning razor-thin prole. Brilliant high-denition displays,
powerful quad-core processors and lightning-quick solid-state
storage feature throughout, while optional multi-touch on select
models gives full gesture control with Windows 8.
ASUS VivoBook Series
hinge enables the screen to be used at almost any angle ET2300
folds at to the table-top for multi-touch use with Windows 8 and sits
upright for traditional productivity use. It features spatial-audio array
speakers and two subwoofers for cinematic sound quality.
The ASUS ET2300 All-in-One desktop PC will be made available
for PhP49,600 with an Intel Core i5-3330 (6M Cache, 3.0 GHz, Turbo
Boost up to 3.2GHz) and Microsoft Windows 8 OS pre-installed.
ASUS VivoBook S200 and S400 ultraportables offer a
stylish combination portability, durability and affordability
for mainstream Windows 8 users. With specications that
include 3rd generation Intel Core processors for excellent
multi-tasking performance, VivoBook is available with an
11.6 or 14 high-denition screen and features a large
multi-touch touchpad, incredible SonicMaster audio, and a
choice of hard drive and hybrid storage.
They are ideal for the increasingly cloud-based nature
of computing, supporting seamless connectivity and usage
on the go all models include 32GB of ASUS WebStorage
space at no charge for three years.
The ASUS VivoBookX202E will be available soon
locally in two congurations: Intel Core i3
processor at PhP26,995 and Intel Celeron
processor at PhP20,995. The VivoBook
S400 will available for PhP35,995.
ASUS VivoTab Series
With slim, light designs and
optional lightweight
keyboards, ASUS
VivoTab offers a perfect
balance of portability and
productivity. With a resilient
metallic nish and high-denition
multi-touch displays, both
the 11.6 VivoTab
with Windows 8 and
10 VivoTab RT with Windows RT
feature Super IPS+ technology for a brilliant image
with wide viewing angle.
Both models also feature an optional keyboard
dock with built-in battery for up to 19 hours mobile
use and VivoTab also includes a Wacom stylus for
high-precision input.
VivoTab Smart is the thinnest and lightest tablet
with a Full Windows 8 experience for mainstream
users and is available in a stylish black, white or red nish. Its
optional TranSleeve Keyboard combines a compact wireless
keyboard with color-coordinated screen protection, too.
VivoTab RT models will be available in Wi-Fi, 3G and 4G and
its optional mobile dock provides a keyboard, multi-touch touchpad,
USB port and up to 16 hours battery life for all-day use.
VivoTab RT features the powerful NVIDIATegra3 quad-core
processor and is available in 32GB of onboard storage. It comes
preloaded with Ofce Home & Student 2013 RT Preview for
productivity at home and on the move. The ASUS VivoTab RT will
be available locally starting this month for PhP37,995.
ASUS All-in-One PC ET2300
Perfect for both productivity and home entertainment, the ASUS
All-in-One PC ET2300 is a sleek and compact all-in-one desktop
PC with a stunning 23 high-denition display. A specially designed
CYAN MAGENTA YELLOW BLACK
CYAN MAGENTA YELLOW BLACK
NOVEMBER 12, 2012 MONDAY
C4
Isah V. Red, Editor standard.showbiz@gmail.com
showbitz
Manila Standard TODAY
ISAH V.
RED
SIMPLY RED
JOSEPH
PETER GONZALES
SHTICKS
Fast forward to 2012, the Korean
romance is now Filipinized in the lo-
cal adaptation of the series that stars
Aljur Abrenica and Kris Bernal.
In their biggest reunion project to
date, Aljur plays the role of Arthur
Ochoa, the rich handsome owner of
a renovated coffee shop, while Kris is
Andy Gomez, a struggling breadwin-
ner who pretends to be a man for a
job in Arthurs coffee show with an
all-male staff. But in a more hilari-
ous twist of fate, Arthur commissions
Andy to be his gay lover in order to
ward off the girls his Mamita is ask-
ing him to date, oblivious to the fact
that Andy is actually a girl. He then
falls in love with him, or her, or him,
and there begins an affair everyone
will truly go crazy for.
In the early stages of production,
Ricky Davao who is directing the
series expressed concerns about how
the remake of Coffee Prince will be
received by critics and audiences,
after the original version accumu-
lated huge following that translated
into high ratings. Then again, he was
convinced by the strength of his en-
semble cast, fueled by the strength of
Aljur and Kriss on-screen chemistry,
practically more than enough to set
the show sailing.
After a month since the shows
premiere on Oct. 8, Coffee Prince is
undoubtedly a serious threat to com-
peting shows in the ratings game, not
to mention a hot topic in social media
and other online platforms as well.
Among the most talked about sub-
jects is actually Aljurs breakthrough
performance as an actor. Many rave
about his portrayal of Arthur, which
he consistently delivers with the
characters core emotions and nu-
ances.
Aljur is a revelation, to tell [you]
honestly, admits Davao. Hes more
committed to his craft now more than
ever. Also, I noticed that his acting
style has developed in a sense that he
has learned to delve more into what
the character really is.
When asked how is it working
with someone like Aljur, he says,
As a director, I am inspired to work
with people, especially actors, who
genuinely surprise you. Thats him,
and I hope he continues doing a good
job.
Anne
fancies bartending
Anne Curtis has proven that
she can achieve anything once she
puts her mind to it. And after a suc-
cessful singing (or what she calls
entertaining) career that spawned
the Annebisyosa concert series and
an album, the Filipina-Australian
actress now wants to dabble in bar-
tending.
And if a local version of the 2000
hit lm Coyote Ugly is to be made,
Anne could be a cinch for the role of
the sizzling hot bartender who has
more than just cocktail mixing skills.
Anne says that she was rst in-
spired to try out bartending by Hotel
and Restaurant Management (HRM)
students who join the GSM Blueni-
versity and GSM Blue Flair Idol ev-
ery year.
I have been attending the mixol-
ogy and airtending event as a guest
for so long, so I asked myself, why
not? So I tried it, and I found that
I enjoyed the experience so much. I
learned to mix drinks on my own be-
cause it is so simple and easy. Flair-
tending naman is very interesting and
sexy, especially if you are a woman,
says Anne, who is set to appear in a
new television commercial for GSM
Blue.
I can actually attest to the suc-
cess of one of the contestants who
now works in Waterfront Cebu. I
was there for my Annebisyosa tour.
He came up to me and said Maam
Anne, naalala ninyo po ba ako? Isa
ako sa mga nalists ng GSM Blueni-
versity. I thought that was amazing,
she adds.
Anne said GSM Blueniversitys
mixology and airtending seminars
are a big help to students who are
looking to improve their employment
chances in the competitive HRM in-
dustry here and abroad.
Based on experience, I can say that
hard work really pays off. If youre re-
ally passionate about your craft, you
should work hard and do whatever
you can to excel in it, she says.
Eric Bana in
new thriller
FROM the Producers of Saving
Private Ryan, The Patriot, Snakes on
the Plane and Academy Award Winner
Stefan Ruzowitzky (director) comes
Deadfall starring Eric Bana (Troy,
Star Trek and Hulk) and Olivia Wilde
(TRON: Legacy, Aliens and Cowboys,
TVs House).
Siblings Addison and Liza are
on the run from a casino heist gone
wrong. When a car accident leaves
their wheelman and a state trooper
dead, they split up and make a run
for the Canadian border in the worst
of circumstances a near whiteout
blizzard.
While Addison heads cross-
country, creating mayhem in his
wake, Liza is picked up by ex-boxer
Jay (Charlie Hunnam), en-route for
a Thanksgiving homecoming with
his parents, June (Academy Award
winner Sissy Spacek), retired sheriff
Chet (Academy Award winner Kris
Kristofferson) and Kate Mara (127
Hours) and Treat Williams.
Its there the siblings are reunited
in a terse and thrilling showdown that
pushes the bonds of family to the limit.
MALLGOERS recently
had the rare opportunity
to view internationally ac-
claimed lm director Bril-
lante Mendozas award
winning lms and to meet
the lmmaker up close
during the Brillante Men-
doza Film Festival at the
SM malls and cinemas.
The festival showcased
four of Director Men-
dozas lmsManoro,
Kaleldo, Foster Child, and
Lolawith each screening
highlighted by a Q and A
Session with the renowned
lmmaker. The festival had
students as its primary au-
dience, paving the way for
a new generation of lm
enthusiasts. But prominent
members of the local com-
munity also attended the
screenings to pay tribute
to Director Mendoza, who
had brought so many hon-
ors to the country.
The lm festival un-
reeled at SM City Clark,
a homecoming of sorts for
Director Mendoza, who
is a proud Kapampangan
with students from the An-
geles University Founda-
tion, Jocson College, and
Sta. Maria Elementary
School viewing his award
winning lms.
It then proceeded to SM
City Dasmarinas, where
the director got a heros
welcome from students
of De La Salle Univer-
sity Dasmarias, Emilio
Aguinaldo College, FEU
Silang, as well as the Sis-
ters of Mary Boys Town
and Sisters of Mary Girls
Town Schools.
The event at SM City
San Lazaro was a senti-
mental one, as these were
special screenings for
the University of Santo
Tomas, of which Director
Mendoza was an alumnus.
And not even the habagat
during that time could stop
the faculty and students
from honoring him.
Other lm festival stops
were at SM City Santa Rosa
with students from the Al-
pha Angelicum Academy
and the Santa Rosa Educa-
tional Institution; and SM
City Batangas attended by
students from the Univer-
sity of Batangas, Colegio
ng Lungsod ng Batangas,
and Cristo Rey Institute of
Career Development.
At SM City Naga, the
cinema was packed with
students from Ateneo de
Naga, Universidad de Sta
Isabel, University of Nue-
va Careces, Naga College
Foundation, Bicol Science
of Applied Technology, St.
Joseph School, Naga City
Science High School, Ca-
maligan High School, and
Inuyunan High School.
The same was true at
SM City Marilao, where the
lms played to SRO audi-
ences including students
from St. Paul Bocaue, Mey-
cauayan College, Sophia
School, Felicitas Berardino
Memorial Trade School,
Bulacan State University,
Dr. Yangas College, and
Colegio San Pascual.
More recent screenings
were held at SM Lanang
Premier in Davao and SM
City Taytay.
The Brillante Mendoza
Film Festival is one of the
many exciting projects of
the SM malls and cinemas.
BOTH Erich Gonzales and Mario
Maurer admit that they really enjoyed
working for the currently showing ro-
mantic comedy Suddenly Its Magic.
My stay in the Philippines proved
to be unforgettable, says Mario. For
one, the Filipinos are very nice. The
rst day I arrived and met with our di-
rector (Rory Quintos), she readily told
me: When you work here, were going
to be a family! True enough, I became
close to everyone, from my co-actors to
the staff and crew. When I came back to
Thailand, I missed them. I also love our
location in Ilocos, very picturesque!
For Erich, it was an honor sharing
the screen with the handsome Thai su-
perstar.
Mario is very professional, humble,
nice and easy-to-deal with. He wont
let you feel that hes a big star. A very
down-to-earth guy! Hes charming and
cute as well, she avers.
Mario has only good words for Fil-
ipinas.
They are sexy, nice, kind and cook
very well!
One scene in the movie, which the
handsome heartthrob couldnt forget is
when Erich slapped him.
Yes! Ha-ha-ha! I got a locked jaw! I
must say that Erich has a strong hand,
he states.
Interestingly, showbiz isnt really
part of Marios childhood dreams.
It wasnt my plan to become an
actor. Originally, I wanted to become
a businessman. When I was a kid, I
was good at skateboards. I just wanted
to buy my own without asking mon-
ey from my mom. I didnt have any
knowledge about acting at all when I
started in the biz. But I learned to love
the craft as days passed.
The Thai superstar doesnt deny that
with his present popularity, some sacri-
ces must be made.
I lack time for myself, family and
friends. My personal time, I have to
share with my fans. But for me, its just
okay.
Erich attests to Marios immense
fame back in his native land when she
had the chance to shoot some scenes
there.
I witnessed how well-loved he is in
Thailand. And hes very accommodat-
ing to them, she says.
Asked how he envisions himself
in the next ten years, Mario reveals:
Well, Im probably doing movies still,
but not as busy as like now. Perhaps,
Im managing my own business, too
and yesdriving my classic cars!
Why does he think he was able to
capture the hearts of the Filipinos?
I think its because I am myself.
I didnt pretend to be someone else,
ends Mario.
Comparisons inevitable
Now that they are under one man-
ager (Popoy Caritativo), many say
that Dennis Trillo and Rafael Rosell
is a perfect match. Especially that they
are both leading man material and are
currently working in the local remake
of the hit Koreanovela Temptation of
Wife, comparisons are inevitable.
Honestly, I dont want to entertain
such thought, says Rafael. Dennis and
I are under one management so compe-
tition should be out of the frame!
The actor points out that the two of
them have distinct qualities.
When you see us in our talent man-
agements functions, you can clearly
see the difference. Dennis is very dif-
ferent off cam. I can say that we wont
ght for future roles!
In Temptation of Wife, they play two
extreme characters.
Yes! Dennis has a challenging role
as the awed husband. It offers lots of
angst and provides opportunities where
he can esh out his emotional torments.
But my role is as challenging as well
since I havent done a straight good
guy role ever since. So you can see that
our attacks would be different.
According to the sexy lad, his trans-
fer to GMA further reignited his pas-
sion for acting.
Im very excited with the future
projects theyll line up for me. Temp-
tation of Wife is a good start. I feel
at home already and the adjustment
is fast. I can really say Ive no regret
whatsoever with the decision I made,
assures Rafael.
Erich, Mario
enjoy each
other at work
Brillante Mendoza Film Festival at SM
ALJUR ABRENICA
wins accolades for Coffee Prince
IN 2008, the Kapuso network marked
a milestone in airing the Korean drama
series Coffee Prince. After the rst
episode, the audience were hooked
and followed Arthur and Andys
world, taking part of their rather
unconventional yet funny love story.
Anne has made huge contribu-
tions to GSM Blue over the years,
not only in terms of promoting our
brand but in our efforts to help the
youth through GSM Blueniversity.
We could not have asked for a better
brand ambassador, says GSM Blue
brand manager Lori Infante.
Among the topics discussed in the
seminars are trends in bartending,
molecular mixology and global and
local alcoholic law.
For the last two months of 2012,
the brand is slated to conduct GSM
Blueniversity Mixology Seminars
at the Pacita Astrodome (Nov.
20); Olongapo Conven-
tion (Nov. 21); Victory
Central Mall (Nov.
23); The Avenue
Plaza Hotel
(Nov. 25);
D u a d
Gymna-
s i u m
( De c .
4); Grand
Theater, PAG-
COR Paraaque
(Dec. 6) and Cuneta As-
trodome (Dec. 7).
Seminars have also been con-
ducted at PAGCOR, Balibago Ange-
les; Bataan Peoples Center; Isabela
State University; Davao Doctors
College; Bulacan Capitol Gym;
Wesleyan University Gym; Theatro
Marikina; Queen Margarette Hotel;
Amoranto Complex; Maritime In-
stitute; Eastern Visayas State Uni-
versity; Zamboanga Convention;
WVSU Cultural Center; Asian Col-
lege Technology; Negros Oriental
State University; BCU; Mauway
Gym; One Esplanade in Roxas Bou-
levard and Gaisano City Mall.
GSM Blue, a favorite of mixolo-
gists beause of its versatility, can also
be taken neat, straight up or on the
rocks. It is made of 65-proof, sugar-
cane alcohol with essences of juni-
per berries and other botanicals. Its
smooth, sweet taste gives drinkers a
light-on-the-chest feeling without the
hangover.
Brillante Mendoza with Angeles City Vice Mayor Vicky
Vega, Mall Manager Anna Datu, and SM Vice President
for Marketing Millie Dizon
Anne Curtis: Face of GSM Blue
CYAN MAGENTA YELLOW BLACK
NOVEMBER 12, 2012 MONDAY
D1
Classifeds
ManilaStandardToday adv.mst@gmail.com
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
FIRST METRO MANILA ENGINEERING DISTRICT
Westbank Road, Manggahan Floodway,
Brgy. Rosario, Pasig City
INVITATION TO BID
A. The Department of Public Works and Highways-First Metro Manila
Engineering District, 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.: 0120B0276
Contract Name: Preventive Maintenance (Intermittent Section
along Ortigas Avenue, Pasig City, K0010+K2082
- K0010+2504/Chainage 1497 - Chainage 2482
& Chainage 2482 - Chainage 3017
Contract Location: Pasig City
Scope of Work: Preventive Maintenance
Approved Budget for
the Contract (ABC): PhP21,423,329.32
Contract Duration: 90 Calendar Days
Cost of Bid Documents: PhP25,000.00
2. Contract ID No.: 0120B0277
Contract Name: Rehabilitation of Drainage System Ortigas Avenue,
San Juan City
Contract Location: San Juan City
Scope of Work: Rehabilitation of Drainage System
Approved Budget for
the Contract (ABC): PhP29,399,933.69
Contract Duration: 300 Calendar Days
Cost of Bid Documents: PhP25,000.00
3. Contract ID No.: 0120B0278
Contract Name: Construction of Gravity Wall along Nangka River
(Intermittent Sections) Brgy. Fortune, Marikina
City, 2nd District
Contract Location: Marikina City
Scope of Work: Construction of Gravity Eall
Approved Budget for
the Contract (ABC): PhP39,199,256.02
Contract Duration: 180 Calendar Days
Cost of Bid Documents: PhP25,000.00
4. Contract ID No.: 0120B0279
Contract Name: Repair/Rehabilitation of Revetment along Nangka
River from Mabini St. to Libya St., Brgy. Nangka,
Marikina City, 2nd District
Contract Location: Marikina City
Scope of Work: Repair/Rehab. of Revetment Wall
Approved Budget for
the Contract (ABC): PhP48,452,453.96
Contract Duration: 180 Calendar Days
Cost of Bid Documents: PhP25,000.00
5. Contract ID No.: 0120B0280
Contract Name: Rehab. of Drainage System, F. Manalo St., and
Vicinity, San Juan City
Contract Location: San Juan City
Scope of Work: Rehab of Drainage System
Approved Budget for
the Contract (ABC): PhP24,499,973.44
Contract Duration: 300 Calendar Days
Cost of Bid Documents: PhP25,000.00
6. Contract ID No.: 0120B0281
Contract Name: Rehabilitation of Gen. Ordoez St. and Vicinity including
Drainage System, Marikina City, 2nd District
Contract Location: Marikina City
Scope of Work: Rehabilitation of Drainage
Approved Budget for
the Contract (ABC): PhP48,849,779.11
Contract Duration: 120 Calendar Days
Cost of Bid Documents: PhP25,000.00
7. Contract ID No.: 0120B0282
Contract Name: Construction of Slope Protection along Nangka
River from Bonanza Creek to Balete Drive,
Marikina City, 2nd District
Contract Location: Marikina City
Scope of Work: Construction of Slope Protection
Approved Budget for
the Contract (ABC): PhP39,198,723.33
Contract Duration: 180 Calendar Days
Cost of Bid Documents: PhP25,000.00
8. Contract ID No.: 0120B0283
Contract Name: Widening of Libingan ng mga Bayani Road-
MRT Road including Rehabilitation of Drainage
System, Taguig City
Contract Location: Taguig City
Scope of Work: Widening of Road
Approved Budget for
the Contract (ABC): P 48,848,260.35
Contract Duration: 120 Calendar Days
Cost of Bid Documents: PhP25,000.00
9. Contract ID No.: 0120B0284
Contract Name: Construction of Slope Protection for Marikina River
along Kalumpang Side, Eastbank, Marikina City
Contract Location: Marikina City
Scope of Work: Construction of Slope Protection
Approved Budget for
the Contract (ABC): PhP48,869,176.25
Contract Duration: 214 Calendar Days
Cost of Bid Documents: PhP25,000.00
10. Contract ID No.: 0120B0285
Contract Name: Construction of Slope Protection for Marikina River
along Marikina River Banks, Westbank, Marikina
City
Contract Location: Marikina City
Scope of Work: Construction of Slope Protection
Approved Budget for
the Contract (ABC): PhP48,869,176.25
Contract Duration: 214 Calendar Days
Cost of Bid Documents: PhP25,000.00
11. Contract ID No.: 0120B0286
Contract Name: Construction of Slope Protection for Marikina River
along Brgy. Tumana, Eastbank, Marikina City, 2nd
District, Sta. 6+621.10 - Sta. 6+987.70
Contract Location: Marikina City
Scope of Work: Construction of Slope Protection
Approved Budget for
the Contract (ABC): PhP48,853,960.33
Contract Duration: 214 Calendar Days
Cost of Bid Documents: PhP25,000.00
12. Contract ID No.: 0120B0287
Contract Name: Construction of Slope Protection for Marikina River
along Brgy. Tumana, Eastbank, Marikina City, 2nd
District
Contract Location: Marikina City
Scope of Work: Construction of Slope Protection
Approved Budget for
the Contract (ABC): PhP48,790,271.87
Contract Duration: 214 Calendar Days
Cost of Bid Documents: PhP25,000.00
13. Contract ID No.: 0120B0288
Contract Name: Construction of Slope Protection for Marikina River along
Isla Area, Eastbank, Brgy. Nangka Marikina City
Contract Location: Marikina City
Scope of Work: Construction of Slope Protection
Approved Budget for
the Contract (ABC): PhP48,845,637.50
Contract Duration: 214 Calendar Days
Cost of Bid Documents: PhP25,000.00
14. Contract ID No.: 0120B0289
Contract Name: Construction of Slope Protection for Marikina River
along Malanday High School Side, Eastbank,
Marikina City
Contract Location: Marikina City
Scope of Work: Construction of Slope Protection
Approved Budget for
the Contract (ABC): PhP29,260,470.68
Contract Duration: 214 Calendar Days
Cost of Bid Documents: PhP25,000.00
15. Contract ID No.: 0120B0290
Contract Name: Rehabilitation of Tipas River, Taguig City
Contract Location: Taguig City
Scope of Work: Rehabilitation
Approved Budget for
the Contract (ABC): PhP37,057,770.79
Contract Duration: 180 Calendar Days
Cost of Bid Documents: PhP25,000.00
16. Contract ID No.: 0120B0291
Contract Name: Construction of Taguig Diversion Road (Bantayan
Road to F. Manalo St., Brgy. Palingon-Tipas,
Taguig City
Contract Location: Taguig City
Scope of Work: Construction of Road
Approved Budget for
the Contract (ABC): PhP17,795,368.79
Contract Duration: 120 Calendar Days
Cost of Bid Documents: PhP25,000.00
17. Contract ID No.: 0120B0292
Contract Name: Repair/Rehabilitation/Improvement along Bayan-
Bayanan Avenue, Marikina City, Sta. 0+391 to
Sta. 0+913
Contract Location: Marikina City
Scope of Work: Repair/Rehabilitation/Improvement
Approved Budget for
the Contract (ABC): PhP9,899,975.20
Contract Duration: 60 Calendar Days
Cost of Bid Documents: PhP10,000.00
18. Contract ID No.: 0120B0293
Contract Name: Repai r/Rehabi l i tati on/Improvement al ong
F. Blumentritt St., San Juan City, K007+(-
1147)-K0007+234 with Exceptions
Contract Location: San Juan City
Scope of Work: Repair/Rehabilitation/Improvement
Approved Budget for
the Contract (ABC): PhP9,899,907.47
Contract Duration: 30 Calendar Days
Cost of Bid Documents: PhP10,000.00
19. Contract ID No.: 0120B0294
Contract Name: Demolition & Removal of Affected Structures for
the Construction of Tarlac-Pangasinan-La Union
Toll Expressway Project (TPLEX) Urdaneta-Villasis-
Pangasina Section 2 and Remaining Structures at
Section 1 (6) Plan Set No.
Contract Location: TPLEX
Scope of Work: Demolition and Removal
Approved Budget for
the Contract (ABC): PhP14,808,452.04
Contract Duration: 120 Calendar Days
Cost of Bid Documents: PhP10,000.00
B. Bidders should have completed, within ten (10) years from the date of
submission and receipt of bids, a single contract similar to the Project,
equivalent to at least ffty percent (50%) of the ABC. The description of an
eligible bidder is contained in the Bidding Documents, particularly, in Section
II, Instruction to Bidders.
C. Bidding will be conducted through open competitive bidding procedures using
non-discretionary pass/fail critetion as specifed 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 fve percent (75%) interest or outstanding capital stock
belonging to citizens of the Philippines.
D. Interested Bidders may obtain further information from First Metro Manila
Engineering District, and inspect the Bidding Documents at the address given
below from [8:00A.M.-12:00NN and 1:00P.M.-5:00P.M.].
E. 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 that the submission of their bids.
F. The First Metro Manila Engineering District, will hold the Pre-Bid Conference
on November 16, 2012 at 2:00 P.M. at FMMED-Offce Conference Room,
Westbank Road, Manggahan Floodway, Rosario, Pasig City, which
shall be open only to all interested parties who have purchased the Bidding
Documents.
G. Bids must be delivered on or before November 29, 2012, 10:00 A.M. at First Metro
Manila Engineering District, Westbank Road, Manggahan Floodway, Rosario,
Pasig City. All bids must be accompanied by a bid security in any of the acceptable
forms and in the amount stated in ITB Clause 18.1.
Bids will be opened on the same date at 2:00 P.M. in the presence of the
bidders representatives who choose to attend at the aforesaid address. Late
bids shall not be accepted.
H. The First Metro Manila Engineering District, 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
or bidders.
I. For further information, please refer to:
(Sgd.)MARIO E. ALCANTARA
OIC-Chief, Maintenance Section
Engineer III/BAC Chairman
NOTED
(Sgd.) ROBERTO S. NICOLAS
District Engineer
(MST-NOV. 12, 2012) (MST-Nov. 12, 2012)
Republic of the Philippines
Province of Ilocos Sur
Municipality of Narvacan
BIDS AND AWARDS COMMITTEE
INVITATION TO BID
THE MUNICIPALITY OF NARVACAN, through its Bids and Awards
Committee (BAC), invites Suppliers/Manufacturers /Distributors/
Contractors to bid for the hereunder contract:
Name of Contract: Purchase/Acquisition of Farm/Agricultural
Equipments
Location: Narvacan, Ilocos Sur
Brief Description: Supply/Delivery of Water Pumps; Power/Knapsack
Sprayers; Complete Sets of Kuligligs and Plastic
Pulverizer
Approved Budget for the contract (ABC): P21,200,000.00
Contract Duration: 60 Calendar Days
Source of Fund: R.A. 8240 (Congressional Share)
Prospective bidders should possess a valid PCAB License applicable to
the contract, have completed a similar contract with a value of at least
50% of the ABC, and have key personnel and equipment (listed in the
eligibility forms) available for the prosecution of the contract. The BAC will
use non-discretionary pass/fail criteria in the Eligibility Check/Screening
as well as the Preliminary Examination of Bids. The BAC will conduct post
qualifcation of the lowest calculated bid.
All particulars relative to Eligibility Statement and Screening, Bid
Security, Performance Security, Pre-Bidding Conference, Evaluation
of Bids, Post Qualifcation and Award of Contract shall be governed by
the pertinent provisions of RA 9184 and its Implementing Rules and
Regulations (IRR).
The schedules of BAC activities are as follows:
BAC Activities Schedule
Issuance of Eligibility Documents November 12-December 04, 2012
Issuance & availability of Bidding
Documents November 12-December 04, 2012
Pre-bid Conference November 19, 2012 2:30 PM,
BAC Offce
Receipt and Opening of Bids
(includes submission of Eligibility
Requirements and Eligibility Check) December 04, 2012 1:30 PM
BAC Offce
Bid Evaluation December 05, 2012
Post Qualifcation December 06, 2012
Approval of BAC Resolution/Issuance
of Notice of Award December 07, 2012
Contract Preparation and Signing December 10, 2012
Approval of Contract December 11, 2012
Issuance of Notice to Proceed December 12, 2012
The BAC will issue prospective bidders Eligibility Forms and Bidding
Documents at the Offce of the BAC Chairman, Narvacan, Ilocos Sur, upon
their payment of a non refundable amount of P 10,000.00 to the Municipal
Treasurers Offce, Narvacan, Ilocos Sur.
The Local Government Unit of Narvacan, Ilocos Sur assumes no
responsibility whatsoever to compensate or indemnify bidders for any
expense incurred in the preparation of their bids.
November 12, 2012
(Sgd.) ELEUTERIO G. INES NOTED:
BAC Chairman
(Sgd.) ZURIEL S. ZARAGOZA
Municipal Mayor
Shown is the completed Construction/Rehabilitation/
Repair/Improvement of Multi-Purpose Bldg., at Brgy. 82
& 83, Zone 7 Tondo, Manila Implemented by the North,
Manila Engineering District under Congressional Fund. It
was undertaken within 75 C.D. and completed last August
11, 2012.
Republic of the Philippines
PROVINCE OF QUIRINO
Municipality of Cabarroguis
LOCAL GOVERNMENT UNIT OF CABARROGUIS
Cabarroguis, Quirino
-o0o-
INVITATION TO APPLY FOR ELIGIBILITY AND TO BID
The Local Government Unit through its Bids and Awards Committee (BAC) invites all interested bidders to apply for eligibility and
to bid in the:
PURCHASE AND DELIVERY OF EQUIPMENTS AT CABARROGUIS, QUIRINO
Item # Description Approved budget Cost
1 Garbage truck 792,000.00
2 Power Generator, 50 kva 495,000.00
3 Five (5) Tonner Truck 700,000.00
amounting to Two Million One Hundred Ninety Two Thousand pesos (Php 2,192,000.00) inclusive of VAT.
The Schedule of BAC activities is as follows:
BAC ACTIVITIES SCHEDULE
Receipt from prospective bidders of Letter of intent(LOI) including application for Eligibility November 12 , 2012
Issuance of Eligibility forms November 14-15, 2012
Receipt of Eligibility requirements November 19, 2012
Notice of Results of Eligibility check November 20,2012
Issuance of BID Documents November 23,2012
Pre bid Conference November 26,2012
Receipt and opening of bids November 13,2012
The BACwill issue Eligibility forms to prospective bidders at MPDCoffce upon their submission of LOI and upon payment of non refundable
amount of FiveThousandPesos (5,000.00) totheLGUCabarroguis QuirinoCashier. Prospectivebidder shall submit theeligibilityrequirements
to the BAC at the said address. They also obtain the results of Eligibility checks by the BAC at the same address.
The LGU Cabarroguis assumes no responsibility whatsoever to compensate or indemnify bidders for any expenses incurred in the
preparation of their bids.
(SGD.) PLARIDEL A. UAO
BAC Chairman
Noted:
(Sgd.) AVELINO N. AGUSTIN,JR.
Municipal Mayor
(MST-NOV. 12, 2012)
Republic of the Philippines
DEPARTMENT OF HEALTH
FOOD AND DRUG ADMINISTRATION
BIDS AND AWARDS COMMITTEE
Civic Drive, Filinvest Corporate City
Alabang, Muntinlupa City
INVITATION TO BID
(ITB No. 12-008)
The Food and Drug Administration, through its Bids and Awards Committee (BAC)
invites agencies/ suppliers to apply for eligibility and to bid for the hereunder project:
Name of Project : Procurement of One (1) Unit Cryogenic Jar Mill and
Two (2) Units X-Ray Fluorescence (XRF) Analyzer
Location : Food and Drug Administration
Civic Drive , Filinvest Corporate City
Alabang, Muntinlupa City
Brief Description : For the use of FDA Central Laboratory
Approved Budget
For the Contract : Php4,910,000.00
The complete schedule of activities is listed, as follows:
Activities Schedule
1. Posting of ITB 12-18 November 2012
2. Issuance of Bid Documents 12 November - 10 December 2012
3. Pre-Bid Conference 28 November 2012 - 9:30 A.M.
Conference Room A, 3/F FDA Annex
Building,
Filinvest Corporate City, Alabang,
Muntinlupa City
4. Deadline of Submission and
Receipt of Bids
10 December 2012 - 9:30 A.M.
c/o BAC Head Secretariat
5. Opening of Bids 10 December 2012 - 9:30 A.M.
Conference Room A, 3/F FDA Annex
Building,
Filinvest Corporate City, Alabang,
Muntinlupa City
Bids received in excess of the ABC shall be automatically rejected at bid opening. The
description of an eligible bidder is contained in the Bidding Documents, particularly, in
Section II. Instructions to Bidders.
Bidding will be conducted through open competitive bidding procedures using a
non-discretionary pass/fail criterion as specifed in the Implementing Rules and
Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the Government
Procurement Reform Act.
A complete set of Bidding Documents may be purchased by interested Bidders upon
payment of a non-refundable fee for the Bidding Documents in the amount of Two
Thousand Five Hundred Pesos Only (Php2,500.00).
The Pre-Bid Conference shall be open to all interested parties; however, only those
who have purchased the Bidding Documents may participate in the discussion at said
conference.
Interested bidders may obtain further information from the Food and Drug
Administration, please call BAC Secretariat at Trunkline No. 857-19-00 local
1051/1052; or visit FDA website at www.fda.gov.ph.
The Food and Drug Administration 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 bidder or bidders.
05 November 2012.
(Sgd.) GOMEL C. GABUNA
BAC Chairperson
MST Nov. 12, 2012
(PAID ADVERTISEMENT)
ANNOUNCEMENT
MST Classifed Ads section is implementing a
Two (2) day CUT-OFF PERIOD on all ITBs, BID
BULLETIN, NOTICES and REOIs prior publication
date(s).
Page Compositor: Diana Keyser Punzalan
CYAN MAGENTA YELLOW BLACK
Classifeds
ManilaStandardToday adv.mst@gmail.com NOVEMBER 12, 2012 MONDAY
D2
Page Compositor: Diana Keyser Punzalan
Republic of the Philippines
Department of Public Works and Highways
OFFICE OF THE DISTRICT ENGINEER
Cagayan Second Engineering Offce
Libertad, Abulug, Cagayan
October 29, 2012
INVITATION TO BID
Cluster No.: 2012-047
(MST-Nov. 12, 2012)
The Bids and Awards Committee (BAC) of the DPWH- Cagayan 2
nd
District Engineering
Offce (Cagayan 2
nd
DEO), Libertad, Abulug, Cagayan invites contractors to bid for
the aforementioned projects, viz:
1. Contract ID: 12BC0297
Contract Name: Construction of Pamplona Flood Control Project
Location: Pamplona, Cagayan
Brief Description: FHR-Flood Contro/Hydraulics/River Control
Contract Duration 120 Cal. days
Approved Budget for the Contract: Php 19,400,000.00
Cost of Bid Docs. Php 10,000.00
2. Contract ID: 12BC0298
Contract Name: Construction of Cabicungan Flood Control Project
Location: Cabicungan, Claveria, Cagayan
Brief Description: FHR-Flood Contro/Hydraulics/River Control
Contract Duration 120 Cal. days
Approved Budget for the Contract: Php 19,400,000.00
Cost of Bid Docs. Php 10,000.00
3. Contract ID: 12BC0299
Contract Name: Construction of Sicalao Flood Control Project
Location: KO 738+840 KO 738+940, Lasam, Cagayan
Brief Description FHR-Flood Contro/Hydraulics/River Control
Contract Duration 120 Cal. days
Approved Budget for the Contract: Php 9,800,000.00
Cost of Bid Docs. Php 10,000.00
4. Contract ID: 12BC0300
Contract Name: Construction of Aggunetan River Control Project
Location: Aggunetan, Lasam, Cagayan
Brief Description: FHR-Flood Contro/Hydraulics/River Control
Contract Duration 180 Cal. days
Approved Budget for the Contract: Php 28,950,000.00
Cost of Bid Docs. Php 20,000.00
5. Contract ID: 12BC0301
Contract Name: Construction of Pamplona River Control Project
Location: Masi, Pamplona, Cagayan
Brief Description: FHR-Flood Contro/Hydraulics/River Control
Contract Duration: 300 Cal. days
Approved Budget for the Contract: Php 38,800,000.00
Cost of Bid Docs. Php 20,000.00
6. Contract ID: 12BC0302
Contract Name: Rehabilitation of Simayung Flood Control Project
Location: Abulug, Cagayan
Brief Description: FHR-Flood Contro/Hydraulics/River Control
Contract Duration: 180 Cal. days
Approved Budget for the Contract: Php 19,400,000.00
Cost of Bid Docs. Php 10,000.00
7. Contract ID: 12BC0303
Contract Name: Rehabilitation of Tabbugan Flood Control Project
Location: Claveria, Cagayan
Brief Description: FHR-Flood Contro/Hydraulics/River Control
Contract Duration: 180 Cal. days
Approved Budget for the Contract: Php 19,400,000.00
Cost of Bid Docs. Php 10,000.00
8. Contract ID: 12BC0304
Contract Name: Calayan Sea Wall
Location: Magsidel, Calayan, Cagayan
Brief Description: FHR-Flood Contro/Hydraulics/River Control
Contract Duration: 180 Cal. days
Approved Budget for the Contract: Php 19,400,000.00
Cost of Bid Docs. Php 10,000.00
9. Contract ID: 12BC0305
Contract Name: Rehabilitation of Lucban River Control Project
Location: Abulug, Cagayan
Brief Description: FHR-Flood Contro/Hydraulics/River Control
Contract Duration: 180 Cal. days
Approved Budget for the Contract: Php 19,400,000.00
Cost of Bid Docs. Php 10,000.00
The BAC will conduct this procurement process in accordance with the Revised
Implementing Rules and Regulations (IRR) of Republic Act 9184. Bids in excess of
the Approved Budget for the Contract (ABC) shall be automatically rejected at the
opening of bid.
All communications relative to this transaction shall be received by the Offce of the
BAC Chairman thru the BAC Secretariat/Technical Working Group of DPWH-Cagayan
2
nd
District Engineering Offce.
To bid for this contract, a contractor shall purchase Bid Documents and submit his
Letter of Intent and must meet the following major criteria: (a) prior registration with
the DPWH and the PhilGEPS, (b) Filipino citizen or 75% Filipino-owned partnership,
corporation, cooperative or joint venture, (c) with PCAB license applicable to the type
and cost of the contract, (d) completion of similar contract costing at least 50% of the
ABC within a period of (10) ten years, and (e) Net Financial Contracting Capacity at
least equal to ABC, or credit line commitment at least equal to 10% of the ABC. The
BAC will use non-discretionary pass/fail criteria in the eligibility check and preliminary
examination of bids.
Unregistered contractors, however, may submit their applications for registration to
the DPWH-Central Procurement Offce (CPO) before the deadline for the receipt of
LOI. The DPWH-CPO will only process contractors application for registration with
complete requirements and issue the Contractors Certifcate of Registration (CRC).
Registration forms may be downloaded at the DPWH website:www.dpwh.gov.ph.
The signifcant times and deadlines of procurement activities are shown below:
1. Issuance of Bidding Documents 10:00 AM November 6-November 29, 2012
2. Deadline: Receipt of LOI from
Prospective Bidders
10:00 AM, November 14, 2012
3. Pre-bidding Conference 1:30 PM, November 14, 2012
4. Receipt of Bids-Deadline 10:00 AM, November 29, 2012
5. Opening of Bids Starts 1:30 PM, November 29, 2012
The BAC will issue hard copies of Bidding Documents (BDs) at the Offce of the BAC
Chairman-DPWH-Cagayan 2
nd
DEO upon payment if a non-refundable fees as stated
above Prospective Bidders may also download the BDs from the DPWH Website.
Prospective bidders that will download the BDs from the DPWH website shall pay
the said fees on or before the submission of their bid. The pre-bid conference shall be
open only to interested parties who have purchased BDs. Bids must be accompanied
by a Bid Security in the amount and form as required under Section 27.2 of the revised
IRR of RA 9184.
Prospective Bidders shall submit their duly accomplished forms as specifed in the BDs
in two (2) separate sealed bid envelopes to the offce of the BAC Chairman before
the deadline set above. The frst envelope shall contain the technical component of
the bid, which shall include a copy of the CRC and the updated PCAB license. The
second envelope shall contain the fnancial component of the bid. Contract will be
awarded to the lowest Calculated Responsive Bid as determined in the bid evaluation
and post qualifcation.
Prospective contractors may be required to present the original copies, of their license
and CRC during the bidding for authentication.
The DPWH-Cagayan 2
nd
DEO reserves the right to accept or reject any bid and to
annul the bidding process at any time prior to contract award, without hereby incurring
any liability to the affected bidder/s.
Approved By:
(Sgd.) VIRGILIO L. GARCIA
OIC-Asst. District Engineer
Chairman-Bids and Awards Committee
(MST-Nov. 12, 2012)
Republic of the Philippines
Department of Public Works and Highways
SAMAR FIRST DISTRICT ENGINEERING OFFICE
OFFICE OF THE DISTRICT ENGINEER
Calbayog City
INVITATION TO BID
for
I. Contract ID : 12IJ - 0072
Contract Name/Location : REPAIR OF ROADSLIP ALONG CALBAYOG-
CATARMAN ROAD, VIA LOPE DE VEGA, K0785+100
K0785+700, WITH EXCEPTIONS/CALBAYOG CITY,
SAMAR
Scope of Work : CONSTRUCTION OF 104.10 Linear Meter STONE
MASONRY WITH CONCRETE FINISHING
Approved Budget for the Contract (ABC): PHP 13,487,439.00
Contract Duration : 196 CD
Cost of Bid Documents : P 10,000.00
1. The DPWH-Samar First District Engineering Offce, Calbayog City, through
the FY-2012 GAA intends to apply the sum stated being the Approved Budget
for the Contract (ABC) to payments under the contract for the abovementioned
contracts. Bids received in excess of the ABC shall be automatically rejected at
bidding opening.
2. The DPWH-Samar First District Engineering Offce, Calbayog City now invites
bids for the abovementioned description of works. Completion of the works is
required for the above stated contract duration. Bidders should have completed,
within ten (10) years from the date of submission and receipt of bids, a contract
similar to the Project. The description of an eligible bidder is contained in the Bidding
Documents, particularly, in Section II. Instruction to Bidders.
3. Bidding will be conducted through open competitive bidding procedures using non-
discrepancy pass/fail criterion in the Eligibility Check and Preliminary Examination of
Bids as specifed in the 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, partnership,
organizations or joint venture with at least seventy fve percent (75%) interest or
outstanding capital stock belonging to citizens of the Philippines.
4. Interested bidders may obtain further information from the DPWH-Samar First
District Engineering Offce, Calbayog City, and inspect the Bidding Documents at
the address given below from 8:00 A.M. 5:00. P.M.
5. A complete set of Bidding Documents may be purchased by Interested Bidders
from the address below and upon payment of a nonrefundable fee for the Bidding
Documents in the amount stated above. Issuance of Bidding Documents will
be on November 12-Nov. 29, 2012.
6. The DPWH-Samar First District Engineering Offce, Calbayog City will hold a
Pre-Bid Conference on Nov. 16, 2012 at 3:00 P.M. at the BAC Offce, DPWH-
Samar First District Engineering Offce, Calbayog City which shall be open to all
interested parties.
7. Bids must be delivered at the address below on or before Nov. 29, 2012 at 9:00
A.M. at the BAC Offce- DPWH-Samar First District Engineering Offce, Brgy. San
Policarpo, Calbayog City. All bids must be accompanied by a bid security in any of
the acceptable forms and in the amount stated in ITB Clause 1B.
Bids will be opened on Nov. 29, 2012 at 2:00 P.M., in the presence of the Bidders
representative who choose to attend at the address below. Late bids shall not be
accepted.
8. To bid for this contract, a contractor must purchased bidding documents and meet
the following major criteria; a) prior registration with DPWH, BAC-CPO, Manila; b)
with PCAB License applicable to the type and cost of the contract; c) completion of
a similar contract costing at least 50% of ABC within a period of 10 years, and d) Net
Financial Contracting Capacity at least equal to ABC, or Credit Line Commitment
at least equal to 10% of ABC. Bidders shall submit their bids through their duly
Authorized Liaison Offcer only as specifed in the Contractors Information (CI).
Submission of Letter (LOI) is no longer required to participate in the bidding per
D.O. No. 64 Series of 2012.
9. The DPWH-Samar First District Engineering Offce, Calbayog City 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 or
obligation to the affected bidder or bidders.
10. For further information, please refer to:
ALVIN A. IGNACIO
OIC, Asst. District Engineer
(BAC Chairman)
Attention:
Head, BAC Secretariat
BAC Offce, DPWH-Samar First District Engineering Offce
Brgy. San Policarpo, Calbayog City
(Sgd.) ALVIN A. IGNACIO
OIC, Asst. District Engineer
(BAC Chairman)
(MST-Nov. 12, 2012)
Republic of the Philippines
Department of Public Works and Highways
SAMAR FIRST DISTRICT ENGINEERING OFFICE
OFFICE OF THE DISTRICT ENGINEER
Calbayog City
INVITATION TO BID
for
I. Contract ID : 13IJ - 0011
Contract Name : REPLACEMENT OF BUGTONG BRIDGE ALONG
DAANG MAHARLIKA (SM)(SAN ISIDRO SAN
JUANICO BRIDGE)
Contract Location : CALBAYOG CITY, SAMAR
Scope of Work : BRC-BRIDGE-REHABILITATION-CONCRETE
Approved Budget for the Contract (ABC): PHP 33,708,000.00
Contract Duration : 160 CD
Cost of Bid Documents : P 20,000.00
1. The DPWH-Samar First District Engineering Offce, Calbayog City, through the
FY-2013 GAA intends to apply the sum stated being the Approved Budget for the
Contract (ABC) to payments under the contract for the abovementioned contracts.
Bids received in excess of the ABC shall be automatically rejected at bidding opening.
2. The DPWH-Samar First District Engineering Offce, Calbayog City now invites
bids for the abovementioned description of works. Completion of the works is
required for the above stated contract duration. Bidders should have completed,
within ten (10) years from the date of submission and receipt of bids, a contract
similar to the Project. The description of an eligible bidder is contained in the Bidding
Documents, particularly, in Section II. Instruction to Bidders.
3. Bidding will be conducted through open competitive bidding procedures using non-
discrepancy pass/fail criterion in the Eligibility Check and Preliminary Examination of
Bids as specifed in the 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, partnership, organizations
or joint venture with at least seventy fve percent (75%) interest or outstanding capital
stock belonging to citizens of the Philippines.
4. Interested bidders may obtain further information from the DPWH-Samar First District
Engineering Offce, Calbayog City, and inspect the Bidding Documents at the address
given below from 8:00 A.M. 5:00. P.M.
5. A complete set of Bidding Documents may be purchased by Interested Bidders
from the address below and upon payment of a nonrefundable fee for the Bidding
Documents in the amount stated above. Issuance of Bidding Documents will be
on November 12-Nov. 29, 2012.
6. The DPWH-Samar First District Engineering Offce, Calbayog City will hold a Pre-
Bid Conference on Nov. 16, 2012 at 3:00 P.M. at the BAC Offce, DPWH-Samar First
District Engineering Offce, Calbayog City which shall be open to all interested parties.
7. Bids must be delivered at the address below on or before Nov. 29, 2012 at 9:00
A.M. at the BAC Offce- DPWH-Samar First District Engineering Offce, Brgy. San
Policarpo, Calbayog City. All bids must be accompanied by a bid security in any of
the acceptable forms and in the amount stated in ITB Clause 1B.
Bids will be opened on Nov. 29, 2012 at 2:00 P.M., in the presence of the Bidders
representative who choose to attend at the address below. Late bids shall not be
accepted.
8. To bid for this contract, a contractor must purchased bidding documents and meet
the following major criteria; a) prior registration with DPWH, BAC-CPO, Manila; b)
with PCAB License applicable to the type and cost of the contract; c) completion of
a similar contract costing at least 50% of ABC within a period of 10 years, and d) Net
Financial Contracting Capacity at least equal to ABC, or Credit Line Commitment
at least equal to 10% of ABC. Bidders shall submit their bids through their duly
Authorized Liaison Offcer only as specifed in the Contractors Information (CI).
Submission of Letter (LOI) is no longer required to participate in the bidding per
D.O. No. 64 Series of 2012.
9. The DPWH-Samar First District Engineering Offce, Calbayog City 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 or obligation
to the affected bidder or bidders.
10. For further information, please refer to:
ALVIN A. IGNACIO
OIC, Asst. District Engineer
(BAC Chairman)
Attention:
Head, BAC Secretariat
BAC Offce, DPWH-Samar First District Engineering Offce
Brgy. San Policarpo, Calbayog City
(Sgd.) ALVIN A. IGNACIO
OIC, Asst. District Engineer
(BAC Chairman)
(MST-Nov. 12, 2012)
Republic of the Philippines
Department of Public Works and Highways
OFFICE OF THE DISTRICT ENGINEER
Fifth Leyte Engineering District
Baybay City, Leyte
Telephone Number (053) 335-2503
Invitation to Bid
October 31, 2012
ITEM I
Contract ID : 13IG0010
Contract Name : Rehabilitation/Improvement of Flood Control Project, Salog River Flood
Control Works
Contract Location : Hilongos, Leyte
Brief Description/Scope : Structure Excavation, Embankment, Riprap & Grouted Riprap, Concrete
Of Work Slope Protection, Sheet Pile, Handlaid Rock Embankment, Site Clearing
Construction of Access Road, Construction Safety & Health, Warning Signs
& Traffc Management
Approved Budget for the : P 29,100,000.00
Contract (ABC)
Contract Duration : 180 Calendar Days
Cost of Bid Documents : P 20,000.00
ITEM II
Contract ID : 13IG0011
Contract Name : Preventive Maintenance along Da-ang Maharlika K1000+000 to K1003+000
Contract Location : Mahaplag, Leyte
Brief Description/Scope : Removal of Existing Pavement, Roadway Excavation, Embankment,
Of Work Aggregate Sub-base Course, Bituminous Tack Coat, Bituminous Concrete
Surface Course (Hotlaid), PCCP (280 mm), Refectorized Thermoplastic
Pavement Marking (White), Refectorized Thermoplastic Pavement Marking
(Yellow), Construction Safety & Health, Warning Signs & Traffc Management
Approved Budget for the : P 26,496,520.00
Contract (ABC)
Contract Duration : 100 Calendar Days
Cost of Bid Documents : P 20,000.00
1. The Department of Public Works and Highways (DPWH) Fifth Leyte Engineering District, through the
General Appropriation Act CY 2013 intends to apply the sum above stated being the Approved Budget
for the Contract (ABC) to payments for the abovementioned contract. Bids received in excess of the
ABC shall be automatically rejected at bid opening.
2. The Department of Public Works and Highways (DPWH), Fifth Leyte Engineering District (5
th
LED) now
invites contractors to bid for the abovementioned description of works. Completion of the works is
required for the above stated contract duration. Bidders should have completed, within ten (10) years
from the date of submission and receipt of bids, a contract similar to the Project. The description of an
eligible bidder is contained in the Bidding Documents, particularly, in Section 10 Instruction to Bidders.
3. Bidding will be conducted through open competitive bidding procedures using non-discretionary pass/fail
criterion as specifed in the Implementing Rules and Regulations (IRR) of Republic Act 9184 (RA9184),
otherwise known as the Government Procurement Reform Act.
Bidding is restricted to Filipino Citizens/sole proprietorships, partnerships, or organizations with at least
seventy fve percent (75%) interest or outstanding capital stock belonging to citizens of the Philippines.
4. Contractors/applicants who are interested in the DPWH civil works are required to register prior to the
set scheduled of submission of bid while those already registered shall keep their records current and
updated. Contractors eligibility to bid on the project will be determined using the DPWH Contract Profle
eligibility Process (CPEP) and subject to further post-qualifcation. Information on registration can be
obtained at DPWH website www.dpwh.gov.ph. Interested bidders may obtain further information from
DPWh 5
th
Leyte Engineering District and inspect the bidding documents at the address given below
from 8:00 A.m. to 5:00 P.M.
5. Acomplete set of Bidding Documents may be purchased by interested bidders from the address below
and upon payment of non-refundable fee for the Bidding Documents in the amount stated above. Issuance
of Bidding Documents will be on November 9 to 29, 2012.
It may also be downloaded free of charge from the website of the Philippine Government Electronic
Procurement System (PhilGEPS) and the website of the Procuring Entity, provided that bidders shall
pay the fee for the Bidding Documents not later that the submission of their bids.
6. The DPWH 5
th
LED will hold a pre-bid Conference on November 15, 2012, 10:00 Oclock in the
morning at Offce of the bids and Awards Committee, DPWH 5
th
LED, Baybay City, Leyte, which
shall be open to all interested parties.
7. Bids must be delivered to the address below on or before November 29, 2012, 9:00 Oclock in the
morning at DPWH 5
th
LED, Baybay City, Leyte. All bids must be accompanied by a bid security in
any of the acceptable forms and in the amount stated in ITB Clause 14.
Bids will be opened at 2:00 Oclock in the afternoon of November 29, 2012 in the presence of the
bidders representatives who choose to attend at the address below. Late bids shall not be accepted.
8. All interested bidders shall purchase the Bidding Documents. Bids will not be accepted without proof of
payment for the purchase of bidding documents. Bidders shall likewise submit their bids through their
duly Authorized Liaison Offcers only as specifed in the Contractors Information (CI).
To bid for this contract, a contractor must submit a Net Financial Contracting Capacity at least equal to
the ABC or Credit Line Commitment at least equal to 10% of the ABC before dropping of bids.
9. The DPWH 5
th
LED 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
bidder or bidders.
10. For further information, please refer to:
EUSEBIO T. CULAS
OIC-Assistant District Engineer
BAC Chairman
Attention:
Head, BAC Secretariat
DPWH 5
th
LED
Brgy. Hipusngo, Baybay City, Leyte
(053) 335-2230
Email Add: charlitosacro@yahoo.com
(Sgd.) EUSEBIO T. CULAS
OIC-Assistant District Engineer
BAC Chairman
NOTED:
(Sgd.) LUT B. BACLEA-AN
District Engineer
(MST-Nov. 12, 2012)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Region IV-B, MIMAROPA
OFFICE OF THE DISTRICT ENGINEER
Palawan III District Engineering Offce
Puerto Princesa City
INVITATION TO BID FOR
Construction/Improvement of Flood Control and Drainage
Structures San Pedro Section Puerto Princesa South Road, Puerto
Princesa City
The DPWH-Palawan III District Engineering Offce, Puerto Princesa City, through
the Regular Infra Project CY-2013 intends to apply the sum of P15, 320, 922.38
being the Approved Budget for the Contract (ABC) to payments under the contract
for Construction/Improvement of Flood Control and Drainage Structures San
Pedro Section, Puerto Princesa City/12EG0056. Bids received in excess of the
ABC shall be automatically rejected at bid opening.
The DPWH-Palawan III District Engineering Offce, Puerto Princesa City now invites
bids for: Removal of Structures /Obstruction, Roadway Excavation(Surplus),
Foundation Fill, Pipe Culvert and Drain Excavation, Embankment/Backfll(From
Excavation), Sub-Grade Preparation, 0.20m. thk. Aggregate Sub-base Course,
910mm RCPC, i) Manholes, Masonry Units (6 THK. CHB), Curbs and Gutter,
Sidewalk and Entrance . Completion of the Works is required 270 cal. days.
Bidders should have completed, within ten (10) years from the date of submission and
receipt of bids, a contract similar to the Project. The description of an eligible bidder is
contained in the Bidding Documents, particularly, in Section 11. Instructions id Bidders.
Bidding will be conducted through open competitive bidding procedures using non-
discretionary pass/fail criterion as specifed in the 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, partnerships, or
organizations with at least seventy fve percent (75%) interest or outstanding capital
stock belonging to citizens of the Philippines.
Interested bidders may obtain further information from DPWH-Palawan III District
Engineering Offce, Puerto Princesa City and inspect the Bidding Documents at
the address given below from [insert offce hours].
A complete set of Bidding Documents may be purchased by interested Bidders from the
address below and upon payment of a nonrefundable fee for the Bidding Documents
in the amount of P10,000.00.
It may also be downloaded free of charge from the website of the Philippine
Government Electronic Procurement System (PhilGEPS) @ www.philgeps.net and
the DPWH website @ www.dpwh.gov.ph, provided that bidders shall pay the fee for
the Bidding Documents not later that the submission of their bids.
The DPWH-Palawan III District Engineering Offce, Puerto Princesa City will hold
a Pre-Bid Conference on November 16, 2012 at 10:00a.m. at BAC Room- DPWH-
Palawan III District Engineering Offce, Puerto Princesa City , which shall be open
only to all interested parties who have purchased the Bidding Documents.
Bids must be delivered to the address below on or before November 28, 2012 at
10:00 a.m. at DPWH-Palawan III District Engineering Offce, Puerto Princesa
City until 10:00 a.m. All bids must be accompanied by a bid security in any of the
acceptable forms and in the amount stated in ITB Clause 18.
Bids will be opened in the presence of the bidders representatives who choose to
attend at the address below. Late bids shall not be accepted.
The signifcant times and deadlines of procurement activities are shown below:
1. Issuance of Bidding Documents November 9-28, 2012
2. Pre-Bid Conference November 16, 2012 at 10:00 A.M.
3. Receipt of Bids On or before: 10:00 A.M. November 28, 2012
4. Opening of Bids November 28, 2012 at 2:00 P.M.
The DPWH-Palawan III District Engineering Offce, Puerto Princesa City 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 bidder or bidders.
For further information, please refer to:
(Sgd.) ALBINO D. SOCRATES, JR.
Engineer III
(BAC Chairman)
DPWH-Palawan III District Engineering Offce
Brgy, Sta. Monica, Puerto Princesa City
Tel. No.433-7313
N O T I C E
Notice is hereby given that STATE PROPERTIES CORPORATION (owner/
developer) have fled with this Board a sworn registration statement for
the sale of lots at VERSAILLES COMMERCIAL SUBDIVISION PHASE
I located at Tindig na Mangga, Almanza Dox, Las Pias City specifcally
described as Lot 2-A, Psd-00-070158, Lots 4 to 20, Pcs-00-012775 and Lot
8, Pcs-00-011752 covered by TCT Nos. T-101025, T-116739 to T-116755
and Lot 8, Pcs-00-011752 covered by TCT Nos. T-101025, T-116739 to
T-116755 (inclusive) and TCT No. T-100499.
All papers relative thereto shall upon request and payment of processing
fee, be available for Inspection during business hours by any person having
legal Interest thereon.
Absent any legal impediment, the above-cited project is deemed registered
and a certifcate, in evidence thereof, shall forthwith be issued after fve (5)
days from the last day of publication.
Quezon City, Metro Manila, OCT. 09, 2012.
(Sgd.) ALFREDO GIL M. TAN II
Regional Director
HOUSING AND LAND USE REGULATORY BOARD
Expanded National Capital Region Field Offce
2
nd
Floor, HLURB Building, Kalayaan Avenue,
Diliman, Quezon City
(MST-Nov. 5 & 12, 2012)
For fast ad results, please call
659-48-30 local 303 or 659-48-03
CYAN MAGENTA YELLOW BLACK
NOVEMBER 12, 2012 MONDAY
D3 Classifeds
ManilaStandardToday
Page Compositor: Diana Keyser Punzalan
adv.mst@gmail.com
Republic of the Philippines
Department of Public Works and Highways
Region XIII
OFFICE OF THE DISTRICT ENGINEER
Surigao del Norte 1
st
Engineering District
Surigao City
INVITATION TO BID for
1. 12NF0092/ROADSLIP PROTECTIONALONG SURIGAO-DAVAO COASTAL ROAD/ CLAVER, SURIGAO
DEL NORTE
2. 12NF0093/REHAB./STRENGTHENINGOFPINGAPINGBRIDGEALONGDAANGMAHARLIKA( SURIGAO-
AGUSAN SECTION) /BRGY. MOTORPOOL, TUBOD, SURIGAODEL NORTE
The DPWH-Surigao del Norte 1st Engineering District through the REGULAR INFRA FY 2013 intends to apply
the sum of P 9,700,000.00 being the Approved Budget Contract (ABC) to payments under the contract for 12NF0092/
ROADSLIP PROTECTION ALONG SURIGAO-DAVAO COASTAL ROAD/ CLAVER, SURIGAO DEL NORTE. Bids
received in excess of the ABC shall be automatically rejected in the bid opening.
The DPWH-Surigao del Norte 1st Engineering District through the REGULAR INFRA FY 2013 intends to apply
the sum of P 6,052,800.00 being the Approved Budget Contract (ABC) to payments under the contract for 12NF0093/
REHAB./STRENGTHENINGOFPINGAPINGBRIDGEALONGDAANGMAHARLIKA(SURIGAO-AGUSANSECTION)
/BRGY. MOTORPOOL, TUBOD ,SURIGAO DEL NORTE. Bids received in excess of the ABC shall be automatically
rejected in the bid opening.
The DPWH-Surigao del Norte 1st Engineering District now invites for:
1. 12NF0092/ROADSLIP PROTECTIONALONG SURIGAO-DAVAO COASTAL ROAD/ CLAVER, SURIGAO
DEL NORTE
Cost of Bidding Documents : P10,000.00
ITEM NO. DESCRIPTION QUANTITY UNIT
100(2) Clearing and Grubbing 0.192 Ha.
101(3) Removal of Structures (Extg Roadway & Shoulder Pavt.) 304.85 sq.m.
102(1) Unsuitable Excavation 449.46 Cu.m.
103(1) Structure Excavation 1,268.18 Cu.m.
103(3) Foundation Fill 84.56 Cu.m.
104(1B) Embankment (From Borrow) 373.83 Cu.m.
105(1) Sub-Grade Preparation( Common Materials) 637.76 sq.m.
204 Portland Cement Stabilized Road Mix Base Coursed 149.14 cu.m.
311(1) PCCP ( Plain Roadway, 280mm thk) 227.67 Sq.m.
311(1A) PCCP( Plain Roadway , 230mm thk) 410.10 Sq.m.
404 Reinforcing Steel Bars ( Grade 40) 11,473.70 Kgs
405(1) Structural Concrete, Class A 449.89 Cu.m.
407(1) Lean Concrete Class B 10.67 Cu.m.
506 Stone Masonry 68.43 Cu.m.
508 Handlaid Rock Embankment 189.59 Cu.m.
518(1) Coco-net 1,816.94 Sq.m.
518(2) Coco-logs 106.67 Ln.m.
518(3) Vegetation 1,816.94 Sq.m.
603(3) Removed and Reinstallation of Steel Guardrails 120.00 Ln.m.
605 Informative Road Signs (Hazard Marker Chevron) ( 24 x 36) 32.00 each
606(2) Pavement Markings (Refectorized Thermoplastic) 36.10 Sq.m.
SPL-I Construction Safety and Health Program First Aid Kit
(w/ Medical Supplies)
Rain Coat
Boots
Safety Gloves
Safety Googles
1.00 L.s.
SPL-II Engineering Facilities (BunkHouse) Field Offce /Quarter ( 5.00m x
5.00 m = 25 sq.m. ) w/ provision of Electricity & water Offce table
W/ Chair
1.00 l.s
Completion of the Work is Required 60 calendar days
2. 12NF0093/REHAB./STRENGTHENING OF PINGAPING BRIDGE ALONG DAANG MAHARLIKA (SURIGAO-
AGUSAN SECTION) /BRGY. MOTORPOOL, TUBOD ,SURIGAODEL NORTE
Cost of Bidding Documents : P10,000.00
ITEM NO. DESCRIPTION QUANTITY UNIT
101(3) Removal of Structures (Extg. Roadway Pavt) 187.60 Sq.m
102(1) Unsuitable Excavation 57.01 cu.m.
103(2A) Structure Excavation 271.03 Cu.m.
103(3) Foundation Fill 47.43 Cu.m.
105(1) Sub-Grade Preparation (Common Materials) 199.20 sq.m.
204 Portland Cement Stabilized Road Mix Base Course 41.77 Cu.m.
302(2) Bituminous Tack Coat ( Emulsifed Asphalt) 1.13 tonne
303 Bituminous Seal Coat (Penetration Grade 60/70) 0.60 tonne
310 Bituminous Concrete Surface Course, Hotlaid 2,157.40 Sq.m.
311(1) PCCP (Plain Roadway , 0.28 m thk) 121.15 Sq.m.
311(2) PCCP (Approach Slab ,0.30m thk) 78.60 Sq.m.
404 Reinforcing Steel Bars (Grade 40) 2,162.01 Kgs
405(1) Structural Concrete Class A 91.03 Cu.m.
506 Stone Masonry 13.97 Cu.m.
508 Handlaid Rock (End Protection Works) 13.20 Cu.m.
511 Gabions 210.00 Cu.m.
606(2) Pavement Markings (Refectorized Thermoplastic) 134.35 Sq.m.
SPL-I Facilities for Engineers Field Offce /Quarter (5.00m x 5.00 m = 25
sq.m. ) w/ provision of Electricity & water Offce table W/ Chair
1.00 L.s.
SPL-II Project Billboard 1.00 unit
SPL-III Const. Safety and Health Program Safety Shoes
Safety Gloves
Helmet( hard Hats)
Eye Googles
First Aid Kit w/ Medicines
1.00 L.s.
Completion of the Work is Required 60 calendar days
Bidders should have completed, within 10 years from the date of submission and receipt of bids, a contract similar
to the Project. The description of an eligible bidder is contained in the Bidding Documents particularly, in Section V.
Instruction to Bidders.
Bidding will be conducted through open competitive bidding procedures using non-discretionary pass/fail criterion as
specifed in the Implementing Rules and Regulations (IRR) of Republic Act 9184(RA 9184), Otherwise known as the
Government Procurement ReformAct.
Bidding is restricted to Filipino citizen/sole proprietorships, partnership, or organizations with at least seventy fve percent
(75%) interest or outstanding capital stock belonging to citizen of the Philippines.
Interested bidders may obtain further information fromDPWH-Surigao del Norte 1st Engineering District and inspect the
Bidding Documents at the address given belowfor 8:00 a.m. to 12:00 noon and 1:00 p.m. to 5:00 pm. Monday to Friday
during the issuance of bidding documents stated below.
A complete set of Bidding Documents may be purchased by the interested Bidders from the address below and upon
payment of nonrefundable fee for the Bidding Documents stated above on each project.
It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement
System(PhilGEPS) and the website of DPWH, provided that the bidders shall pay the fee for the Bidding Documents
not later that the submission of their bids.
TheBids andAwardCommittee(BAC) of DPWH-Surigaodel Norte1st EngineeringDistrict will holdaPre-BidConference
on November 16, 2012 @10:00 a.m. @Conference Roomwhich shall be open only to all interested parties.
Bids must be delivered to the address below on November 28, 2012 @12:00 noon at the conference room, DPWH-
Surigao del Norte 1
st
Engineering District, Surigao City.All bids must be accompanied by a bid security in any of the
acceptable forms and in the amount stated in ITB Clause 18.
Bids will be opened in the presence of the bidders representatives who chose to attend at the address below. Late
bids shall not be accepted.
The signifcant times and deadlines of procurement activities are shown below:
1.Issuance of bidding documents November 8, 2012 to November 28, 2012 until 10:00 a.m.
2. Pre-bid Conference November 16 , 2012 @ 10:00 a.m
3. Submission/Receipt of bids November 28, 2012 until 12:00 noon
4. Opening of Bids November 28, 2012 @ 2:00 p.m.
The DPWH-Surigao del Norte 1st Engineering District 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
bidder or bidders.
For further Information, please refer to:
BENALDEN R. SERNA
Engineer III
BAC Chairman
DPWH-Surigao del Norte 1st Engineering District
Capitol Road, Surigao City
(085) 231-5068
dpwh_sdn1bac@yahoo.com
(Sgd.) BENALDEN R. SERNA
Engineer III
BAC-Chairman
(MST-Nov. 12, 2012) (MST-Nov. 12, 2012)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Palawan First District Engineering Offce
Roxas, Palawan
November 07, 2012
INVITATION TO BID
The Bids and Award Committee (BAC) of the DPWH, Palawan 1
st
District Engineering
Offce, Roxas, Palawan, invites prospective contractors to apply to bid for the
following project;
Contract ID: 12EE0097
Contract Name Repair/ Rehab./ Improvement of Roxas-Taytay National
Road Section KO 142+094-KO 143+228
Roxas, Palawan
Contract Location: Roxas, Palawan
Scope of Work: Repair/Rehab./Improvement of Road
Approved Budget for the Contract P9,899,582.92
Contract Duration: 81 calendar days
The BAC will conduct the procurement process in accordance with the Revised IRR
of R.A. 9184. Bids received in excess of the ABC shall be automatically rejected at
the opening of bid.
To bid for this contract, a contractor must submit a Letter of Intent (LOI), purchase
bid documents and must meet the following major criteria: (a) prior registration
with DPWH, (b) Filipino citizen or 75% Filipino-owned partnership, corporation,
cooperative, or joint venture, (c) with PCAB license applicable to the type and cost
of this contract, (d) completion of a similar contract costing at least 50% of ABC
within a period of 10 years, and (e) Net Financial Contracting Capacity at least
equal to ABC, or credit line commitment at least equal to 10% of ABC. The BAC
wilt use nondiscretionary pass/fail criteria in the eligibility check and preliminary
examination of bids.
Unregistered contractors, however, shall submit their applications for registration
to the DPWH-POCW Central Offce before the deadline for the receipt of LOI.
The DPWHPOCW- Central Offce will only process contractors applications for
registration with complete requirements and issue the Contractors Certifcate of
Registration (CRC). Registration Forms may be downloaded at the DPWH website
www.dpwh.gov.ph.
The signifcant times and deadlines of procurement activities are shown below:
1. Issuance of Bidding Documents From: November 12, 2012 To: November 29, 2012
2. Pre-Bid Conference Time: 2:00 PM Date: November 20, 2012
3. Deadline of Receipt of LOI from
Prospective Bidders
Date: November 26, 2012 Time: until 5:00 p.m.
4. Submission` of Bids Time: until 1:30 PM Date: December 03, 2012
5. Opening of Bids Time: 2:00 p.m. Date: December 03, 2012
The BAC will issue hard copies of Bidding Documents (BDs) at DPWH, Palawan 1
st
District Engineering Offce, Roxas, Palawan, upon payment of a non-refundable fee of
Php.10,000.00 Project. Prospective bidders may also download the BDs from the
DPWH website, if available. Prospective bidders that will download the BDs from
the DPWH website shall pay the said fees on or before the submission of their bids
Documents. The Pre-Bid Conference shall be opened only to interested parties who
have purchased the BDs. Bids must accompanied by a bid security, in the amount and
acceptable form, as stated in Section 27.2 of the Revised IRR.
Prospective bidders shall submit their duly accomplished forms as specifed in the BDs
in two (2) separate sealed bid envelopes to the BAC Chairman. The frst envelope shall
contain the technical component of the bid, which shall include a copy of the CRC.
The second envelope shall contain the fnancial component of the bid. Contract will be
awarded to the Lowest Calculated Responsive Bid as determined In the bid evaluation
and post-qualifcation.
The DPWH, Palawan 1
st
District Engineering Offce, Roxas, Palawan reserves the
right to accept or reject any bid, to annul the bidding process at any time prior contract
award, without thereby incurring any liability to the affected bidder/so
Approved:
(Sgd.) FLORIPE R. CABASAL
Engineer III
BAC-Chairman
ANNEX A
(MST-Nov. 12, 2012)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
REGION IV-B MIMAROPA
OFFICE OF THE DISTRICT ENGINEER
Southern Mindoro District Engineering Offce
Roxas, Oriental Mindoro
INVITATION TO BID
The DPWH Southern Mindoro District Engineering Offce, through GAA
CY 2013 intends to apply the sum of P 20,579,677.89 being the Approved
Budget for the Contract (ABC) to payments under the contract for 13EI0015
-Replacement/Rehabilitation of Macanlig Bridge Along Calapan South Road,
Pinamalayan, Oriental Mindoro. Bids received in excess of the ABC shall
be automatically rejected at bid opening.
The DPWH Southern Mindoro District Engineering Offce now invites bids
for the Replacement/Rehabilitation of 20.00 L.M. Prestressed concrete
girder bridge; Clear Roadway = 7.32m; Sidewalk = 0.76m; Two Approach
Slab = 8.0 ln.m.; Concreting of 192 ln.m. approaches, width = 6.70m;
thickness = 0.28m; shoulder = 3.0m; Construction of 193 ln.m. line canal
and slope protection bothsides. Completion of the works is required in 192
calendar days.
Prospective bidders must have an experience of having completed at least
one (1) contract that is similar to the contract to be bid, and whose value,
adjusted to current prices using the NSO consumer price indices, must be
at least ffty percent (50%) of the ABC to be bid as stated in the Revised
Section 23.5.2.5 under GPPB Resolution No. 11 2012 of the IRR of R.A.
9184. The description of an eligible bidder is contained in the Bidding
Documents, particularly, in Section II, Instruction to Bidders.
Bidding will be conducted through open competitive bidding procedures
using non discretionary pass/fail criterion as specifed in the Revised
Implementing Rules and Regulations of R.A. 9184, otherwise known as
the Government Procurement Reform Act.
Bidding is restricted to Filipino citizens/sole proprietorships, partnerships,
or organizations with at least seventy fve (75%) interest or outstanding
capital stock belonging to citizens of the Philippines.
Interested bidders may obtain further information from DPWH Southern
Mindoro District Engineering Offce and inspect the Bidding Documents at
the address given below from 8:00 A.M. to 5:00 P.M.
A complete set of Bidding Documents may be purchased by interested
Bidders from the address below or any DPWH feld offces and upon
payment of a non refundable fee for the Bidding Documents in the amount
of P 25,000.00.
It may also be downloaded free of charge from the website of the Philippines
Government Electronic Procurement 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.
The DPWH Southern Mindoro District Engineering Offce will hold a Pre
Bid Conference on November 16, 2012 @ 10:00 A.M. at the Conference
Room, DPWH Southern Mindoro District Engineering Offce which shall
be open to all interested parties.
Bids must be delivered to the address below on or before November 28,
2012 until 10:00 A.M. at the DPWH Southern Mindoro District Engineering
Offce. All bids must be accompanied by a bid security in any of the
acceptable forms and in the amount stated in the Bid Data Sheet (BDS).
Bids will be opened in the presence of the bidders representative who
choose to attend at the address below. Late bids shall not be accepted.
The DPWH, Southern Mindoro District Engineering Offce 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 bidder or bidders.
For further information, please refer to:
ANNIELYN E. PADULLO
DPWH, Southern Mindoro District Engineering Offce
Dangay, Roxas, Oriental Mindoro
Telefax No. (043) 289 - 2565
Approved :
(Sgd.) ANNIELYN E. PADULLO
(BAC Chairperson)
(MST-Nov. 12, 2012)
Republic of the Philippines
Department of Public Works and Highways
OFFICE OF THE REGIONAL DIRECTOR
Regional Offce No. VIII
Government Center, Baras, Palo, Leyte
Telefax No.: (053) 323-5553
Email Add: dpwh.ro8_bacsec@yahoo.com.ph
Invitation to Bid
November 8, 2012
1. Contract ID : 12IO0084
Contract Name : Repair/Rehabilitation/Improvement of La Paz
Palale Javier Bito Road, K0070+000
K0071+030, Javier, Leyte
Contract Location : Javier, Leyte
Brief Description/Scope of Work : Asphalt Overlay of 1,060.00 meters Carriageway
( Thi ckness=0. 05 m. ; Wi dt h=6. 10 m. ) wi t h
Thermoplastic Pavement Markings at Center and
Edgeline.
Approved Budget for the Contract (ABC) : Php 9,891,342.52
Contract Duration : 60 Calendar Days
Cost of Bidding Documents : Php 10,000.00
1. The DPWH Regional Offce No. VIII, Baras, Palo, Leyte, through the SR2012-05-004859/
SARO No. BMB-12-0006924 intends to apply the sum above stated being the Approved
Budget for the Contract (ABC) to payments under the contract for the abovementioned
contract/s. Bids received in excess of the ABC shall be automatically rejected at bid opening.
2. The DPWH Regional Office No. VIII, Baras, Palo, Leyte now invites bids for the
abovementioned description of works. Completion of the Works is required for the above stated
contract duration. Bidders should have completed at least one (1) contract that is similar to this
project/s, equivalent to at least ffty percent (50%) of the ABC. The description of an eligible
bidder is contained in the Bidding Documents, particularly in Section II, Instructions to Bidders.
3. Bidding will be conducted through open competitive bidding procedures using non-
discretionary pass/fail criterion in the Eligibility Check and Preliminary Examination of Bids as
specifed in the Implementing Rules and Regulations (lRR) of Republic Act 9184 (RA9184),
otherwise known as the Government Procurement Reform Act.
Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, organizations or
joint venture with at least seventy fve percent (75%) interest or outstanding capital stock
belonging to citizens of the Philippines.
4. Contractors/applicants who are interested in the DPWH civil works are required to register prior
to the set scheduled of submission of bid while those already registered shall keep their records
current and updated. Contractors eligibility to bid on the project will be determined using the
DPWH Contract Profle Eligibility Process (CPEP) and subject to further post-qualifcation.
Information on registration can be obtained at DPWH website www.dpwh.gov.ph. Interested
bidders may obtain further information from DPWH Regional Offce No. VIII, Baras, Palo, Leyte
and inspect the Bidding Documents at the address given below from 8:00 A.M. 5:00 P.M.
5. A complete set of Bidding Documents may be purchased by interested Bidders from the
address below and upon payment of a nonrefundable fee for the Bidding Documents in the
amount stated above. Bidders can make payments for the purchase of the Bidding
Documents at any DPWH feld offces. It may also be downloaded free of charge from
the website of the Philippine Government Electronic Procurement System (PhilGEPS) and
the website of the Procuring Entity, provided that bidders shall pay the fee for the Bidding
Documents not later that the submission of their bids.
The signifcant date and time of procurement activities are shown below:
PROCUREMENT ACTIVITY D A T E / T I M E
1. Issuance of Bidding Documents November 9 28, 2012
2. Pre-Bid Conference November 16, 2012 (3:00 P.M.)
3. Receipt of Bids On or before: November 28, 2012 (10:00 A.M.)
4. Opening of Bids November 28, 2012 (1:30 P.M.)
6. Pre-Bid Conference will be held at BAC Offce, DPWH Regional Offce No. VIII, Baras, Palo,
Leyte which shall be open only to all interested parties who have purchased the Bidding
Documents.
7. Bids must be delivered at BAC Offce, DPWH Regional Offce No. VIII, Baras, Palo, Leyte.
All bids must be accompanied by a bid security in any of the acceptable forms and in the
amount stated in ITB Clause 18, or a Bid Securing Declaration in lieu of a bid security as
an additional form, pursuant to GPPB Resolution No. 03-2012. Bids will be opened in the
presence of the bidders representatives who choose to attend at the address below. Late
bids shall not be accepted.
8. To bid for this contract, a contractor must submit a Net Financial Contracting Capacity
(NFCC) at least equal to ABC or Credit Line Commitment at least equal to 10% of ABC
and the Original Receipt (OR) for payment of bidding documents before dropping of bids.
Bidders shall likewise submit their bids through their duly Authorized Liaison Offcers only as
specifed in the Contractors Information (CI). Submission of Letter of Intent (LOI) is no
longer required to participate in the bidding, pursuant to D.O. No. 64, Series of 2012.
9. The DPWH Regional Offce No. VIII, Baras, Palo, Leyte 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 or obligation to the affected bidder or bidders.
10. For further information, please refer to:
EDGAR B. TABACON, CESO IV
Assistant Regional Director
(BAC Chairman)
Attention:
The Head, BAC Secretariat
DPWH Regional Offce No. VIII,
Baras, Palo, Leyte
Telefax No.: (053) 323-5553
Email Add: dpwh.ro8_bacsec@yahoo.com.ph
(Sgd.) EDGAR B. TABACON, CESO IV
Assistant Regional Director
(BAC Chairman)
NOTED:
(Sgd.) ROLANDO M. ASIS, CESO III
Regional Director
(MST-Nov. 12, 2012)
Republic of the Philippines
Department of Public Works and Highways
OFFICE OF THE DISTRICT ENGINEER
Leyte 1 District Engineering Offce
Pawing, Palo, Leyte
INVITATION TO BID
November 07, 2012
Contract ID No. 12IC0087
Contract Name and Location
Rehab./Repair/Improvement of Baras-Candahug-
Manlurip-DZR Airport Road, Palo, Leyte
Brief Description/Scope of Work
Conc. of Road Shoulder, Seawall Protection with
Conc. Sheet Pile & Pile Cap, Reblocking
ABC P19,400,000.00
Contract Duration 102 CD
Cost of Bid Documents P25,000.00
1. The DPWH, Leyte 1 District Engineering Offce, Pawing, Palo, Leyte, through
the CY 2013 GAA Infrastructure Projects intends to apply the sum above-stated
being the Approved Budget of the Contract (ABC) to payments under the contract
for the aforementioned contracts. Bids received in excess of the ABC shall be
automatically rejected at bid opening.
2. DPWH, Leyte 1 District Engineering Offce, Pawing, Palo, Leyte now invites bids
for the aforementioned description of works. Completion of the work is required for the
above-stated contract duration. Bidders should have completed, within ten (10) years
from the date of submission and receipt of bids, a contract similar to the project. The
description of an eligible bidder is contained in the Bidding Documents, particularly, in
Section II. Instruction to Bidders.
3. Bidding will be conducted through open competitive bidding procedures using non-
discretionary pass/fail criterion in the Eligibility Check and Preliminary Examination of
Bids as specifed in the 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, partnerships, organization or joint
venture with at least seventy fve percent (75%) interest or outstanding capital stock
belonging to citizens of the Philippines.
4. Contractors/applicants who are interested in the DPWH civil works are required to
register prior to the schedule of submission of bid while those already registered shall
keep their records current and updated. Contractors eligibility to bid on the project
will be determined using the DPWH Contract Profle Eligibility Process (CPEP) and
subject to further post-qualifcation. Information on registration can be obtained at
DPWH website www.dpwh.gov.ph. Interested bidders may obtain further information
from DPWH, Leyte 1 District engineering Offce, Pawing, Palo, Leyte and inspect
the Bidding Documents from 8:00 a.m. 5:00p.m.
Date and time of Procurement Activities are shown below:
PROCUREMENT ACTIVITY DATE
1. Issuance of Bidding Documents November 09 - 29, 2012
2. Pre-Bid Conference November 15, 2012; 9:00 a.m. (Conference Hall)
3. Receipt of Bids On or before: November 29, 2012; 9:00 a.m.
4. Opening of Bids November 29, 2012; 2:00 p.m.
5. A complete set of Bidding Documents may be purchased by interested Bidders upon
payment of a nonrefundable fee. It may also be downloaded free of charge from the
website of the Philippine Government Electronic Procurement 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.
6. Pre- Bid Conference shall be open only to all interested parties who have purchased
the Bidding Documents.
7. All bids must be accompanied by a bid security in any of the acceptable forms and
in the amount stated in ITB Clause 18. Bids will be opened in the presence of the
bidders representative who chooses to attend. Late bids shall not be accepted.
8. To bid for this contract/s, a contractor must submit a Net Financial Contracting Capacity
at least equal to the ABC or Credit Line Commitment at least equal to 10% of ABC
before dropping the bids. Bidders shall likewise submit their bids through their
duly Authorized Liaison Offcers only as specifed in the Contractors Information
(CI). Submission of Letter of Intent (LOI) is no longer required to participate in the
bidding, per D.O. 64, series of 2012.
9. The DPWH, Leyte 1 District Engineering Offce, Pawing, Palo, Leyte 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 or obligation to
the affected bidder or bidders.
10. For further information, please refer to:
Lesma B. Tingoy
BAC Chairman
Tel. No.: (053) 323-5701
Fax No.: (053) 323-8801
e-mail address: dpwh.ro8_leyte1@yahoo.com
(Sgd.) LESMA B. TINGOY
Chief, Materials Quality Control Section
BAC Chairman
N O T E D:
(Sgd.) ANGEL A. SIA, JR.
OIC-District Engineer
(MST-Nov. 12, 2012)
The Offce of the President, through the Bids and Awards Committee (BAC), hereby
invites all interested Phil-GEPS registered manufacturers, suppliers, dealers, automotive
manufacturer and authorized franchised dealers to submit bids for the following projects, to wit:
Purchase
Request (PR)
No.
Project Approved Budget for
the Contract
Non- Refundable
Bid Fees
12-09-5955 1. Procurement of janitorial Service of the
Offce of the President for FY 2013
Php8,532,720.00 Php5,000.00
12-08-5470 2. One (1) Lot Supply and Delivery of
Assorted Gifts of the President
Php1,680,400.00 Php5,000.00
12-08-5458RB 3. One (1) Lot Supply & Delivery of Two
(2) Units Trucks
Php2,720,000.00 Php5,000.00
12-10-6058 4. One (1) Lot Suppl y of Labor and
Materials for Re-varnishing of Panel
Doors and Wooden Window Frames,
and for Re-painting of Wrought Iron
Doors and Grilles of Kalayaan Hall
Php1,900,000.00 Php5,000.00
12-09-6009 5. One (1) Lot Supply and Delivery of
One (1) unit Brand New Diesel Electric
Generating Set for replacement of
the 40-year old deteriorated Electric
Generatingt Set of Mansion House,
Baguio City
Php1,792,600.00 Php5,000.00
Bid Documents are available from November 12 November 29, 2012, upon payment
of non-refundable fees stated above, from 8:00AM to 12:00N and from 1:00PM to 5:00PM,
Monday to Friday, and up to 9AM on the last day of the issuance and acquisition of bid docs,
at the BAC Secretariat Offce, RM 118, First Floor Mezzanine, Mabini Hall Bldg., JP Laurel
St.,San Miguel, Malacaang, Manila (Tel. No. 784-42-86 loc. 4161).
A pre-bid conference for the purpose will be held on November 15, 2012 at 1:00 PM
at the Executive Secretaries Hall and Gallery, 4
th
Floor, Mabini Hall Building, Malacaang,
Manila. Only those who have purchased bidding documents will be allowed to participate
in the pre-bid conference.
Deadline for the submission of the Bid/Tender Documents/Forms is onNovember 29,
2012 Thursdayat 10:00AM at the BAC Secretariat Offce, RM 118 First Floor Mezzanine,
Mabini Hall Bldg., JP Laurel St.,San Miguel, Malacaang, Manila. The opening of bids will
be held on the same day, November 29, 2012, Thursday at 10:05AMat the Executive
Secretaries Hall and Gallery, 4
th
/F Mabini Hall Bldg., Malacaang, Manila.
Bidding will be conducted through open competitive bidding procedures using a non-
discretionary pass/fail criterion as specifed in the Revised Implementing Rules and Regula-
tions (IRR) of Republic Act (RA) 9184, otherwise known as the Government Procurement
Reform Act. Bids received in excess of the Approved Budget for the Contract (ABC) shall be
automatically rejected at bid opening.
All particulars relative to eligibility screening, bid security, performance security, pre-bid
conference/s, evaluation of bids, post-qualifcation and award of contracts shall be governed
by the pertinent provisions of RA 9184 and its Revised IRR.
The Offce of the President-Bids and Awards Committee 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 bidder or bidders.
(Sgd.) Atty. MICHAEL G. AGUINALDO
Chairman, Bids and Awards Committee
Offce of the President
of the Philippines
Malacaang
BIDS AND AWARDS COMMITTEE
INVITATION TO BID
CYAN MAGENTA YELLOW BLACK
Classifeds
ManilaStandardToday adv.mst@gmail.com NOVEMBER 12, 2012 MONDAY
D4
Page Compositor: Diana Keyser Punzalan
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Region XI
DAVAO DEL SUR 1
st
DISTRICT ENGINEERING OFFICE
OFFICE OF THE DISTRICT ENGINEER
Digos City
Invitation to Bid for Preventive Maintenance Asphalt Overlay
Along Digos Diversion Road K1562+(-692) K1563+080
Digos City, Davao del Sur
1. The Davao del Sur 1
st
District Engineering Offce, Digos City, Davao
del Sur, through the CY 2013 Infrastructure Program intends to apply the
sum of P 41,376,792.40 being the Approved Budget for the Contract (ABC)
to payments under the contract for Preventive Maintenance Asphalt
Overlay along Digos Diversion Road K1562+(-692) K1563+080,
Digos City, Davao del Sur Contract ID # 12LD0043. Bids received
in excess of ABC shall be automatically rejected at bid opening
2. The Davao del Sur 1
st
District Engineering Office, Digos City,
Davao del Sur now invites bids for Widening of Roads with Massive
Embankment and Asphalt Overlay with Corrections. Completion of
the Works is required for One Hundred Twenty (120) calendar days.
Bidders should have completed, within ten (10) years from the date of
submission and receipt of bids, a contract similar to the Project. The
description of an eligible bidder is contained in the Bidding Documents,
particularly, in Section II Instructions to Bidders.
3. Bidding will be conducted through open competitive bidding procedures
using non-discretionary pass/fail criterion as specifed in the 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, partnerships,
or organizations with at least seventy fve percent (75%) interest or
outstanding capital stock belonging to citizens of the Philippines.
4. Interested bidders may obtain further information from Davao del Sur 1
st
District Engineering Offce, Digos City, Davao del Sur and inspect the
Bidding Documents at the address given below from 8:00 5:00 P.M.
5. A complete set of Bidding Documents may be purchased by interested
Bidders from the address below and upon payment of a nonrefundable
fee for the Bidding Documents in the amount of Twenty Five Thousand
pesos (P25,000.00).
It may also be downloaded free of charge from the website of the Philippine
Government Electronic Procurement System (PhilGEPS) and the website
of the Procuring Entity, provided that bidders shall pay the fee for the
Bidding Documents not later that the submission of their bids.
6. The Davao del Sur 1
st
District Engineering Offce, Digos City, Davao del
Sur will hold a Pre-Bid Conference on November 15, 2012, 10:00 A.M. at BAC
Offce, DPWH, Digos City, which shall be open to all interested parties.
7. Bids must be delivered to the address below on or before November
27, 2012, 2:00 P.M. at BAC Offce, DPWH, Digos City. All bids must be
accompanied by a bid security in any of the acceptable forms and in the
amount stated in ITB Clause 18.
Bids will be opened in the presence of the bidders representatives who
choose to attend at the address below. Late bids shall not be accepted.
8. Deadline of Letter of Intent will be on November 22, 2012 at 2:00 P.M.
9. The Davao del Sur 1
st
District Engineering Offce, Digos City, Davao
del Sur 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 bidder or bidders.
10. For further information, please refer to:
MARIA TERESA R. LUCABERTE
BAC Secretariat
TELEFAX: 082-553-6465
(Sgd.) AMPARO M. CLAR
BAC Chairman
(MST-NOV. 12, 2012)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Region XI
DAVAO DELSUR 1
st
DISTRICT ENGINEERING OFFICE
OFFICE OF THE DISTRICT ENGINEER
Digos City
Invitation to Bid for Widening of Davao-Cotabato Road
(Sinawilan-Cogon Section)
K1559+180-K1560+770 Digos City, Davao del Sur
1. The Davao del Sur 1
st
District Engineering Offce, Digos City, Davao
del Sur, through the CY 2013 Infrastructure Program intends to apply
the sum of P 36,328,712.27 being the Approved Budget for the Contract
(ABC) to payments under the contract for Widening of Davao-Cotabato
Road (Sinawilan-Cogon Section) K1559+180-K1560+770, Digos City,
Davao del Sur-Contract ID# 12LD0042. Bids received in excess of ABC
shall be automatically rejected at bid opening
2. The Davao del Sur 1
st
District Engineering Offce, Digos City, Davao
del Sur now invites bids for Widening of Roads with Box Culvert.
Completion of the Works is required for Ninety Three (93) calendar
days. Bidders should have completed, within ten (10) years from the date
of submission and receipt of bids, a contract similar to the Project. The
description of an eligible bidder is contained in the Bidding Documents,
particularly, in Section II Instructions to Bidders.
3. Bidding will be conducted through open competitive bidding procedures
using non-discretionary pass/fail criterion as specifed in the 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, partnerships,
or organizations with at least seventy fve percent (75%) interest or out-
standing capital stock belonging to citizens of the Philippines.
4. Interested bidders may obtain further information from Davao del Sur 1
st
District Engineering Offce, Digos City, Davao del Sur and inspect the
Bidding Documents at the address given below from 8:00 5:00 P.M.
5. A complete set of Bidding Documents may be purchased by interested
Bidders from the address below and upon payment of a nonrefundable
fee for the Bidding Documents in the amount of Twenty Five Thousand
pesos (P25,000.00).
It may also be downloaded free of charge from the website of the Philip-
pine Government Electronic Procurement System (PhilGEPS) and the
website of the Procuring Entity, provided that bidders shall pay the fee
for the Bidding Documents not later that the submission of their bids.
6. The Davao del Sur 1st District Engineering Offce, Digos City, Davao del
Sur will hold a Pre-Bid Conference on November 15, 2012, 10:00 A.M. at BAC
Offce, DPWH, Digos City, which shall be open to all interested parties.
7. Bids must be delivered to the address below on or before November
27, 2012, 2:00 P.M. at BAC Offce, DPWH, Digos City. All bids must be
accompanied by a bid security in any of the acceptable forms and in the
amount stated in ITB Clause 18.
Bids will be opened in the presence of the bidders representatives who
choose to attend at the address below. Late bids shall not be accepted.
8. Deadline of Letter of Intent will be on November 22, 2012 at 2:00 P.M.
9. The Davao del Sur 1
st
District Engineering Offce, Digos City, Davao
del Sur 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 bidder or bidders.
10. For further information, please refer to:
MARIA TERESA R. LUCABERTE
BAC Secretariat
TELEFAX: 082-553-6465
(Sgd.) AMPARO M. CLAR
BAC Chairman
(MST-NOV. 12, 2012)
Republic of the Philippines
DEPARTMENT T OF PUBLIC WORKS AND HIGHWAYS
Region IV-B, MIMAROPA
OFFICE OF THE DISTRICT ENGINEER
Marinduque Engineering District
Boac, Marinduque
INVITATION TO BID
The Bids and Awards Committee ( BAC) of the DPWH Marinduque
Engineering District Offce, Boac, Marinduque, through the SARO No. NEP
2013 invites contractors to bid aforementioned projects.
Contract ID: 12EA0038
Contract Name: Road Upgrading of Dr. Damian Reyes Mem. Road
(Torrijos Side) Km. 47+800-Km. 51+790 w/e
Contract Location: Torrijos, Marinduque
Scope of Work: Road upgrading (conc). of 1.42 km road with 3
units box culvert and stone masonry
Approved Budget for
the Contract (ABC): Php28,813,336.87
Contract Duration: 95 calendar days
The BAC will conduct the procurement process in accordance with the Revised
IRR of R.A. 9184. Bids received in excess of the ABC shall be automatically
rejected at the opening of bid.
To bid for this contract, a contractor must submit a Letter of Intent (LOI), purchase bid
documents and must meet the following major criteria: (a) prior registration with DPWH,
(b) Filipino citizen or 75% Filipino- owned partnership, corporation, cooperative, or
joint venture, (c) with PCAB license applicable to the type and cost of this contract,
(d) completion of a similarcontract costing at least 50 % of ABC within a period of 10
years, and (e)Net Financial Contracting Capacity at least equal to ABC, or credit line
commitment at least equal to 10% of ABC.The BAC will use non-discretionary pass/fail
criteria in the eligibility check and preliminary examination of bids.
Unregistered contractors, however, shall submit their applications for registration
to the DPWH-POCW Central Offce before the deadline for the receipt of
LOI. The DPWH-Central Offce will only process contractors applications for
registration with complete requirements and issue the Contractors Certifcate
of Registration (CRC). Registration Forms may be downloaded at the DPWH
website www.dpwh.gov.ph.
The signifcant times and deadlines for procurement are shown below:
1. Issuance of Bidding Documents Novmber 9, 2012-
Novmber 29, 2012
2. Pre-Bid Conference Novmber 20, 2012/ 9:00 A.M.
3. Receipt of Bids Novmber 29, 2012 / 10:00 A.M.
4. Opening of Bids Novmber 29, 2012/ 2:00 P.M.
The BAC will issue hard copies of Bidding Documents (BDs) at DPWH,
Marinduque District Engineering Offce, Boac, Marinduque, upon payment of a
non-refundable fee of P 25,000.00 for (BDs).
Prospective bidders may also download the BDs from the DPWH Website.
Prospective bidders that will download the BDs from DPWH Website shall pay
the said fees on or before the submission of their Bid Documents. The Pre-Bid
Conference shall be open only to interested parties who have purchased the
BDs. Bids must accompanied by a bid security, in the amount and acceptable
form, as stated in Section 27.2 of the Revised IRR.
Prospective bidders shall submit their duly accomplished forms as specifed
in the BDs in two (2) separate bid envelops to the BAC Chairman. The frst
envelop shall contain the technical component of the bid, which shall include
the eligibility requirements. The second envelop shall contain the fnancial
component of the bid. Contract will be awarded to the Lowest Calculated
Responsive Bid as determined in the bid evaluation and post qualifcation.
DPWH, Marinduque Engineering Offce reserves the right to accept or reject
any or all bid and to annul the bidding process at any time before Contract
award, without incurring any liability to the affected bidder/s.
Approved by:
(Sgd.) RODLOFO S. DAVID
BAC Chairman
(MST-NOV. 12, 2012)
Republic of the Philippines
DEPARTMENT T OF PUBLIC WORKS AND HIGHWAYS
Region IV-B, MIMAROPA
OFFICE OF THE DISTRICT ENGINEER
Marinduque Engineering District
Boac, Marinduque
INVITATION TO BID
The Bids and Awards Committee ( BAC) of the DPWH Marinduque
Engineering District Offce, Boac, Marinduque, through the SARO No. NEP
2013 invites contractors to bid aforementioned projects.
Contract ID: 12EA0039
Contract Name: Road Upgrading of Tigwi-Dampulan-Lipata-Yook,
Buenavista Road Km. 86+460-Km. 88+130.81
Contract Location: Buenavista, Marinduque
Scope of Work: Road upgrading (concreting) of 1,670.81 l.m. with
1 unit box culvert and stone masonry
Approved Budget for
the Contract (ABC): Php25,762,395.70
Contract Duration: 82 calendar days
The BAC will conduct the procurement process in accordance with the Revised
IRR of R.A. 9184. Bids received in excess of the ABC shall be automatically
rejected at the opening of bid.
To bid for this contract, a contractor must submit a Letter of Intent (LOI), purchase bid
documents and must meet the following major criteria: (a) prior registration with DPWH,
(b) Filipino citizen or 75% Filipino- owned partnership, corporation, cooperative, or
joint venture, (c) with PCAB license applicable to the type and cost of this contract,
(d) completion of a similarcontract costing at least 50 % of ABC within a period of 10
years, and (e)Net Financial Contracting Capacity at least equal to ABC, or credit line
commitment at least equal to 10% of ABC.The BAC will use non-discretionary pass/fail
criteria in the eligibility check and preliminary examination of bids.
Unregistered contractors, however, shall submit their applications for registration
to the DPWH-POCW Central Offce before the deadline for the receipt of
LOI. The DPWH-Central Offce will only process contractors applications for
registration with complete requirements and issue the Contractors Certifcate
of Registration (CRC). Registration Forms may be downloaded at the DPWH
website www.dpwh.gov.ph.
The signifcant times and deadlines for procurement are shown below:
1. Issuance of Bidding Documents Novmber 9, 2012-
Novmber 20, 2012
2. Pre-Bid Conference Novmber 20, 2012/ 9:00 A.M.
3. Receipt of Bids Novmber 29, 2012 / 10:00 A.M.
4. Opening of Bids Novmber 29, 2012/ 2:00 P.M.
The BAC will issue hard copies of Bidding Documents (BDs) at DPWH,
Marinduque District Engineering Offce, Boac, Marinduque, upon payment of a
non-refundable fee of P 25,000.00 for (BDs).
Prospective bidders may also download the BDs from the DPWH Website.
Prospective bidders that will download the BDs from DPWH Website shall pay
the said fees on or before the submission of their Bid Documents. The Pre-Bid
Conference shall be open only to interested parties who have purchased the
BDs. Bids must accompanied by a bid security, in the amount and acceptable
form, as stated in Section 27.2 of the Revised IRR.
Prospective bidders shall submit their duly accomplished forms as specifed
in the BDs in two (2) separate bid envelops to the BAC Chairman. The frst
envelop shall contain the technical component of the bid, which shall include
the eligibility requirements. The second envelop shall contain the fnancial
component of the bid. Contract will be awarded to the Lowest Calculated
Responsive Bid as determined in the bid evaluation and post qualifcation.
DPWH, Marinduque Engineering Offce reserves the right to accept or reject
any or all bid and to annul the bidding process at any time before Contract
award, without incurring any liability to the affected bidder/s.
Approved by:
(Sgd.) RODLOFO S. DAVID
BAC Chairman
(MST-NOV. 12, 2012)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Region XI
DAVAO DELSUR 1st DISTRICT ENGINEERING OFFICE
OFFICE OF THE DISTRICT ENGINEER
Digos City
Invitation to Bid for Road Upgrading (Gravel to Concrete) Along
Bansalan-Mt. Apo National Park Road K1584+(-234)-K1585+008
Bansalan, Davao del Sur
1. The Davao del Sur 1
st
District Engineering Office, Digos City,
Davao del Sur, through the CY 2013 Infrastructure Program intends to
apply the sum of P 30,107,535.42 being the Approved Budget for the
Contract (ABC) to payments under the contract for Road Upgrading
(Gravel to Paved along Bansalan-Mt. Apo National Park Road
(K1584+(-234)-K1585+008, Bansalan, Davao del Sur-Contract
ID# 12LD0041. Bids received in excess of ABC shall be automatically
rejected at bid opening
2. The Davao del Sur 1st District Engineering Offce, Digos City, Davao
del Sur now invites bids for Concreting of Roads. Completion of the
Works is required for Ninety Three (93) calendar days. Bidders should
have completed, within ten (10) years from the date of submission and
receipt of bids, a contract similar to the Project. The description of an
eligible bidder is contained in the Bidding Documents, particularly, in
Section II Instructions to Bidders.
3. Bidding will be conducted through open competitive bidding procedures
using non-discretionary pass/fail criterion as specifed in the 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, partnerships,
or organizations with at least seventy fve percent (75%) interest or
outstanding capital stock belonging to citizens of the Philippines.
4. Interested bidders may obtain further information from Davao del Sur 1
st
District Engineering Offce, Digos City, Davao del Sur and inspect the
Bidding Documents at the address given below from 8:00 5:00 P.M.
5. A complete set of Bidding Documents may be purchased by interested
Bidders from the address below and upon payment of a nonrefundable
fee for the Bidding Documents in the amount of Twenty Five Thousand
pesos (P25,000.00).
It may also be downloaded free of charge from the website of the Philippine
Government Electronic Procurement System (PhilGEPS) and the website
of the Procuring Entity, provided that bidders shall pay the fee for the
Bidding Documents not later that the submission of their bids.
6. The Davao del Sur 1
st
District Engineering Offce, Digos City, Davao del
Sur will hold a Pre-Bid Conference on November 15, 2012, 10:00 A.M. at BAC
Offce, DPWH, Digos City, which shall be open to all interested parties.
7. Bids must be delivered to the address below on or before November
27, 2012, 2:00 P.M. at BAC Offce, DPWH, Digos City. All bids must be
accompanied by a bid security in any of the acceptable forms and in the
amount stated in ITB Clause 18.
Bids will be opened in the presence of the bidders representatives who
choose to attend at the address below. Late bids shall not be accepted.
8. Deadline of Letter of Intent will be on November 22, 2012 at 2:00 P.M.
9. The Davao del Sur 1
st
District Engineering Offce, Digos City, Davao
del Sur 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 bidder or bidders.
10. For further information, please refer to:
MARIA TERESA R. LUCABERTE
BAC Secretariat
TELEFAX: 082-553-6465
(Sgd.) AMPARO M. CLAR
BAC Chairman
(MST-NOV. 12, 2012)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Region XI
DAVAO DELSUR 1st DISTRICT ENGINEERING OFFICE
OFFICE OF THE DISTRICT ENGINEER
Digos City
Invitation to Bid for Preventive Maintenance Asphalt Overlay at Digos
Makar Road K1565+1000-K1567+000, Davao Del Sur
1. The Davao del Sur 1
st
District Engineering Offce, Digos City, Davao
del Sur, through the CY 2013 Infrastructure Program intends to apply
the sum of P 20,230,180.00 being the Approved Budget for the Contract
(ABC) to payments under the contract for Preventive Maintenance
Asphalt Overlay at Digos Makar Road K1565+100-K1567+000, Davao
del Sur-Contract ID# 12LD0040. Bids received in excess of ABC shall
be automatically rejected at bid opening
2. The Davao del Sur 1st District Engineering Offce, Digos City, Davao
del Sur now invites bids for Concreting of Roads. Completion of the
Works is required for Seventy (70) calendar days. Bidders should have
completed, within ten (10) years from the date of submission and receipt
of bids, a contract similar to the Project. The description of an eligible
bidder is contained in the Bidding Documents, particularly, in Section II
Instructions to Bidders.
3. Bidding will be conducted through open competitive bidding procedures
using non-discretionary pass/fail criterion as specifed in the 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, partnerships,
or organizations with at least seventy fve percent (75%) interest or
outstanding capital stock belonging to citizens of the Philippines.
4. Interested bidders may obtain further information from Davao del Sur 1
st
District Engineering Offce, Digos City, Davao del Sur and inspect the
Bidding Documents at the address given below from 8:00 5:00 P.M.
5. A complete set of Bidding Documents may be purchased by interested
Bidders from the address below and upon payment of a nonrefundable
fee for the Bidding Documents in the amount of Twenty Five Thousand
pesos (P25,000.00).
It may also be downloaded free of charge from the website of the Philippine
Government Electronic Procurement System (PhilGEPS) and the website
of the Procuring Entity, provided that bidders shall pay the fee for the
Bidding Documents not later that the submission of their bids.
6. The Davao del Sur 1
st
District Engineering Offce, Digos City, Davao
del Sur will hold a Pre-Bid Conference on November 15, 2012, 10:00
A.M. at BAC Offce, DPWH, Digos City, which shall be open to all
interested parties.
7. Bids must be delivered to the address below on or before November
27, 2012, 2:00 P.M. at BAC Offce, DPWH, Digos City. All bids must be
accompanied by a bid security in any of the acceptable forms and in the
amount stated in ITB Clause 18.
Bids will be opened in the presence of the bidders representatives who
choose to attend at the address below. Late bids shall not be accepted.
8. Deadline of Letter of Intent will be on November 22, 2012 at 2:00 P.M.
9. The Davao del Sur 1
st
District Engineering Offce, Digos City, Davao
del Sur 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 bidder or bidders.
10. For further information, please refer to:
MARIA TERESA R. LUCABERTE
BAC Secretariat
TELEFAX: 082-553-6465
(Sgd.) AMPARO M. CLAR
BAC Chairman
(MST-NOV. 12, 2012)
CYAN MAGENTA YELLOW BLACK
For f ast ad resul ts,
pl ease cal l
527- 83- 51 to 55
l ocal s 227-228
Manila Offce
NOVEMBER 12, 2012 MONDAY
D5
Classifeds
ManilaStandardToday
adv.mst@gmail.com
Page Compositor: Diana Keyser Punzalan
ERRORS & OMISSIONS
In Cl assi fi ed Ads section must be
brought to our attention the very day the
advertisement is published. We will not
be responsible for any incorrect ads not
reported to us immediately.
Republic of the Philippines
Kagawaran ng Pagawain at Lansangang Pambayan
Tanggapan ng Distrito Inhenyero
Telefax (035) 231-3184; 336-1124; 336-1125
Negros Oriental 1
st
District Engineering District Offce
Bindoy, Negros Oriental, Rehiyon VII
INVITATION TO BID
(MST-Nov. 12, 2012)
The DPWH, Negros Oriental 1
st
District Engineering Offce, through the Bids and Awards Committee (BAC), invites
contractors to apply to bid for the contract(s);
1.) Contract ID 012HJ00018
Contract Name Replacement of Pangaloan Bridge
Contract Location Jimalalud, Negros Oriental
Scope of Works 101(3a) Removal of DamagedConcretePavement, 101(4) Removal of DamagedExisting
Bridge, 103(2) Bridge Excavation, 104(1) Embankment (for the approaches), 311(2)
Portland Cement Concrete Pavement (Reinforced), 400(22a) Reinforced Concrete Test
Pile (F & D), 400(22b) Reinforced Concrete Pile (F & D), 401 Concrete Railing, 404
Reinforcing Steel, Grade 40, 405(1) Structural Concrete, Class A (fc = 20.70 mPa),
405(1a) Structural Concrete, Class A (fc = 27.58 mPa), 406(1a) PSC Girder (AASHTO
Type IV, L=25 m), 506 Stone Masonry, SPL 1 Mobilization and Demobilization, SPL 2
Facilities for the Engineers, SPL 3 Installation of Project Billboard, SPL 4 Safety and
Health Program, SPL 5 Facilities for Handicapped Persons (B.P. 344 - 1 % of EDC)
and SPL 6 Facilities for Gender and Development (GAD - 5% of EDC)
Approved Budget for the Contract (ABC) P 43,014,650.00
Duration 176 Calendar Days
2.) Contract ID 012HJ00019
Contract Name Replacement of Tampocon Bridge
Contract Location Ayungon, Negros Oriental
Scope of Works A.1 Construction of Detour
101(1) Removal of Structure and Obstruction, 102(4) Surplus unclassifed Excavation,
103(3) Foundation Fill, 104(1) Embankment, 201 Aggregate Base Course, 505(a)
Grouted Riprap, Class A and 500(1)c 910mm RCPC
A.2 Construction of Bridge Structure 101(3a) Removal of Damaged Concrete Pavement,
101(4) Removal of Damaged Existing Bridge, 103(2) Bridge Excavation, 104(1)
Embankment (for the approaches), 311(2) Portland Cement Concrete Pavement
(Reinforced), 400(22a) Reinforced Concrete Test Pile (F & D), 400 (22b) Reinforced
Concrete Pile (F & D), 401 Concrete Railing, 404 Reinforcing Steel, Grade 40, 405(1)
Structural Concrete Class A (fc = 20.70 mPa), 405(1a) Structural Concrete Class
A (fc = 27.58 mPa), 406(1a) PSC Girder (AASHTO Type IV, L=25 m), 506 Stone
Masonry, SPL1 Mobilization and Demobilization, SPL2 Facilities for the Engineers, SPL
3 Installation of Project Billboard, SPL 4 Safety and Health Program, SPL 5 Facilities
for Handicapped Persons (B.P. 344 - 1 % of EDC) and SPL 6 Facilities for Gender and
Development (GAD-5 % of EDC)
Approved Budget for the Contract (ABC) P 31,913,000.00
Duration 170 Calendar Days
3.) Contract ID 012HJ00020
Contract Name Road Upgrading (Gravel to Paved) based on Gravel Road Strategies, Traffc
Benchmark for Upgrading to Paved National Road Standards (HDM-4 Projects
Analysis) (Intermittent Section) @ Mabinay-Ayungon Road
Contract Location Sec. 1: K0126+764 to K0128+385; Sec. 2: K0131+862 to K0132+282, Negros Oriental
Province
Scope of Works A.1. Facilities for the Engineers A.2 Provide, Operate & Maintain Service Vehicle for
the Engineers (Rent to Own), 101(4) Removal of Defective Existing RCPC, 102(4)
Surplus Unclassifed Excavation, 103(3) Foundation Fill, 103(6) Pipe Culvert and Drain
Excavation, 104(1) Embankment, 105(1) Subgrade Preparation (Common Materials),
200 Aggregate Sub-base Course, 300 Aggregate Surface Course, 311(1) Portland
Cement Concrete Pavement (Plain), 280mm thick, 404 Reinforcing Steel, Grade 40,
405 Structural Concrete Class A, 500(1) RC Pipe Culvert, 910 mm dia, 505(5) Grouted
Riprap, Class A, 506 Stone Masonry, 518(a) Bio-Engineered Coco Fiber Erosion
Control Net, 518(b) Bio-Engineered Coco Fascine Erosion Control System, 518(c) Bio-
Engineered Erosion Control System (Vegetation), 612(1) Refectorized Thermoplastic
Pavement Markings (White), 612(2) Refectorized Thermoplastic Pavement Markings
(Yellow), SPL 1 Mobilization and Demobilization, SPL 2 Facilities for Handicapped
Persons (B.P. 344 1 % of EDC), SPL 3 Safety and Health Program, SPL 4 Facilities
for Gender and Development (GAD - 5% of EDC) and SPL 5 Installation of Project
Billboard.
Approved Budget for the Contract (ABC) P 47,849,130.00
Duration 118 Calendar Days
4.) Contract ID 012HJ00021
Contract Name Road Upgrading (Gravel to Paved) based on Gravel Road Strategies, Traffc
Benchmark for Upgrading to Paved National Road Standards (HDM-4 Projects
Analysis) (Intermittent Section) @ Mabinay-Ayungon Road
Contract Location Sec 1: K0120+319 to K0121+395, Negros Oriental Province
Scope of Works A.1 Facilities for the Engineers, A.2 Provide, Operate & Maintain Service Vehicle for
the Engineers (Rent to Own), 101(4) Removal of Defective Existing RCPC, 102(4)
Surplus Unclassifed Excavation, 103(3) Foundation Fill, 103(6) Pipe Culvert and Drain
Excavation, 104(1) Embankment, 105(1) Subgrade Preparation (Common Materials),
200 Aggregate Subbase Course, 300 Aggregate Surface Course, 311(1)Portland
Cement Concrete Pavement (Plain), 280mm thick, 404 Reinforcing Steel, Grade 40,
405 Structural Concrete Class A, 500(1) RC Pipe Culvert, 910 mm dia, 505(5) Grouted
Riprap, Class A, 506 Stone Masonry, 518(a) Bio-Engineered Coco Fiber Erosion
Control Net, 518(b) Bio-Engineered Coco Fascine Erosion Control System, 518(c) Bio-
Engineered Erosion Control System (Vegetation), 612(1) Refectorized Thermoplastic
Pavement Markings (White), 612(2) Refectorized Thermoplastic Pavement Markings
(Yellow), SPL 1 Mobilization and Demobilization, SPL 2 Facilities For Handicapped
Persons (B.P. 344 1 % of EDC), SPL3 Safety and Health Program, SPL4 Facilities for
Gender and Development (GAD-5% of EDC) and SPL5 Installation of Project Billboard.
Approved Budget for the Contract (ABC) P 25,389,750.00
Duration 118 Calendar Days
5.) Contract ID 012HJ00022
Contract Name Road Upgrading (Gravel to Paved) based on Gravel Road Strategies, Traffc
Benchmark for Upgrading to Paved National Road Standards (HDM-4 Projects
Analysis) (Intermittent Section) @ Mabinay-Ayungon Road
Contract Location Sec. 1: K0100+000 to K0100+346; Sec. 2: K0102+727 to K0104+000, Negros Oriental
Province
Scope of Works A.1 Facilities for the Engineers, A.2 Provide, Operate & Maintain Service Vehicle for the
Engineers (Rent to Own), 102(4) Surplus Unclassifed Excavation, 103(3) Foundation
Fill, 103(6) Pipe Culvert and Drain Excavation, 104(1) Embankment, 105(1) Subgrade
Preparation (Common Materials), 200 Aggregate Subbase Course, 300 Aggregate
Surface Course, 311(1)Portland Cement Concrete Pavement (Plain), 280mm thick,
500(1) RC Pipe Culvert, 910 mm dia., 505(5) Grouted Riprap, Class A, 506 Stone
Masonry, 518(a) Bio-Engineered Coco Fiber Erosion Control Net, 518(b) Bio-Engineered
Coco Fascine Erosion Control System, 518(c) Bio-Engineered Erosion Control System
(Vegetation), 612(1) Refectorized Thermoplastic Pavement Markings (White), 612(2)
Refectorized Thermoplastic Pavement Markings (Yellow), SPL 1 Mobilization and
Demobilization, SPL 2 Facilities for the Handicapped Persons (B.P. 344 1 % of EDC),
SPL3 Safety and Health Program, SPL4 Facilities for Gender and Development (GAD-
5% of EDC) and SPL 5 Installation of Project Billboard.
Approved Budget for the Contract (ABC) P 40,938,850.00
Duration 118 Calendar Days
6.) Contract ID 012HJ00023
Contract Name Road Upgrading (Gravel to Paved) based on Gravel Road Strategies, Traffc
Benchmark for Upgrading to Paved National Road Standards (HDM-4 Projects
Analysis) (Intermittent Section) @ Mabinay-Ayungon Road
Contract Location Sec. 1: K0107+050 to K0108+184; Sec. 2: K0108+236 to K0109+000
Scope of Works A.1 Facilities for the Engineers, A.2 Provide, Operate & Maintain Service Vehicle for
the Engineers (Rent to Own), 101(4) Removal of Defective Existing RCPC, 102(4)
Surplus Unclassifed Excavation, 103(3) Foundation Fill, 103(6) Pipe Culvert and
Drain Excavation, 104(1) Embankment, 105(1) Subgrade Preparation (Common
Materials), 200 Aggregate Subbase Course, 300 Aggregate Surface Course, 311(1)
Portland Cement Concrete Pavement (Plain), 280mm thick, 500(1) RC Pipe Culvert,
910 mm dia., 505(5) Grouted Riprap, Class A, 506 Stone Masonry, 518(a) Bio-
Engineered Coco Fiber Erosion Control Net, 518(b) Bio-Engineered Coco Fascine
Erosion Control System, 518(c) Bio-Engineered Erosion Control System (Vegetation),
612(1) Refectorized Thermoplastic Pavement Markings (White), 612(2) Refectorized
Thermoplastic Pavement Markings (Yellow), SPL 1 Mobilization and Demobilization,
SPL 2 Facilities for the Handicapped Persons (B.P. 344 1 % of EDC), SPL 3 Safety
and Health Program, SPL 4 Facilities for Gender and Development (GAD-5% of EDC)
and SPL 5 Installation of Project Billboard.
Approved Budget for the Contract (ABC) P 47,239,000.00
Duration 118 Calendar Days
7.) Contract ID 012HJ00024
Contract Name Rehabilitation Reconstruction/Upgrading of Damaged Paved National Roads
(Intermittent Sections) Along Dumaguete North Road(DNR).
Contract Location Sec. 1: K0107+050 to K0108+184, Sec. 2: K0108+236 to K0109+000, Negros Oriental
Province
Scope of Work PL I Mobilization and Demobilization, SPCL II (A.1) Facilities for the Engineers (1 Unit
Bunkhouse), SPCLII (A.2) Provide, Operate &Maintenance Service Vehicle for the (Rent
to Own), SPL III Facilities for Handicapped Persons (BP 344) - Waiting Shed, SPCL IV
Safety and Health Programs, SPCL V Facilities for Gender and Development (GAD-
5% of the EDC)- Stone Masonry Open Canal, SPL VI Installation of Billboard, 101(4b)
Removal of Existing Dilapidated Asphalt Pavement, 102(2)a Roadway Excavation
(Surplus Common), 103(6) Pipe culvert and Drain Excavation, 104(1)a Embankment,
105(2) Subgrade Preparation, 200Aggregate Sub base Course, 300Aggregate Surface
Course,311(1)Portland Cement Concrete Pavement (Plain, t = 280mm), 500(1)c Pipe
Culverts, 910mm RCPC, 505(5) Riprap & Grouted Riprap Class A, 506 Stone
Masonry, 612(1) Refectorized Thermoplastic Pavement Markings(White) and 612(2)
Refectorized Thermoplastic Pavement Marking (Yellow)
Approved Budget for the (ABC) P 44,227,150.00
Duration 148 Calendar Days
Procurement will be conducted through open competitive bidding procedures in accordance with R.A. 9184
and its Revised Implementing Rules and Regulations.
To bid for the contract, a contractor must submit a Letter of Intent (LOI), purchased bid documents and must
meet the following major criteria; (a) prior registration with DPWH, (b) Filipino Citizen owned partnership, corporation,
cooperative, or venture (c) with PCAB License applicable to the type and the cost of this contract, (d) completion of
a similar contract costing at least 50% of ABC, or credit line commitment at least equal to 10% of ABC. The BAC will
use non-discretionary pass/fll criteria in the eligibility check and preliminary examination of bids.
Unregistered contractors, however, shall submit their applications for registration to the DPWH-POCW
Central Offce will only process contractors applications for the registration with complete requirements and issue
the Contractors Certifcate of Registration (CCR). Registration forms may be downloaded at the DPWH website.
www.dpwh.gov.ph
The signifcant time and deadlines of procurement activities are shown below:
1. Receipt of LOI from Prospective Bidders Deadline: November 16, 2012
2. Issuance of Bidding Documents November 9, 2012 to November 27, 2012
3. Pre-Bid Conference November 16, 2012 @ 10:30 A.M.
4. Receipt of Bids November 27, 2012
5. Opening of Bids November 27, 2012 @ at 1:30 P.M.
The BAC will issue hard copies of Bidding Documents (BDs) upon payment of a non-refundable fee of
P 20,000.00 per Contract ID.
Prospective bidders may also download the BDs from the DPWH website, if available. Prospective bidders that
will download formthe DPWHwebsite shall pay the said fees on or before the submission of their documents. Bids must
be accomplished by a bid security, in the amount and acceptable form, as started in Section 27.2 of the Revised IRR.
Insofar as the participating bidders are concerned, they should be forewarned if this probable occurrence
and possibility of change in the ABC through the Reservation Clause appearing in the Invitation to Bid. Procuring
entities are also encouraged to emphasize this reservation clause during pre-bid conference or submission of bids.
Prospective bidders shall submit their duly accomplished forms as specifed in the BDs in two (2) separate
sealed bid envelopes to the BAC Chairman. The frst envelope shall contain the technical component of the bid, which
shall include a copy of the CRC. The second envelope shall contain the fnancial component of the bid. Contract
will be awarded to the lowest calculated responsive bid as determined in the bid evaluation and post-qualifcation
The DPWH, Negros Oriental 1
st
District EngineeringDistrict Offce reserves theright to accept or reject any or
all bid and annul the bidding process anytime before contract award, without incurring any liability to the affected bidders.
Approved:
(Sgd.) SALOME C. GRAVADOR
(Vice Chairman - BAC)
(MST-Nov. 12, 2012)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE DISTRICT ENGINEER
Isabela 4
th
District Engineering Offce
Quezon, San Isidro, Isabela
INVITATION TO BID
The Bids and Awards Committee (BAC) of the DPWH Isabela 4th District Engineering
Offce, through the FY2013 Regular Infrastructure Fund, invites contractors to bid for the
aforementioned projects:
1 a Contract ID No. : 12BH 0082
b Name of Project and : Preventive Maintenance along Daang
Maharlika(LZ);KO316+000-KO317+051
c Location: : Cordon Isabela
d Brief Description : RRA-Roads-Rehabilitation-Asphalt
e Major Item of Work : item 310-50mm thickness
f Approved Budget for the Contract : P 21,421,480.00
g Duration, C.D. : 80 c.d.
h Cost of Bid Documents : P 20,000.00
2 a Contract ID No. : 12BH 0083
b Name of Project and : Preventive Maintenance along Santiago-
Baluarte-Quirino Boundary Road KO331+063-
KO332+066,KO332+066-KO333+097 & KO333+097-
KO334+281
c Location: : Santiago City
d Brief Description : RRA-Roads-Rehab-Asphalt
e Major Item of Work : item 310-50 mm thickness
f Approved Budget for the Contract : P 20,511,620.00
g Duration, C.D. : 80 c.d.
h Cost of Bid Documents : P 20,000.00
3 a Contract ID No. : 12BH 0084
b Name of Project and : Preventive Maintenance along Daang Maharlika(LZ),
KO334+609-KO336+000,KO337+207-KO338+00 &
KO338+000-KO338+144.80
c Location: : San Isidro-Echague,Isabela
d Brief Description : RRA-Roads-Rehab-Asphalt
e Major Item of Work : item 310- 80mm thickness
f Approved Budget for the Contract : P 26,233,650.00
g Duration, C.D. : 80 c.d.
h Cost of Bid Documents : P 20,000.00
4 a Contract ID No. : 12BH 0085
b Name of Project and : Preventive Maintenance along Jct-Ipil-Quirino
Boundary Road,KO354+000-KO355+000,KO356+000-
KO357+081,KO357+081-KO358+651,KO358+973-
KO359+157
c Location: : Jones, Isabela
d Brief Description : RRA-Roads-Rehab-Asphalt
e Major Item of Work : item 310- 50mm thickness
f Approved Budget for the Contract : P 24,151,060.00
g Duration, C.D. : 80 c.d.
h Cost of Bid Documents : P 20,000.00
Procurement shall be conducted through open competitive bidding procedures in
accordance with R.A. 9184 and its Revised Implementing Rules and Regulations.
To bid for this contract, a contractor must submit a Letter of Intent (LOI), purchase
bid documents and must meet the followingmajor criteria: (a) prior registration with
DPWH; (b) Filipino citizen or 75% Filipino-owned partnership, corporation, cooperative,
or joint venture; (c) with PCAB license applicable to the type and cost of this contract;
(d) completion of a similar contract costing at least 50% of ABC within a period of 10
years; and (e) Net Financial Contracting Capacity at least equal to ABC, or credit line
commitment of at least 10% of ABC. The BAC will use non-discretionary pass/fail criteria
in the eligibility check and preliminary examination of bids.
Unregistered contractors, however, shall submit their applications for registration to the
DPWH-POCW Central Offce before the deadline of receipt of LOI. The DPWH POCW
Central Offce will only process contractors applications for registration with complete
requirements, and issue the Contractors Registration Certifcate (CRC). Registration
forms may be downlloaded at the DPWH website www.dpwh.gov.ph.
Signifcant times and deadlines of procurement activities are shown below:
1 Deadline of Receipt of LOI November 15, 2012 4:00 P.M.
2 Issuance of Bid Documents November 09-December 6, 2012
3 Pre-Bid Conference November 22, 2012 10:00 A.M.
4 Deadline of Receipt of Bids December 6, 2012 9:00 A.M.
5 Opening of Bids December 6, 2012 10:00 A.M.
The BAC will issue hard copies of Bidding Documents (BDs) at DPWH-Isabela 4th DEO,
Quezon, Isabela upon payment of non-refundable costs indicated above. Prospective
bidders may also download the BDs if available, from the DPWH website. Prospective
bidders that will download BDs from the website shall pay the stated fees on or before
the submission of their bid documents. The Pre-Bid Conference shall be open only to
interested parties who purchased the BDs. Bids must be accompanied bya bid security,
in the amount and acceptable form, as stated in Sec. 27.2 of the Revised IRR.
Prospective bidders shall submit their duly accomplished forms as specifed in
the BDs in two (2) separate sealed bid envelopes to the BAC chairman. The
frst enveloipe shall contain the technical component of the bid, which shall include the
eligibility regquirements. The second envelope shall contain the fnancial component
of the bid. Contract will be awarded to the Lowest Calculated Responsive Bid as
determined in the bid evaluation and post-qualifcation.
The BAC shall receive Letters of Intent (LOI) only of prospective bidders upon presenting
the copy of duly updated BRS accreditation of their asphalt plant.
The DPWH Isabela 4
th
DEO reserves the right to accept or reject any or all bids and to
annul the bidding process anytime before contract award, without incurring any liability
to the affected bidders.
(Sgd.) FERNANDO C. SALIM
BAC Chairman
(MST-Nov. 12, 2012)
Republic of the Philippines
Department of Public Works and Highways
Region I
La Union 2
nd
District Engineering Offce
OFFICE OF THE DISTRICT ENGINEER
Natividad, Naguilian, La Union
Invitation to Bid for
CONTRACT NO. 12AF0104
CONSTRUCTION OF SHORE PROTECTION/FLOOD CONTROL
IN LA UNION 2
ND
DISTRICT
GROINS AND EXTENSION OF GROINS
BRGY. SAN CARLOS, CABA, LA UNION
1. The DPWH-LUSDEO, through the REGULAR INFRA CY 2013 intends
to apply the sum of PHP 28,799,561.91 being the Approved Budget
for the Contract (ABC) to payments under the contract for 12AF0104.
Bids received in excess of the ABC shall be automatically rejected at
bid opening.
2. The DPWH-LUSDEO now invites bids for Groins and Extension of
Groins. Completion of the Works is required 240 Calendar Days.
Bidders should have completed from the date of submission and
receipt of bids, a contract similar to the Project. The description of an
eligible bidder is contained in the Bidding Documents, Particularly, in
Section II. Instructions to Bidders.
3. Bidding will be conducted through open competitive bidding
procedures using non-discretionary pass/fail criterion as specifed in
the 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,
partnerships or organization with at least seventy fve percent (75%)
interest or outstanding capital stock belonging to citizens of the
Philippines.
4. Interested bidders may obtain further information from DPWH-
LUSDEO and inspect the Bidding Documents at the address given
below from 8:00am 5:00pm starting November 8, 2012 to November
28, 2012.
5. A complete set of Bidding Documents may be purchased by interested
Bidders from the address below and/or any DPWH Field Offces upon
payment of a nonrefundable fee for the Bidding Documents in the
amount of PHP 25,000.00.
It may also be downloaded free of charge from the website of
the Philippine Government Electronic Procurement System
(PhilGEPS) and the website of the Procuring Entity, provided that
the bidders shall pay the fee for the Bidding Documents not later that
the submission of their bids.
6. The DPWH-LUSDEO will hold a Pre-Bid Conference on November 16,
2012 - 2:00pm at DPWH-LUSDEO, Natividad, Naguilian, La Union
BAC Offce which shall be open to all interested parties.
7. Bids must be delivered to the address below on or before November
28, 2012 10:00am at DPWH-LUSDEO, Natividad, Naguilian, La
Union BAC Offce. All bids must be accompanied by a bid security
in any of the acceptable forms and in the amount stated in ITB Clause
18.
Bids will be opened at 2:00pm on November 28, 2012 in the presence
of the bidders representatives who choose to attend at the address
below. Late bids shall not be accepted.
8. The DPWH-LUSDEO 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
bidder or bidders.
9. For further information, please refer to:
CECILIA L. AQUINO
BAC Secretariat
DPWH-LUSDEO
BRGY. NATIVIDAD, NAGUILIAN, LU
(072) 6091716
(Sgd.) VIRGILIO T. DACANAY
Asst. District Engineer
BAC Chairman
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Pampanga 1
st
District Engineering Offce
Sindalan, City of San Fernando, Pampanga
INVITATION TO BID
The Department of Public Works and Highways - Pampanga 1
st
District
Engineering Office, through its Bids and Awards Committee (BAC), invites
contractors to bid for the following contract/s:
1. a. Contract ID : 12CG0156
b. Name of Project : Improvement of Channel of Abacan River
System (Downstream Section)
c. Location: Brgy. San Pablo, Mexico, Pampanga
d. Brief Description: Improvement of River Channel
e. Approved Budget for
the Contract (ABC): Php 9,704,329.28
f. Duration: 90 calendar days
g. Source of Fund: SARO A-12-00864
h. Cost of Bid Documents: Php10,000.00
Procurement will be conducted through open competitive bidding procedures in
accordance with R.A. 9184 and its Revised Implementing Rules and Regulations.
To bid for this/these contract/s, a contractor must submit a Letter of Intent (LOI) and
must meet the following major criteria: (a) prior registration with DPWH, (b) Filipino
citizen of 75% Filipino-owned partnership, corporation, cooperative, or joint venture with
PCAB license applicable to the type and cost of this contract, (c) completion of a similar
contract costing at least 50% of ABC within period of 10 years, and (d) Net Financial
Contracting Capacity at least equal to ABC, or credit line commitment for at least 10%
of ABC. The BAC will use non-discretionary pass/fail criteria in the eligibility check and
preliminary examination of bids, evaluation of bids.
Unregistered contractors, however, shall submit their application to the DPWH-
POCW Central Offce before the deadline for the receipt of LOI. The DPWH-POCW
Central Offce will only process contractors application for registration with complete
requirements, and issue the Contractors Certifcate of Registration (CRC).
The signifcant times and deadlines of procurement activities are shown below:
1. Issuance of Bid Documents November 9 29, 2012
2. Pre-Bid Conference November 16, 2012
3. Receipt and Opening of Bids November 29, 2012 until 10:00AM
only; Opening of Bids at 10:00 AM
Prospective bidders shall submit their duly accomplished forms as specifed in
the BDs in two (2) separate sealed bid envelopes to the BAC Chairman. The frst
envelope shall contain the technical component of the bid, which shall include the
eligibility requirements. The second envelope shall contain the fnancial component
of the bid. Contract will be awarded to the Lowest Calculated Responsive Bid as
determined in the bid evaluation and the post-qualifcation.
Prospective bidders may download the Registration from the DPWH-website
www.dpwh.gov.ph. The BAC will issue hard copies of Letter of Intent Documents
(LOIS) at the BAC Secretariat, DPWH-Pampanga 1
st
District Engineering Offce,
Sindalan, City of San Fernando, Pampanga. Prospective bidders can download the
LOI Documents. Bids must accompanied by a bid security in any form in the amount
stated in Section 27.2 of the Revised IRR.
Prospective bidders may also download the BDs, if available, from the DPWH
website. The BAC will also issue hard copies of the BDs at the same address to
eligible bidders upon payment of a non-refundable fee. Bidders that will download the
BDs from the DPWH website shall pay the said fees upon the submission of their bids.
The Department of Public Works and Highways - Pampanga 1
st
District
Engineering Offce reserves the right to accept or reject any bid and to annul the
bidding process anytime before Contract award, without incurring any liability to
the affected bidders.
Approved by:
(Sgd.) NOMER ABEL P . CANLAS
BAC Chairman
(MST-NOV. 12, 2012) (MST-Nov. 12, 2012)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Pampanga 1
st
District Engineering Offce
Sindalan City of San Fernando (P)
Invitation to Bid
The Department of Public Works and Highways - Pampanga 1
st
District
Engineering Offce, through its Bids and Awards Committee (BAC), invites
contractors to bid for the following contract/s:
1. a. Contract ID : 12CG0155
b. Name of Project : Extension of the Rehabilitation of Del
Carmen-Balimbing Creek
c. Location : City of San Fernando, Pampanga
d. Brief Description : Extension of the Rehabilitation of Creek
e. Approved Budget for
the Contract (ABC) : Php 28,978,032.72
f. Duration : 180 calendar days
g. Source of Fund :
h. Cost of Bid Documents : Php 20,000.00
Procurement will be conducted through open competitive bidding
procedures in accordance with R.A. 9184 and its Revised Implementing
Rules and Regulations
To bid for this/these contract/s, a contractor must submit a Letter of Intent
(LOI) and must meet the following major criteria: (a) prior registration with
DPWH, (b) Filipino citizen of 75% Filipino-owned partnership, corporation,
cooperative, or joint venture with PCAB license applicable to the type and cost
of this contract, (c) completion of a similar contract costing at least 50% of ABC
within period of 10 years, and (d) Net Financial Contracting Capacity at least
equal to ABC, or credit line commitment for at least 10% of ABC. The BAC will
use non-discretionary pass/fail criteria in the eligibility check and preliminary
examination of bids, evaluation of bids.
Unregistered contractors, however, shall submit their application to the
DPWH-POCW Central Offce before the deadline for the receipt of LOI. The
DPWH-POCW Central Offce will only process contractors application for
registration with complete requirements, and issue the Contractors Certifcate
of Registration (CRC).
The signifcant times and deadlines of procurement activities are shown
below:
1. Issuance of Bid Documents November 8 29, 2012
2. Pre-Bid Conference November 16, 2012
2. Receipt and Opening of Bids November 29, 2012 until 10:00AM
only; Opening of Bids at 10:00 AM
Prospective bidders shall submit their duly accomplished forms as specifed
in the BDs in two (2) separate sealed bid envelopes to the BAC Chairman.
The frst envelope shall contain the technical component of the bid, which shall
include the eligibility requirements. The second envelope shall contain the
fnancial component of the bid. Contract will be awarded to the Lowest Calculated
Responsive Bid as determined in the bid evaluation and the post-qualifcation.
Prospective bidders may download the Registration from the DPWH-
website www.dpwh.gov.ph. The BAC will issue hard copies of Letter of Intent
Documents (LOIS) at the BAC Secretariat, DPWH-Pampanga 1
st
District
Engineering Offce, Sindalan, City of San Fernando, Pampanga. Prospective
bidders can download the LOI Documents. Bids must accompanied by a bid
security in any form in the amount stated in Section 27.2 of the Revised IRR.
Prospective bidders may also download the BDs, if available, from the
DPWH website. The BAC will also issue hard copies of the BDs at the same
address to eligible bidders upon payment of a non-refundable fee. Bidders that
will download the BDs from the DPWH website shall pay the said fees upon
the submission of their bids.
The Department of Public Works and Highways - Pampanga 1st District
Engineering Offce reserves the right to accept or reject any bid and to annul
the bidding process anytime before Contract award, without incurring any liability
to the affected bidders.
Approved by:
(Sgd.) NOMER ABEL P . CANLAS
BAC Chairman
CYAN MAGENTA YELLOW BLACK
Classifeds
ManilaStandardToday adv.mst@gmail.com NOVEMBER 12, 2012 MONDAY
D6
Page Compositor: Diana Keyser Punzalan
Republic of the Philippines
Department of Public Works and Highways
Region IV-A
Batangas 1
st
District Engineering Offce
OFFICE OF THE DISTRICT ENGINEER
Batangas City
Tel. No. (043) 402-5900 and Fax No. 043-723-7934
Invitation to Bid
The Department of Public Works and Highways, Batangas I District Engineering Offce, Batangas
City through the Priority Development Assistance Fund intends to apply the sum of various amount
of Approved Budget for the Contract (ABC) being the payment under the contract listed below. Bids
received in excess of the ABC shall be automatically rejected at bid opening.
The Department of Public Works and Highways, Batangas I District Engineering Offce,
Batangas City now invites bids for:
Contract ID No.: 12DB0171
Contract Name: Widening along Palico-Balayan-Batangas Road, including
sidewalk, curb and gutter
Contract Location: Lemery, Batangas, K126+100-K126+600
Scope of Work: Asphalt Overlay/Const. of CHB Line Cover Canal
Approved Budget for
the Contract (ABC): Php 19,400,000.00
Contract Duration: 120 c.d.
Amount of Bid Document: Php 25,000.00
Contract ID No.: 12DB0172
Contract Name: Widening along Palico-Balayan-Batangas Road, Mahayahay
Junction
Contract Location: Lemery, Batangas
Scope of Work: Road Asphalt & CHB Canal w/ cover
Approved Budget for
the Contract (ABC): Php 9,700,000.00
Contract Duration: 120 c.d.
Amount of Bid Document: Php 10,000.00
Bidders should have completed, within (10) years from the date of submission and receipt
of bids, a contract similar to the Project. The description of an eligible bidder is contained in
the Bidding Documents, particularly, in Section II. Instruction to Bidders.
Bidding will be conducted through open competitive bidding procedures using non-discretionary
pass/fail criterion as specifed in the Implementing Rules and Regulations (IRR) of Republic Act
9184 (R.A. 9184), otherwise known as the Government Procurement Reform Act.
Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations
with at least seventy fve percent (75%) interest or outstanding capital stock belonging to
citizens of the Philippines.
Interested bidders may obtain further information from Department of Public Works and Highways,
Batangas I District Engineering Offce, Batangas City, and inspect the Bidding Documents
at the address given below from 8:00 A.M. 5:00 P.M., Monday to Friday.
A complete set of Bidding Documents may be purchased by interested Bidders on November
7, 2012 up to 9:00 A.M. of November 27, 2012 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 Procurement System (PhilGEPS) and the website of the Department of Public
Works and Highways, if available, provided that bidders shall pay the fee for the Bidding
Documents not later than the submission of their bids.
The Department of Public Works and Highways, Batangas I Engineering District, Batangas City will
hold a Pre-Bid Conference on November 16, 2012 at the Department of Public Works and Highways,
Batangas I Engineering District, Batangas City , which shall be open only to all interested parties.
Bids must be delivered to the address below on or before 10:00 A.M. on Nov. 27, 2012 at
Batangas I Engineering District, Kumintang Ilaya, Batangas City. All bids must be accompanied
by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18.
Bid opening shall be on November 27, 2012, 2:00 oclock, p.m. at Batangas I Engineering
District, Kumintang Ilaya, Batangas City. Bids will be opened in the presence of the Bidders
representatives who choose to attend at the address below. Late bids shall not be accepted.
The DPWH 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 bidder or bidders.
The DPWH Batangas 1 Engineering District, Kumintang Ilaya, Batangas City likewise assume no
obligation whatsoever to compensate or indemnify any bidder or winning bidders, as the case may
be, for any expenses or loss that said party(ies) may incur in its participation in the pre-bidding
and bidding process nor does it guarantee that an award will be made.
For further information, please refer to:
GODOFREDO C. DE VILLA
BAC Chairman
Batangas 1
st
District Engineering Offce
Department of Public Works and Highways
Kumintang Ilaya, Batangas City, 4200
Tel. 043-723-7934
Attn.: BAC Secretariat
(Sgd.) GODOFREDO C., DE VILLA
OIC, Chief Construction Section
BAC Chairman
Noted:
(Sgd.) ROSAURO A. ADAPON
District Engineer
(MST-NOV. 12, 2012)
INVITATION TO BID
FOR
I. Contract ID: 12IB0139
Contract Name: Completion of Phase III (Improvement of Medical &
Service Wards) Phase IV (Completion of ER, OPD
Complex and admin. Offces)
Contract Location: Brgy. San Roque, Oras, Eastern Samar
Brief Description/
Scope of Work: Construction of 12.5m x 30.5m left wing and other scope
of work per approved POW
Approved Budget for
the Contract (ABC): P 6,840,319.35
Contract Duration: 120 CD
Cost of Bidding Documents: Php 10,000.00
1. The DPWH Eastern Samar District Engineering Offce, Brgy. Alang-alang, Borongan City,
Eastern Samar, through the CY2012 DOH BUDGET HEALTH FACILITIES ENHANCEMENT
PROGRAM intends to apply the sum above stated being the Approved Budget for the Contract
(ABC) to payments under the contract for the above mentioned contracts. Bids received in
excess of the ABC shall be automatically rejected at bid opening.
2. The DPWH Eastern Samar District Engineering Offce, Brgy. Alang-alang, Borongan
City, Eastern Samar now invites bids for the above mentioned description of works.
Completion of the Work is required for the above stated contract duration. Bidders should
have completed, within ten (10) years from the date of submission and receipt of bids, a
contract similar to the project. The description of an eligible bidder is contained in the Bid-
ding Documents, particularly in Section II. Instruction to Bidders.
3. Bidding will be conducted through open competitive bidding procedures using non-discretionary
pass/fail criterion as specifed in the Implementing Rules and Regulations (IRR) of Republic Act
of 9184 (RA9184), otherwise known as Government Procurement Reform Act.
Bidding is restricted to Filipino citizens/sole proprietorship, partnerships, or organization
with at least seventy fve percent (75%) interest or outstanding capital stock belonging to
citizens of the Philippines.
4. Interested bidders may obtain further information from DPWH Eastern Samar District En-
gineering Offce, Brgy. Alang-alang, Borongan City, Eastern Samar and inspect the bidding
Documents at the address given below from 8:00 a.m. 5:00 p.m.
5. 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 in
the amount stated above. It may also be downloaded free of charge from the website of
the Philippine Government Electronic Procurement System (PhilGEPS) and the website of
the Procuring Entity, provided that bidders shall pay the fee for the Bidding Documents not
later that the submission of their bids.
The signifcant date and time of procurement activities are shown below:
PROCUREMENT ACTIVITY DATE / TIME
1. Issuance of Bidding Documents Nov. 8 27, 2012
2. Pre-bid Conference Nov. 16, 2012 @10:00 a.m.
3. Receipt of Bids On or before: Nov. 27, 2012 (9:00 a.m.)
4. Opening of Bids Nov. 27, 2012 (2:00 p.m.)
6. Pre-bid Conference will be held at the BAC District Offce, DPWH-ESDEO, Brgy. Alang-
alang, Borongan City, Eastern Samar which shall be opened to bidders who purchased
the biding documents.
7. Bids must be delivered at the BAC District Offce, DPWH-ESDEO, Brgy. Alang-alang, Bo-
rongan City, Eastern Samar. All bids must be accompanied by a bid security in any of the
acceptable forms and in the amount stated in ITB Clause 18, or a Bid Securing Declaration
in lieu of a bid security as an additional form, pursuant to GPPB Resolution No. 03-2012.
Bids will be opened in the presence of the bidders representatives who choose to attend
at the address below. Late bids shall not be accepted.
8. To bid for this contract, a contractor must submit a Net Financial Contracting Capacity
(NFCC) at least equal to ABC or Credit Line Commitment at least equal to 10% of ABC
and the original receipt (OR) for payment of bidding documents before dropping of bids.
Bidders shall likewise submit their bids through their duly Authorized Liaison Offcers only
as specifed in the Contractors Information (CI). Submission of Letter of Intent (LOI) is
no longer required to participate in the bidding, pursuant to D.O. No. 64, series of 2012.
9. The DPWH Eastern Samar District Engineering Offce, Brgy. Alang-alang, Borongan
City, Eastern Samar 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 or obligation to the affected bidder or bidders.
10. For further information, please refer to:
DOMCELIO M. NATIVIDAD
Chief, Maint. Section
BAC Chairman
Attention:
NANETTE M. DULFO
Head, BAC Secretariat
DPWH-ESDEO,
Brgy. Alang-alang,
Borongan City, Eastern Samar
(Sgd.) DOMCELIO M. NATIVIDAD
Chief, Maint. Section
BAC Chairman
Noted :
(Sgd.) RICARDO D. ODITA
OIC District Engineer
(MST-NOV. 12, 2012)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Cordillera Administrative Region
OFFICE OF THE DISTRICT ENGINEER
Abra District Engineering Offce
Bangued, Abra
November 9, 2012
INVITATION TO BID
The Department of Public Works and Highways (DPWH) Bangued, Abra
through its Bids and Awards Committee (BAC), invites contractors to apply to bid for
the following contract(s):
Contract ID : 12PA0065
Contract Name : ROAD UPGRADING (GRAVEL TO PAVED)
Contract Location : Abra-Ilocos Norte Road, K0 439+500-K0 441+640
Scope of Work : Item 102a, 200, 311, 506, 600, Spl 1
Approved Budget for
the Contract (ABC) : Php 46,779,735.53
Contract Duration : 179 calendar days
Source of Fund : CY 2013 Regular Infra
Contract ID : 12PA0066
Contract Name : ROAD UPGRADING (GRAVEL TO PAVED)
Contract Location : Abra-Cervantes Road, K0 449+415-K0 456+346
Scope of Work : Item 102a, 200, 311, 405, 505, 506, 600, Spl 1
Approved Budget for
the Contract (ABC) : Php 42,537,825.26
Contract Duration : 179 calendar days
Source of Fund : CY 2013 Regular Infra
Procurement will be conducted through open competitive bidding procedures in
accordance with R.A. 9184 and its Revised Implementing Rules and Regulations.
To bid for the contract, a contractor must submit a Letter of Intent (LOI),
purchase bid documents and must meet the following major criteria: (a) prior
registration with DPWH, (b) Filipino citizen or 75% Filipino-owned partnership,
corporation, cooperative, or joint venture, (c) with PCAB license applicable to the
type and cost of this contract, (c) completion of a similar contract costing at least
50% of ABC within a period of 10 years, and (e) Net Financial Contracting Capacity
at least equal to ABC, or credit line commitment at least equal to 10% of ABC. The
BAC will use non-discretionary pass/fail criteria in the eligibility check and preliminary
examination of bids.
Unregistered contractors, however, shall submit their applications for registration
to the DPWH-POCW Central Offce before the deadline for the receipt of LOI. The
DPWH POCW-Central Offce will only process contractors applications for registration
with complete requirements and issue the Contractors Certifcate of Registration (CRC).
Registration Forms may be downloaded at the DPWH website www.dpwh.gov.ph.
The signifcant times and deadlines procurement activities are shown below:
1. Issuance of Bidding Documents November 12, 2012 to June 28, 2012
2. Pre-Bid Conference November 22, 2012
3. Deadline of Receipt of LOI from
Prospective Bidders
November 28/, 2012
4. Receipt of Bids December 4, 2012 Until 10:00 A.M.
5. Opening of Bids December 4, 2012 @ 10:00 A.M.
The BAC will issue hard copies of Bidding Documents (BDs) at DPWH,
Abra Engineering District, Bangued, Abra upon payment of a non-refundable fee of
P20,000.00 for Bidding Documents. Prospective bidders may download the BDs from
the DPWH website, if available. Prospective bidders that will download the BDs from
the DPWH website shall pay the said fees on or before the submission of their bids
Documents. Bids must accompanied by a bid security, in the amount and acceptable
form, as stated in Section 27.2 of the Revised IRR.
Prospective bidders shall submit their duly accomplished forms as specifed in
the BDs in two (2) separate sealed bid envelopes to the BAC Chairman. The frst
envelope shall contain the technical component of the bid, which shall include a copy
of the CRC. The second envelope shall contain the fnancial component of the bid.
Contract will be awarded to the Lowest Calculated Responsive Bid as determined in
the bid evaluation and post-qualifcation
The DPWH-Abra Engineering District, Bangued, Abra reserves the right
to accept or reject any or all bid and to annul the bidding process anytime before
Contract Award, without incurring any liability to affected Bidders.
APPROVED
(Sgd.) EDWIN T. BRINGAS
Chief, Maintenance Section
(BAC-Chairman)
Tel. # 752-8507
(MST-NOV. 12, 2012)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE DISTRICT ENGINEER
Cagayan Second District Engineering Offce
Libertad, Abulug, Cagayan
October 23, 2012
INVITATION TO BID
The Bids and Awards Committee (BAC) of the DPWH- Cagayan 2
nd
District Engineering
Offce (Cagayan 2nd DEO), Libertad, Abulug, Cagayan invites contractors to bid for the
aforementioned projects, viz:
1. Contract ID: 12BC0294
Contract Name: Road Upgrading along Cadcadir-Kabugao Road
Location: Sta. Praxedes, Cagayan
Brief Description: RRP-Roads-Rehabilitation-PCCP
Contract Duration 136 Cal. days
Approved Budget for
the Contract: Php 20,466,685.00
Cost of Bid Docs. Php 20,000.00
2. Contract ID: 12BC0295
Contract Name: Road Upgrading along Jct. Logac-Lasam-Gagabutan Road
Location: Lasam, Cagayan
Brief Description: RRP-Roads-Rehabilitation-PCCP
Contract Duration 133 Cal. days
Approved Budget for
the Contract: Php 21,253,160.00
Cost of Bid Docs. Php 20,000.00
3. Contract ID: 12BC0296
Contract Name: Road Upgrading along Cagayan Apayao Road
Location: Rizal, Cagayan
Brief Description: RRP-Roads-Rehabilitation-PCCP
Contract Duration 177 Cal. days
Approved Budget for
the Contract: Php 48,209,470.00
Cost of Bid Docs. Php 20,000.00
The BAC will conduct this procurement process in accordance with the Revised Implementing
Rules and Regulations (IRR) of Republic Act 9184. Bids in excess of the Approved Budget for
the Contract (ABC) shall be automatically rejected at the opening of bid.
All communications relative to this transaction shall be received by the Offce of the BAC
Chairman thru the BAC Secretariat/Technical Working Group of DPWH-Cagayan 2
nd
District
Engineering Offce.
To bid for this contract, a contractor shall purchase Bid Documents and submit his Letter of
Intent and must meet the following major criteria: (a) prior registration with the DPWH and
the PhilGEPS, (b) Filipino citizen or 75% Filipino-owned partnership, corporation, coopera-
tive or joint venture, (c) with PCAB license applicable to the type and cost of the contract, (d)
completion of similar contract costing at least 50% of the ABC within a period of (10) ten years,
and (e) Net Financial Contracting Capacity at least equal to ABC, or credit line commitment
at least equal to 10% of the ABC. The BAC will use non-discretionary pass/fail criteria in the
eligibility check and preliminary examination of bids.
Unregistered contractors, however, may submit their applications for registration to the DPWH-
Central Procurement Offce (CPO) before the deadline for the receipt of LOI. The DPWH-CPO
will only process contractors application for registration with complete requirements and issue
the Contractors Certifcate of Registration (CRC). Registration forms may be downloaded at
the DPWH website:www.dpwh.gov.ph.
The signifcant times and deadlines of procurement activities are shown below:
1. Issuance of Bidding Documents 10:00 AM November 5-November 27, 2012
2. Deadline: Receipt of LOI from Prospective Bidders 10:00 AM, November 13, 2012
3. Pre-bidding Conference 1:30 PM, November 13, 2012
4. Receipt of Bids-Deadline 10:00 AM, November 27, 2012
5. Opening of Bids Starts 1:30 PM, November 27, 2012
The BAC will issue hard copies of Bidding Documents (BDs) at the Offce of the BAC
Chairman-DPWH-Cagayan 2
nd
DEO upon payment if a non-refundable fees as stated above
Prospective Bidders may also download the BDs from the DPWH Website. Prospective bid-
ders that will download the BDs from the DPWH website shall pay the said fees on or before
the submission of their bid. The pre-bid conference shall be open only to interested parties
who have purchased BDs. Bids must be accompanied by a Bid Security in the amount and
form as required under Section 27.2 of the revised IRR of RA 9184.
Prospective Bidders shall submit their duly accomplished forms as specifed in the BDs in two
(2) separate sealed bid envelopes to the offce of the BAC Chairman before the deadline set
above. The frst envelope shall contain the technical component of the bid, which shall include
a copy of the CRC and the updated PCAB license. The second envelope shall contain the
fnancial component of the bid. Contract will be awarded to the lowest Calculated Responsive
Bid as determined in the bid evaluation and post qualifcation.
Prospective contractors may be required to present the original copies, of their license and
CRC during the bidding for authentication.
The DPWH-Cagayan 2
nd
DEO reserves the right to accept or reject any bid and to annul the
bidding process at any time prior to contract award, without hereby incurring any liability to
the affected bidder/s.
Approved By:
(Sgd.) VIRGILIO L. GARCIA
OIC-Asst. District Engineer
Chairman-Bids and Awards Committee
(MST-NOV. 12, 2012)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE DISTRICT ENGINEER
Isabela City Sub-District Engineering Offce
Tabuk, Isabela City, Basilan
INVITATION TO APPLY FOR ELIGIBILITY AND TO BID
The Department of Public Works and Highways, lsabela City Sub-District
Engineering Offce, through its Bids and Awards Committee (BAC), through the
Fund FY 2013 Regular Infrastructure Projects, invites contractors registered with
and classifed by the Philippine Contractors Accreditation Board (PCAB) to apply for
eligibility and if found eligible to bid for the contract to wit:
Contract ID: 12JH0006
Contract Name: Road Upgrading (Gravel to Paved) based on
Gravel Strategies,Traffc Benchmark for Upgrading
to Paved Road Standard (HDM-4 Project Analysis)
Intermittent Section, Basilan Circumferential Road
(K 086+900 to K 088+180)
Contract Location: Basilan Province
Scope of Work: Concrete Paving (0.28 mtrs. THK) with 36 Pipe
Culverts and Storm Drains
Appropriation: Php 48,387,089.97
Contract Duration: 90 CD
Cost of Bidding Documents P25,000.00
Bidding will be conducted through open competitive. bidding procedures in
accordance with R.A. 9184 known as Government Procurement Reform Act, and its
Revised Implementing Rules and Regulations. Bids received in excess of the ABC
shall be automatically rejected at bid opening. To be eligible to bid for this contract, a
contractor must submit a letter of Intent (LOI), purchase bid documents and must meet
the following major criteria: (a) prior registration with the DPWH, (b) Filipino Citizen
or 75% Filipino-owned partnership, corporation, cooperative, or joint venture, (e) with
PCAB license applicable to the type and cost of this contract, (d) completion of a similar
contract costing at least 50% of ABC within a period of 10 years and (e) Net Financial
Contracting Capacity at least equal to ABC, or credit line commitment at least equal to
10% of ABC. The BAC will use non discretionary pass/fail criteria in the Eligibility Check
and preliminary examination of bids.
Unregistered contractors, however, shall submit their application for registration to the
DPWH-POCW Central Offce before the deadline for the receipt of LOI. Tne DPWH-POCW
Central Offce witl only process contractors application for registratIon with the complete
requIrements and issue the Contractors Certifcate of Registration (CRC). Registration
forms may be downloaded at the DPWH website www.dpwh.gov.ph.
The signifcant times and deadlines of procurement activities are shown below:
BAC Activities Schedule
1. Issuance of Bidding Documents November 12-27, 2012
2. Pre-Bid Conference November 15, 2012
3. Deadline of Receipt of LOIs from Prospective
Bidders
November 22, 2012
4. Receipt of Bids November 27, 2012 @
8:00 A.M. to 10:00 A.M.
5. Opening of Bids November 27, 2012 @ 10:00 A.M.
The BAC will issue hard copies of Bidding Documents (BDs) at the BAC
Secretariat, DPWH Isabela City Sub-District Engineering OffICe, Tabuk, lsabela City,
Basilan, upon payment of a non-refundable fee as stated above. Prospective bidders
may also download the BDs from the DPWH website, if available. Prospective bidders
that will download the BDs from the DPWH website shall pay the said fees on or
before the submission of their Bid Documents. The Pre-Bid Conference shall be open
only to interested parties who have purchased the BDs. Bids must be accompanied
by a bid security, in the amount and acceptable form, as stated in Section 27.2 of the
Revised IRR.
Prospective bidders shall submit their duly accomplished forms as specifed in
the BDs in two (2) separate sealed bid envelopes to the BAC Chairman. The frst
envelope shall contain the technical component of the bid, which shall include a
copy of the CRC. The second envelope shall contain the fnancial component of the
bid. Contract will be awarded top the Lowest Calculated Responsive Bid (LCRB) as
determined in the bid evaluation and post-qualifcation.
The DPWH Isabela City Sub-District Engineering Offce reserves the right to
accept orreject any bid, to annul the bidding process at any time prior contract award,
without thereby incurring any liability to the affected bidder/so
APPROVED:
(Sgd.) ARACELI S. ALBERTO
BAC Chairman
Noted:
(Sgd.) BENSALI A. KASIM
Engineer IV (ADE)
OIC-District Engineer
(MST-NOV. 12 & 14, 2012)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS & HIGHWAYS
REGION X
Misamis Oriental 2
nd
Engineering District
OFFICE OF THE DISTRICT ENGINEER
Balase Street, El Salvador City
Misamis Oriental
FORM CW3.0
INVITATION TO BID
The DPWH-Misamis Oriental 2
nd
Engineering District, through its Bids and Awards
Committee invites contractors to apply for eligibility and if found eligible, to bid for the following
contract:
1. a. Contract ID: 12KL0063
b. Name of Project: Concreting of Farm to Market Road
c. Location: Brgy. Gumaod, Zone 1, Zone 3, Zone 7, Claveria, Misamis
Oriental
d. Brief Description: Concreting of road with a total length of 1.093 Km,; width is
3.50m and thickness of pavement is 0.15m.
e. Major Items of work: Item 311(1)a-PCCP: 150mm. thk
f. Estimated Project Cost: PHP 9,740,000.00
g. Source of Funds: FY 2012 DA
h. Duration: 120 CD
Procurement will be conducted through open competitive bidding procedures in accordance
with R.A. 9184 and its Revised Implementing Rules and Regulations.
To bid for this contract, a contractor must purchase bid documents and must meet the following
major criteria: (a) prior registration with DPWH, (b) Filipino citizen or 75% Filipino-owned
partnership, corporation, cooperative, or joint venture, (c) with PCAB license applicable to the
type and cost of this contract, (d) completion of a similar contract costing at least 50% of ABC
within a period of 10 years, and (e) Net Financial Contracting Capacity at least equal to ABC,
or credit line commitment at least equal to 10% of ABC. The BAC will use non-discretionary
pass/fail criteria in the eligibility check and preliminary examination of bids.
Unregistered contractors, however, shall submit their applications for registration, to the
DPWH-POCW, Central Offce before the scheduled date of bidding. The DPWH-POCW,
Central Offce will only process contractors applications for registration with complete
requirements and issue the Contractors Certifcate of Registration (CRC). Registration
Forms may be downloaded at the DPWH website www.dpwh.gov.ph.
The signifcant times and deadlines of procurement activities are shown below:
1. Issuance of Bidding Documents From November 12, 2012 to December 3, 2012
2. Pre-Bid Conference November 19, 2012 @ 2:00 oclock p.m.
3.Deadline of Receipt of LOI from
Prospective Bidders
Deadline: November 28, 2012 until 4:00 p.m.
4. Receipt of Bids Deadline: December 3, 2012 until 1:00 p.m.
5. Opening of Bids December 3, 2012 @ 2:00 p.m.
Prospective bidders may download the Registration and LOI Forms from the DPWH website
www.dpwh.gov.ph. The BAC will issue hard copies of LOI Forms at DPWH-Misamis Oriental
2
nd
Engineering District, free of charge.
The BAC will issue hard copies of Bidding Documents (BDs) at DPWH-Misamis Oriental 2
nd
Engineering District, upon payment of a non-refundable fee of Ten Thousand Pesos only
(PHP 10,000.00). Prospective bidders may also download the BDs from the DPWH website,
if available. Prospective bidders that will download the BDs from the DPWH website shall pay
the said fees on or before the submission of their bid documents. Bids must be accompanied
by a bid security, in the amount and acceptable form, as stated in Section 27.2 of the Revised
IRR.
Prospective bidders shall submit their duly accomplished forms as specifed in the BDs in
two separate sealed bid envelopes to the BAC Chairman. The frst envelope shall contain the
technical component of the bid, which shall include a copy of the Contractors Registration
Certifcate (CRC). The second envelope shall contain the fnancial component of the bid.
Contract will be awarded to the Lowest Calculated Responsive Bid as determined in the bid
evaluation and post-qualifcation.
The DPWH-Misamis Oriental 2
nd
Engineering District reserves the right to accept or reject any
or all bid and to annul the bidding process anytime before Contract award, without incurring any
liability to the affected bidders.
Approved by:
(Sgd.) ARCHILLES B. PIMENTEL
BAC-Chairman
Chief, Planning & Design Section
Noted:
(Sgd.) NOEL R. OCLARIT
District Engineer
(MST-NOV. 12, 2012)
Republic of the Philippines
Department of Public Works and Highways
Eastern Samar District Engineering Office
OFFICE OF THE DISTRICT ENGINEER
Brgy. Alang-Alang, Borongan, Eastern Samar
Tel. No. (055) 560-9423
Fax. No. (055) 261-2196
E-Mail Add: dpwh_esed@yahoo.com
CYAN MAGENTA YELLOW BLACK
NOVEMBER 12, 2012 MONDAY
D7
Classifeds
ManilaStandardToday
adv.mst@gmail.com
Page Compositor: Diana Keyser Punzalan
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Offce of the District Engineer
Cebu 5
th
District Engineering Offce
V. Sotto Street, Cebu City
INVITATION TO BID
The Bids and Awards Committee (BAC) of the Department of Public Works and Highways
- Cebu 5
th
District Engineering Offce, invites contractors to bid for the aforementioned projects.
Contract ID: 012HI0030
Contract Name: Preventive Maintenance (Asphalt Overlay) along Cebu
North Hagnaya Wharf Road (Intermittent Section) Section
1-K0046+000-K0046+170 Section 2-K0046+918-K0047+154
Section 3-K0047+501-K0047+603 (K0047+596-K0047+736 Section
4- K0048+453-K0049+000 (K0048+583-K0048+200) Section
5-K0049+000-K0049+200 (K0045+800-K0046+000) Section
6-K0049+200-K0050+000 Section 7-K0051+400-K0051+700 Section
8-K0051+700-K0052+058
Contract Location: Catmon, Cebu
Scope of Work: Facilities for the Engineers, Provide, Operate & Maintain Service
Vehicle for the Enginers (Rent to Own), Aggregate Base Course,
Bituminous Tack Coat, Bituminous Concrete Surface Course,
Refectorized Thermoplastic Pavement Markings (white & yellow),
Mobilization & Demobilization, Provide & Maintain Traffc Control,
Provide Project Sign Board, Const. Safety & Health and Facilities
for the Handicapped Persons
Approved Budget for
the Contract (ABC): Php 42,263,575.82
Contract Duration: 80 calendar days
Contract ID: 012HI0035
Contract Name: Constructionof2-CLSchool Building@ElpidioH. PerezMNS, DanaoCity,
Cebu
Contract Location: Danao City, Cebu
Scope of Work: Excavation & Backflling , Concrete Footing, Column, Roof Beam,
Masonry Works: Wall Footing, Walling & Partition w/Plaster Plain
Cement Finish, Roof Framing, Roofng, Fascia Board & Ceiling
Insulation, Fab./Inst. of Doors & Windows (Including Steel Grills),
Concrete Flooring Including Corridor w/Reinforcement Bar
& Ramp, Electrical Works, Painting Works: Walling Interior &
Exterior, Doors, Fascia Board & Roofng
Approved Budget for
the Contract (ABC): Php1,210,000.00
Contract Duration: 70 calendar days
Contract ID: 012HI0036
Contract Name: Improvement/Rehabilitation of Public Market Brgy. Poblacion, San
Francisco, Cebu
Contract Location: SanFrancisco, Cebu
Scope of Work: Removal of Existing Concrete Structure, Excavation of Footing
& Septic Tank, Concrete Footing & Columns, CHB Walling &
Partition w/Plaster Plain Cement Finish (Stall), Toilet w/Septic
Tank (Including Plumbing & Water Line), Installation of Floor Tiles,
Painting Works: CHB Walling & Partition (Including Toilet)
Approved Budget for
the Contract (ABC): Php1,000,000.00
Contract Duration: 80 calendar days
The BAC will conduct the procurement process in accordance with the Revised IRR of R.A.
9184. Bids received in excess of the ABC shall be automatically rejected at the opening of bid.
To bid for this contract, a contractor must submit a Letter of Intent (LOI), purchase bid
documents and must meet the following major criteria: (a) prior registration with DPWH, (b) Filipino
citizen or 75% Filipino-owned partnership, corporation, cooperative, or joint venture, (c) with PCAB
license applicable to the type and cost of this contract, (d) completion of a similar contract costing
at least 50% of ABC within a period of 10 years, and (e) Net Financial Contracting Capacity at
least equal to ABC, or credit line commitment at least equal to 10% of ABC. The BAC will use
non-discretionary pass/fail criteria in the eligibility check and preliminary examination of bids.
Unregistered contractors, however, shall submit their applications for registration to the DPWH-
POCW Central Offce before the deadline for the receipt of LOI. The DPWH-POCW Central Offce
will only process contractors applications for registration with complete requirements and issue the
Contractors Certifcate of Registration (CRC).
Prospective bidders may download the Registration and LOI Forms from the DPWH website
www.dpwh.gov.ph. The BAC will issue hard copies of LOI Forms at Department of Public Works
and Highways-Cebu 5
th
District Engineering Offce, V. Sotto St., Cebu City. Prospective bidders shall
submit their accomplished LOIs and obtain the results of the eligibility check at the same address.
The signifcant times and deadlines of procurement activities are shown below:
1. Issuance of Bidding Documents FROM: 11/09/12 TO: 11/29/12
2. Receipt of LOIs from Prospective Bidders Deadline: 11/22/12 12:00 NOON
3. Pre-Bid Conference 11/16/2012 9:30 A.M.
4. Receipt of Bids 11/29/2012 8:00-10:00 A.M.
5. Opening of Bids 11/29/2012 10:30 A.M.
The BAC will issue hard copies of Bidding Documents (BDs) at DPWH-Cebu 5
th
District Engineering
Offce, upon payment of a non-refundable fee of P25,000 for the project12HI0030, P5,000.00 for
project 12HI0035 and P1,000.00 for project ID 12IH0036. Prospective bidders may also download
the BDs from the DPWH web site shall pay the said fees on or before the submission of their bids
Documents. The Pre-Bid Conference shall be open only to interested parties who have purchased
the BDs. Bids must be accompanied by a bid security, in the amount and acceptable form as stated
in Section 27.2 of the Revised IRR.
Prospective bidders shall submit their duly accomplished forms as specifed in the BDs in two (2)
separate sealed bid envelopes to the BAC Chairman. The frst envelope shall contain the technical
component of the bid, which shall include a copy of the CRC. The second envelope shall contain
the fnancial component of the bid. Contract will be awarded to the Lowest Calculated Responsive
Bid as determined in the bid evaluation and post-qualifcation.
The DWPH-Cebu 5
th
District Engineering Offce reserves the right to accept or reject any
bid, to annul the bidding process at any time prior contract award, without thereby incurring any
liability to the affected bidder/s.
Approved by:
(Sgd.) MS. EDENNA G. GUERRERO
BAC Chairman (MST-NOV. 12, 2012)
(MST-Nov. 12, 2012)
INVITATION TO BID FOR
1. Contract ID No. : 12GH0054
Name of Contract : Preventive Maintenance of Sara-Concepcion Road,
K0209+ 266-K0215+816 w/ exceptions
Location : Sara & Concepcion, Iloilo
Brief Description : Asphalt Overlay (50mm thick)
Approved Budget for the Contract (ABC):Twenty One Million Six Hundred Thirty
One Thousand Two Hundred Fifty Nine Pesos & 26/100
(P21,631,259.26)
Contract Duration : Ninety One (91) Calendar Days
2. Contract ID No. : 12GH0055
Name of Contract : Construction of Drainage Canal along San Dionisio-
Capinang Road
Location : Brgy. Pase, San Dionisio, iloilo
Brief Description : Drainage Canal
Approved Budget for the Contract (ABC): Nineteen Million Four Hundred Thousand
Pesos: (P19,400,000.00)
Contract Duration : One Hundred Sixty Four (164) Calendar Days
The DPWH Iloilo 3
rd
District Engineering Offce, through the RA - Fund 101 -
Regular Infra 2013 Projects intends to apply the Approved Budget for the Contract
(ABC) to payments under the contract for the projects listed above. Bids received
in excess of the ABC shall be automatically rejected at bid opening.
The DPWH Iloilo 3
rd
District Engineering Offce now invites bids for the Projects
listed above. Completion of the Works also indicated above. Bidders should have
completed, within ten (10) years from the date of submission and receipt of bids, a
contract similar to the Project. The description of an eligible bidder is contained in
the Bidding Documents, particularly, in Section II. Instructions to Bidders.
Bidding will be conducted through open competitive bidding procedures using
non-discretionary pass/fail criterion as specifed in the 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, partnerships, or
organizations with at least seventy fve percent (75%) interest or outstanding capital
stock belonging to citizens of the Philippines.
Interested bidders may obtain further information from DPWH Iloilo 3
rd
District
Engineering Offce and inspect the Bidding Documents at the address given below
from November 9, 2012 to December 11, 2012, 8:00 AM to 5:00 PM, Monday to
Friday except on tbe bidding date.
A complete set of Bidding Documents may be purchased by interested Bidders
from the address below and upon payment of a nonrefundable fee for the Bidding
Documents in the amount of Twenty Five Thousand Pesos (P25,000.00) for
projects above Ten Million up to Fifty Million.
It may also be downloaded free of charge from the website of the Philippine
Government Electronic Procurement System (phiIGEPS) and the website of the
Procuring Entity, provided that bidders shall pay the fee for the Bidding Documents
not later that the submission of their bids.
The DPWH Iloilo 3
rd
District Engineering Offce will hold a Pre-Bid Conference on
November 28, 2012, 10:00 A.M at DPWH Iloilo 3
rd
District Engineering Offce,
Barotac Viejo, Iloilo. which shall be open only to all interested parties who have
purchased the Bidding Documents.
Bids must be delivered to the address below on or before December 11, 2012, 9:00
AM at DPWH Iloilo 3rd DEO, Barotac Viejo, Iloilo. All bids must be accompanied
by a bid security in any of the acceptable forms and in the amount stated in ITB
Clause 18.
Bids will be opened in the presence of the bidders representatives who choose to
attend at the address below. Late bids shall not be accepted.
The DPWH Iloilo 3
rd
District Engineering Offce 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 bidder or
bidders.
For further information, please refer to:
CECILIA P. MUYCO
Head, BAC Secretariat
+639173029548
DPWH Roilo 3rdDEO
Barotac Viejo, Iloilo 5011
(Sgd.) DENE B. BALDONADO, JR.
Engineer III
BAC Chairman
Republic of the Philippines
Department of Public Works and Highways
OFFICE OF THE DISTRICT ENGINEER
Iloilo 3
rd
District Engineering Offce
Barotac Viejo, Iloilo
1.
2.
3.
4.
5.
6.
7.
8.
9.
MINA H. AGUILAR
Head, BAC TWG
+639174007457
DPWH Raila 3rdDEO
Barotac Viejo, Iloilo 5011
(MST-Nov. 12, 2012)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
ILOCOS NORTE SECOND DISTRICT ENGINEERING OFFICE
SAN PABLO, SAN NICOLAS, ILOCOS NORTE
INVITATION TO BID
The Bids and Awards Committee (BAC) of the Ilocos Norte 2
nd
District Engineering Offce, San Pablo,
San Nicolas, Ilocos Norte through GAA 2013, intends to apply the various sum indicated per project being
the Approved Budget for the Contract (ABC) to payments under the contract for the following projects. Bids
received in excess of the ABC shall be automatically rejected at bid opening.
1. Contract ID: 2012-AB-0087
Contract Name: Road Opening/Construction to close the Gap Sections of National
Roads with determined alignment (including ROW) Road Opening/
Reconstruction of Ilocos Norte-Abra Road, Nueva Era, Ilocos Norte
Contract Location: KO543 + 200 KO545 + 200
Scope of Work: Road Opening
Approved Budget for the Contract (ABC): Php 48,999,237.50
Contract Duration: 179 calendar days
2. Contract ID: 2012-AB-0088
Contract Name: Road Upgrading (Gravel to Paved) based on Gravel
Road Strategies, Traffc Benchmark for Upgrading to Paved
Road Standard (HDM-4 Project Analysis) Ilocos Norte- Abra Road
Contract Location: KO532 + 000 KO533 + 240
Scope of Work: P.C.C.P.
Approved Budget for the Contract (ABC): Php 30,084,864.72
Contract Duration: 179 calendar days
3. Contract ID: 2012-AB-0089
Contract Name: Road Upgrading (Gravel to Paved) based on Gravel
Road Strategies, Traffc Benchmark for Upgrading to Paved
Road Standard (HDM-4 Project Analysis) Ilocos Norte- Apayao Road
Contract Location: KO533 + 400 KO535 + 221.80
Scope of Work: P.C.C.P.
Approved Budget for the Contract (ABC): Php 30,252,859.13
Contract Duration: 100 calendar days
4. Contract ID: 2012-AB-0090
Contract Name: Asset Preservation of national Roads Generated from Pavement
Management System/Highway Development and Management- 4
(HDM-4) Preventive Maintenance Laoag-Sarrat-Piddig-Solsona
Road
Contract Location: KO510 + (-856) KO515 + 240
Scope of Work: Asphalt Overlay
Approved Budget for the Contract (ABC): Php 33,089,700.00
Contract Duration: 88 calendar days
5. Contract ID: 2012-AB-0091
Contract Name: Rehabilitation/Reconstruction/Upgrading of Damaged Paved
National Road Generated from PMS/HDM-4, Intermittent Sections
Pias-Currimao-Balaccad Road
Contract Location: KO460 + (-117) KO462 + 883
Scope of Work: Asphalt Overlay
Approved Budget for the Contract (ABC): Php 21,182,700.00
Contract Duration: 63 calendar days
The signifcant times and deadlines of procurement activities are shown below:
Activities Schedule
1. Issuance of Bidding Documents From : November 9-29 , 2012 until 10:00 A.M.
2. Pre-Bid Conference November 16, 2012, 2012 at 9:00 A.M.
3. Receipt of Bids Deadline: November 29, 2012 until 10:00 A.M.
4. Opening of Bids November 29, 2012 at 2:00 P.M.
The Bids and Awards Committee (BAC) of the Ilocos Norte 2
nd
District Engineering Offce, San Pablo,
San Nicolas, Ilocos Norte now invites bids for the aforementioned projects. The prospective bidder must
have an experience of having completed at least one (1) contract that is similar to the contract to be bid, and
whose value, adjusted to current prices using the NSO consumer price indices, must be at least ffty percent
(50%) of the ABC to be bid: Provided, however, That contractors under Small A and Small B categories
without similar experience on the contract to be bid may be allowed to bid if the cost of such contract is not
more than ffty percent (50%) of the Allowable Range of Contract Cost (ARCC) of their registration based
on the guidelines as prescribed by the PCAB as per Amendment of the IRR of RA 9184, Section 23.5.2.5
Bidding will be conducted through open competitive bidding procedures using a non-discretionary
pass/fail criterion as specifed in the Implementing Rules and Regulations (IRR) of Republic Act (RA) 9184,
otherwise known as Government Procurement Reform Act.
Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at
least seventy fve percent (75%) interest or outstanding capital stock belonging to citizens of the Philippines.
Interested bidders may obtain further information from DPWH-Ilocos Norte Second District Engineering
Offce, San Pablo, San Nicolas, Ilocos Norte and inspect the Bidding Documents. A complete set of Bidding
Documents may be purchased by interested Bidders from the given address and upon payment of a non-
refundable fee for the Bidding Documents of Twenty fve thousand pesos only (P25, 000.00) for each project.
It may also be downloaded free of charge from the website of the Philippine Government Electronic
Procurement System (PhilGEPS) and the website of the Procuring Entity, provided that Bidders shall pay the
nonrefundable fee for the Bidding Documents not later than the submission of their bids.
The DPWH-Ilocos Norte Second District Engineering Offce will hold a Pre-Bid conference on November
16, 2012 at 9:00 A.M. at San Pablo, San Nicolas, Ilocos Norte, which shall be open to all interested parties
who have purchased the Bidding Documents.
Bids must be delivered to the address given on or before 10:00 A.M. on November 29, 2012. All bids
must be accompanied by a bid security or bid securing declaration in any of the acceptable forms and in
the amount stated in ITB Clause 18.
Bid opening shall be on November 29, 2012 at 2:00 PM at DPWH-Ilocos Norte Second District
Engineering Offce, San Pablo, San Nicolas, Ilocos Norte. Bids will be opened in the presence of the Bidders
representatives who choose to attend and late bids shall not be accepted.
The DPWH-Ilocos Norte Second District Engineering Offce, San Pablo, San Nicolas, Ilocos Norte,
reserves the right to accept or reject any or all bid and to annul the bidding process anytime before Contract
award, without incurring any liability to the affected bidders.
For further information, please refer to Rosaline A. Cacao, BAC Chairman of DPWH Ilocos Norte
Second District Engineering Offce, Brgy. 20, San Pablo, San Nicolas, Ilocos Norte 2901 with offce telephone
number 786-1481 or email address at dpwhined2@yahoo.com.
(Sgd.) ROSALINE A. CACAO
BAC Chairman
Noted:
(Sgd.) ERNESTO C. FARAON
OIC-District Engineer
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
NATIONAL CAPITAL REGION
SOUTH MANILA ENGINEERING DISTRICT
8
th
Street, Port Area, Manila
Invitation to Bid for;
1. Contract ID No. 12OH0184
Contract Name: Rehabilitation/Reconstruction/Upgrading of Damaged Paved
National Roads (Intermittent Section) along San Marcelino St.,
Ermita, Manila
Contract Location: Manila City
Scope of Work: road works
Source of fund and year: GAA 2013
Approved Budget for the
Contract (ABC): (Ph. P 27,455,738.34)
Contract Duration: 101 cal. days
Cost of Bid Documents: Ph. P 25,000.00
2. Contract ID No. 12OH0185
CONTRACT NAME Assets Preservation of National Roads, Generated from Pavement
Management System/Highway Development and Management-4
(HDM-4) along Taft Ave., Manila City
Contract Location: Manila City
Scope of Work: road works
Source of fund and year: GAA 2013
Approved Budget for the
Contract (ABC): (Ph. P 22,454,719.25)
Contract Duration: 60 cal. days
Cost of Bid Documents: Ph. P 25,000.00
3. Contract ID No. 12OH0186
CONTRACT NAME : Rehabilitation/Reconstruction/Upgrading of Damaged Paved
National Roads along Leon Guinto St., Manila
Contract Location: Pasay City
Scope of Work: Repair of Roads-1,039.20 L.M.
Source of fund and year: GAA 2013
Approved Budget for the
Contract (ABC): (Ph. P 48,412,404.28)
Contract Duration: 173 cal. days
Cost of Bid Documents: Ph. P 25,000.00
4. Contract ID No. 12OH0187
CONTRACT NAME. Repair/Rehab. of DPWH-NCR Building 2
nd
St., Port Area, Manila
Contract Location: Manila
Scope of Work: Repair/Rehab of Building
Source of fund and year: GAA 2012
Approved Budget for the
Contract (ABC): (Ph. P 7,233,670.00)
Contract Duration: 150 cal. days
Cost of Bid Documents: Ph. P 10,000.00
1) The South Manila Engineering District, through the [above indicated source of funding and year]
intends to apply the sum of [Phil P 115,901,945.03, being the Approved Budget for the Contract
(ABC) to payments under the contract for [the above indicated name/no. of contract]. Bids
received in excess of the ABC shall be automatically rejected at bid opening.
2) The South Manila Engineering District, now invites bids for [various construction projects indicated
above]. Completion of the Works is required [173 calendar days]. Bidders should have completed,
within ten (10) years from the date of submission and receipt of bids, a contract similar to the
Project. The description of an eligible bidder is contained in the Bidding Documents, particularly,
in Section II, Instructions to Bidders.
3) Bidding will be conducted through open competitive bidding procedures using nondiscretionary
pass/fail criterion in the 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, partnerships, or organizations with at least seventy fve
percent (75%) interest or outstanding capital stock belonging to citizens of the Philippines.
4) Interested Bidders may obtain further information from South Manila Engineering District, and
inspect the Bidding Documents at the address given below from [8:00-12:00 A.M. and 1:00-5:00
P.M.].
5) A complete set of Bidding Documents may be purchased by interested Bidders from the address
below and upon payment of a nonrefundable fee for the Bidding Documents in the amount of
[indicated above].
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 that the submission of their bids.
6) The South Manila Engineering District, will hold a Pre-Bid Conference on [November 16, 2012-
10:00 A.M.] at [SMED-BAC OFFICE, PORT AREA, MANILA], which shall be open to all interested
parties who have purchased the Bidding Documents.
7) Bids must be delivered to the address below on or before [November 29, 2012- 09:00 A.M.] at [SMED-
BAC OFFICE, PORT AREA, MANILA]. All bids must be accompanied by a bid security in any of the
acceptable forms and in the amount stated in ITB Clause 18.
Bids will be opened in the presence of the bidders representatives who choose to attend at the
address below. Late bids shall not be accepted.
8) Bids will be opened on November 28, 2012 at 02:00 P.M.
9) The South Manila Engineering District, 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 or bidders.
For Further information, please refer to:
Engr. RUPERTO H. PINGOL
Head, BAC Secretariat/Procurement Staff
South Manila Engineering District, NCR, DPWH
1018 -8TH Street corner Bonifacio Drive, Port Area, Manila
Tel. no. 023044020
rupertopingol@yahoo.com
Fax no. 025279727
(Sgd.) GUILLERMO D. SALASAC
Offcer in Charge
Offce of the Assistant District Engineer
BAC Chairperson
NOTED:
(Sgd.) MIKUNUG D. MACUD
District Engineer
(MST-NOV. 12, 2012)
(MST-Nov. 12, 2012)
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
REGION III
OFFICE OF THE DISTRICT ENGINEER
BULACAN 2
nd
DISTRICT ENGINEERING OFFICE
Pulong Buhangin, Sta. Maria, Bulacan
November 6, 2012
INVITATION TO BID
The Bids and Awards Committee (BAC) of the Department of Public Works and Highways (DPWH) of
Bulacan 2
nd
District Engineering Offce, through the Fund 153-Special Road Safety Fund-(MVUC CY
2012) and Fund 101 GAA - DPWH Regular Infrastructure Program CY 2013, invites contractors to
bid for the aforementioned projects:
1. Contract ID: 12CD0272
Contract Name: Installation/Application/Construction of Road Safety Devices along NCR/
Bulacan-Bdry.-Bigte-Ipo Dam Road, City of San Jose del Monte, Bulacan
Contract Location: San Jose del Monte City, Bulacan
Scope of Work: Guardrail/Thermoplastic
Approved Budget for the Contract (ABC): Php 9,899,842.60
Contract Duration : 60 calendar days
2. Contract ID: 2CD0273
Contract Name: Repair/Rehabilitation/Improvement along Eastern Bulacan Road
K0070+000 K0071+000 (with exceptions), Angat, Bulacan
Contract Location: Angat, Bulacan
Scope of Work: Concreting of road
Approved Budget for the Contract (ABC): Php 9,899,962.63
Contract Duration : 90 calendar days
3. Contract ID: 12CD0281
Contract Name: Preventive Maintenance along NCR/Bulacan Brdy.-Bigte Ipo Dam Road
K0042+116 K0044+1000 (with exceptions)
Contract Location: Norzagaray, Bulacan
Scope of Work: Asphalting of road
Approved Budget for the Contract (ABC): Php 29,913,492.36
Contract Duration : 45 calendar days
4. Contract ID: 12CD0282
Contract Name: Preventive Maintenance along Bocaue-San Jose Road
K0030+(-603) K0036+450 (with exceptions)
Contract Location: Sta. Maria, Bulacan
Scope of Work: Asphalting of road/concreting of road
Approved Budget for the Contract (ABC): Php 30,373,091.53
Contract Duration : 110 calendar days
5. Contract ID: 12CD0283
Contract Name: Rehabilitation/Reconstruction/Upgrading of Damaged Paved National Roads
San Miguel-Sibul Road, San Miguel, Bulacan
a) K0082+537 K0083+236
b) K0078+(-400) K0078+000
c) K0083+236 K0083+366
d) K0078+(-476) K0078+(-400)
e) K0086+000 K0086+231
f) K0086+908 K0087+621
Contract Location: San Miguel, Bulacan
Scope of Work: Concreting of road
Approved Budget for the Contract (ABC): Php 29,042,789.73
Contract Duration : 180 calendar days
6. Contract ID: 12CD0284
Contract Name: Road Upgrading (Gravel to Paved) of Eastern Bulacan Road,
K0080+200 K0094+809, Doa Remedios Trinidad, Bulacan
Contract Location: Doa Remedios Trinidad, Bulacan
Scope of Work: Concreting of road/Slope Protection
Approved Budget for the Contract (ABC): Php 20,751,203.03
Contract Duration : 150 calendar days
7. Contract ID: 12CD0285
Contract Name: Road Upgrading (Gravel to Paved) of Eastern Bulacan Road,
K0104+000 K0105+000, Doa Remedios Trinidad, Bulacan
Contract Location: Doa Remedios Trinidad, Bulacan
Scope of Work: Concreting of road/Slope Protection
Approved Budget for the Contract (ABC): Php 25,271,024.52
Contract Duration : 150 calendar days
8. Contract ID: 12CD0286
Contract Name: Rehabilitation/Reconstruction/Upgrading of Damaged Paved National Roads
Sta. Maria-Norzagaray Road K0034+115 K0039+000
Contract Location: Sta. Maria, Bulacan
Scope of Work: Concreting of road/Drainage canal
Approved Budget for the Contract (ABC): Php 43,621,593.67
Contract Duration : 200 calendar days
9. Contract ID: 12CD0287
Contract Name: Flood Control and Drainage Projects Meycauayan River Control Projects
Contract Location: Meycauayan City, Bulacan
Scope of Work: River Control/Slope Protection
Approved Budget for the Contract (ABC): Php 29,399,905.70
Contract Duration : 200 calendar days
10. Contract ID: 12CD0288
Contract Name: Construction of Slope Protection along NCR-Bulacan Bdry.-Bigte-Ipo Dam
Road, Sto. Cristo River, San Jose del Monte City, Bulacan
Contract Location: San Jose del Monte City, Bulacan
Scope of Work: Slope Protection
Approved Budget for the Contract (ABC): Php 48,999,575.92
Contract Duration : 210 calendar days
11. Contract ID: 12CD0289
Contract Name: Construction of Slope Protection along NCR-Bulacan Bdry.-Bigte-Ipo Dam
Road, San Jose River, San Jose del Monte City, Bulacan
Contract Location: San Jose del Monte City, Bulacan
Scope of Work: Slope Protection
Approved Budget for the Contract (ABC): Php 39,199,943.34
Contract Duration : 210 calendar days
12. Contract ID: 12CD0290
Contract Name: Flood Control Structures in San Jose Del Monte City, Bulacan
Contract Location: San Jose del Monte City, Bulacan
Scope of Work: Slope Protection
Approved Budget for the Contract (ABC): Php 39,199,909.64
Contract Duration : 180 calendar days
The BAC will conduct the procurement process in accordance with the Revised IRR of R.A. 9184. Bids
received in excess of the ABC shall be automatically rejected at the opening of bid.
To apply and to bid for this contract, a contractor must submit a Letter of Intent (LOI) signed and
submitted by the person authorized in the Contractors License issued by PCAB. Upon submission of
the LOIs, interested Contractor must also submit the photo copy and original (for authentication purpose
and issuance of Bid Documents) of the following documents: 1. Class A Documents (contained in the
Contractors Registration Certifcate)(CRC), 1.1 Legal Documents: a) DTI Business Name Registration
(DTI) or SEC Registration or CDA; b) Valid and Current Mayors Permit/Municipal License; 1.2. Technical
Documents; a) Valid Joint Venture Agreement, in case of J.V., b) Valid PCAB License and Registration c)
Certifcate of Materials Engineer Accreditation duly certifed by the Authorized Managing Offcer (AMO),
d) Latest copy of AMO course Seminar, e) Certifcate of Safety Offcer Seminar from DOLE, f) Document
Request List (DRL) g) Latest CPES Rating; 1.3. Financial Documents; a) Prospective bidders Audited
Financial Statement for the preceding calendar which should not be earlier than 2 years from the date
of bid submission; b) Prospective bidders computation of its NFCC. The LOI must be submitted by
the Authorized Liaison Offcer as specifed in the Contractors Information (CI). Submission of LOI by
persons with Special Power of Attorney shall not be allowed. Contractors who will purchase bid documents
and must meet the following major criteria: (a) prior registration with DPWH & PHILGEPS, (b) Filipino
citizen or 75% Filipino-owned partnership, corporation, cooperative, or joint venture with PCAB license
applicable to the type and cost of this contract, (c) completion of a similar contract costing at least 50%
of ABC within a period of 10 years, and (d) Net Financial Contracting Capacity at least equal to ABC, or
credit line commitment for at least 10% of ABC. The BAC will use non-discretionary pass/fail criteria in
the eligibility check and preliminary examination of bids.
Unregistered contractors, however, shall submit their applications for registration to the DPWH-POCW
Central Offce before the deadline for the receipt of LOI. The DPWH-POCW will only process contractors
applications for registration with complete requirements and issue the Contractors Certifcate of
Registration (CRC). Registration Forms may be downloaded at the DPWH website www.dpwh.gov.ph.
The signifcant times and deadlines of procurement activities are shown below:
1. Receipt of LOI from Prospective Bidders Until 10:00 A.M. of November 28, 2012 (for Item
Nos. 1-3) and 10:00 A.M. of November 29, 2012
(for Item Nos. 4-12)
2. Issuance of Bidding Documents From: November 9, 2012 up to 10:00 A.M. of
November 28, 2012 (For item Nos. 1-3) and
November 29, 2012 (for Item Nos. 4-12)
3. Pre-Bid Conference 2:00 P.M. of November 16, 2012
4. Submission of Bids Deadline: 10:00 A.M. of November 28, 2012
(for Item Nos. 1-3; November 29, 2012 (for
Item Nos. 4-12)
5. Opening of Bids November 28, 2012 @ 2:00 P.M. (for Item Nos.
1-3) and November 29, 2012 @ 2:00 P.M. (for
Item Nos. 4-12)
The BAC will issue hard copies of Bidding Documents (BDs) at DPWH-Bulacan 2
nd
District Engineering
Offce, Pulong Buhangin, Sta. Maria, Bulacan, upon payment of a non-refundable fee for Bidding
Documents Ten Thousand Pesos (Php 10,000.00) for Item No. 1 & 2 and Twenty Thousand Pesos
(Php 20,000.00) for Item Nos. 3, 4, 5, 6, 7, 8, 9, 10, 11 & 12. Prospective bidders may also download
the Bidding documents (BDs), from the DPWH website, if available. Prospective bidders that will
download the BDs from DPWH website shall pay the said fees on or before the submission of their
Bids Documents. The Pre-Bid Conference shall be open only to interested parties who have purchased
the BDs. Bids must be accompanied by a bid security, in the amount and acceptable form, as stated
in Section 27.2 of the Revised IRR.
Prospective bidders shall submit their duly accomplished forms as specifed in the BDs in two (2)
separate sealed bid envelopes to the BAC Chairman. The frst envelope shall contain the technical
component of the bid, which shall include a copy of the CRC. The second envelope shall contain the
fnancial component of the bid. Contract will be awarded to the Lowest Calculated Responsive Bid as
determined in the bid evaluation and post-qualifcation.
The DPWH-Bulacan 2
nd
District Engineering Offce reserves the right to accept or reject any bid, to
annul the bidding process at anytime prior contract award, without thereby incurring any liability to the
affected bidder/s.
APPROVED:
(Sgd.) ALEJANDRO B. CENTENO
BAC Chairman
NOTED:
(Sgd.) ERELINA B. SANTOS
District Engineer
For
fast
ad
results,
please
call
659-48-30
local 303
or
659-48-03
CYAN MAGENTA YELLOW BLACK
Manila
Standard
TODAY
CYAN MAGENTA YELLOW BLACK CYAN MAGENTA YELLOW BLACK
Republic of the Philippines
Department of Public Works and Highways
Regional Offce No. IV-A (CALABARZON)
OFFICE OF THE DISTRICT ENGINEER
Quezon 3
rd
District Engineering Offce
Catanauan, Quezon
Invitation to Bid No. 2012-15
The Department of Public Works and Highways (DPWH), Quezon 3
rd
District Engineering
Offce, Catanauan, Quezon, through its Bids and Awards Committee (BAC), now invites
contractors to bid for the following contract(s):
1. Contract ID: 12DM0079
Contract Name: Concrete Paving/Road Upgrading of Abuyon-Buenavista
Road
Contract Location: K0266+051-K0267+051
Scope of Work: PCCP/Flood Control & Drainage
Target: 1.000 Kms
Approved Budget for
the Contract: Php 24,306,637.07
Contract Duration: 101 Calendar Days
Cost of Bidding Documents: Php25,000.00
2. Contract ID: 12DM0080
Contract Name: Concrete Paving/Road Upgrading of Abuyon-Buenavista
Road
Contract Location: K0265+051-K0266+051, 3LD
Scope of Work: PCCP,Flood Control & Drainage
Target: 1.00 Kms
Approved Budget for
the Contract: Php24,408,766.91
Contract Duration: 101 Calendar Days
Cost of Bidding Documents: Php25,000.00
3. Contract ID: 12DM0081
Contract Name: Concrete Paving/Road Upgrading of Catanauan-
Buenavista Road
Contract Location: K0253+538-K0254+158
Scope of Work: PCCP,Flood Control & Drainage
Target: 0.620 Kms
Approved Budget for
the Contract: Php13,120,497.47
Contract Duration: 58 Calendar Days
Cost of Bidding Documents: Php25,000.00
4. Contract ID: 12DM0082
Contract Name: Concrete Paving/Road Upgrading of Catanauan-
Buenavista Road
Contract Location: K0252+538-K0253+538
Scope of Work: PCCP,Flood Control & Drainage
Target: 1.000 Kms
Approved Budget for
the Contract: Php24,453,473.59
Contract Duration: 101 Calendar Days
Cost of Bidding Documents: Php25,000.00
5. Contract ID: 12DM0083
Contract Name: Concrete Paving/Road Upgrading of Mulanay-San
Francisco Road
Contract Location: K0287+115-K0288+000
Scope of Work: PCCP,Flood Control & Drainage
Target: 0.885 Kms
Approved Budget for
the Contract: Php21,442,170.23
Contract Duration: 91 Calendar Days
Cost of Bidding Documents: Php25,000.00
6. Contract ID: 12DM0084
Contract Name: Concrete Paving/Road Upgrading of Mulanay-San
Francisco Road
Contract Location: K0288+000-K0289+102
Scope of Work: PCCP,Flood Control & Drainage
Target: 1.102 Kms
Approved Budget for
the Contract: Php26,703,280.91
Contract Duration: 109 Calendar Days
Cost of Bidding Documents: Php25,000.00
7. Contract ID: 12DM0085
Contract Name: Concrete Paving/Road Upgrading of Mulanay-San
Francisco Road
Contract Location: K0297+082-K0298+082
Scope of Work: PCCP,Flood Control & Drainage
Target: 1.000 Kms
Approved Budget for
the Contract: Php23,702,945.35
Contract Duration: 101 Calendar Days
Cost of Bidding Documents: Php25,000.00
8. Contract ID: 12DM0086
Contract Name: Concrete Paving/Road Upgrading of Mulanay-San
Francisco Road
Contract Location: K0303+472-K0305+400
Scope of Work: PCCP,Flood Control & Drainage
Target: 1.928 Kms
Approved Budget for
the Contract: Php48,877,690.44
Contract Duration: 182 Calendar Days
Cost of Bidding Documents: Php25,000.00
9. Contract ID: 12DM0087
Contract Name: Concrete Paving/Road Upgrading of MSR Jct. Lopez-
Buenavista Road
Contract Location: K0240+267-K241+788
Scope of Work: PCCP,Flood Control & Drainage
Target: 1.521 Kms
Approved Budget for
the Contract: Php36,615,326.90
Contract Duration: 141 Calendar Days
Cost of Bidding Documents: Php25,000.00
10. Contract ID: 12DM0088
Contract Name: Concrete Paving/Road Upgrading of MSR Jct. Lopez-
Buenavista Road
Contract Location: K0245+713-K0247+128
Scope of Work: PCCP,Flood Control & Drainage
Target: 1.415 Kms
Approved Budget for
the Contract: Php34,576,162.90
Contract Duration: 134 Calendar Days
Cost of Bidding Documents: Php25,000.00
11. Contract ID: 12DM0089
Contract Name: Concrete Paving/Road Upgrading of MSR Jct-Lopez-
Catanauan Road
Contract Location: K0240+328-K0241+598
Scope of Work: PCCP,Flood Control & Drainage
Target: 1.270 Kms
Approved Budget for
the Contract: Php 30,858,238.53
Contract Duration: 117 Calendar Days
Cost of Bidding Documents: Php25,000.00
12. Contract ID: 12DM0090
Contract Name: Concrete Paving/Road Upgrading of MSR Jct-Lopez-
Catanauan Road
Contract Location: K0245+300-K0246+050
Scope of Work: PCCP,Flood Control & Drainage
Target: 0.750 Kms
Approved Budget for
the Contract: Php18,259,919.74
Contract Duration: 76 Calendar Days
Cost of Bidding Documents: Php25,000.00
The BAC will conduct the procurement process in accordance with the Revised Implementing
Rules and Regulations of Republic Act No. 9184. Bids received in excess of the ABC shall be
automatically rejected at the opening of bid.
To bid for the contract, a contractor must submit Original Receipt (OR) for payments of bidding
documents issued by the procuring entity together with their eligibility documents on or before the
date and time stated hereunder and must meet the following major criteria: (a) prior registration
with DPWH, (b) Filipino citizen or 75% Filipino-owned partnership, corporation, cooperative, or
joint venture with PCAB license applicable to the type and cost of this contract, (c) completion of a
similar contract costing at least 50% of ABC within a period of ten(10) years, and (d) Net Financial
Contracting Capacity at least equal to ABC, or credit line commitment for at least equal to 10% of
the ABC. The BAC will use non-discretionary pass/fail criteria in the eligibility check and preliminary
examination of bids.
Unregistered contractors, however, shall submit their applications for registration to the DPWH-
POCW Central Offce before the deadline set herein. The DPWH POCW-Central Offce will only
process contractors applications for registration with complete requirements and issue the
Contractors Certifcate of Registration (CRC). Registration Forms may be downloaded at the DPWH
website www.dpwh.gov.ph.
The signifcant times and deadlines of procurement activities are shown below:
1. Issuance of Bidding Documents November 9-29, 2012
to registered contractors
2. Pre-Bid Conference November 16, 2012 at 10:00 AM
3. Deadline of Submission of Eligibility Documents November 26, 2012 until 5:00 PM
4. Receipt of Bids November 29, 2012 until 10:00 AM
5. Opening of Bids November 29, 2012 at 2:00 PM
The BAC will issue hardcopies of Bid Documents at the DPWH, Quezon 3
rd
District Engineering
Offce, Catanauan, Quezon, upon payment of a non-refundable fee for Bidding Documents.
Prospective bidder may also download the BDs from the DPWH website, if available. Prospective
bidders that will download the BDs from the DPWH website shall pay the said fees on or before the
submission of their bid documents. The Pre-bid conference shall be open only to interested parties
who have purchased the BDs. Bids must be accompanied by a bid security, in the amount and
acceptable forms stated in Section 27.2 of the Revised IRR.
Interested contractors must request documents from Philgeps (DRL) and printed copy must
be included in the submission of Original Receipt (OR). They are also required to present the
original of their Contractors Registration Certifcate to the BAC for authentication and should
be represented by the Authorized Liaison Offcer of the company, whose name is stated in
their CRC. No substitution will be entertained.
Prospective bidders shall submit their duly accomplished forms as specifed in the Bidding Documents
(BDs) in two (2) separate sealed bid envelopes to the BAC Chairman. The frst envelope shall contain
the technical component of the bid, which shall include a copy of the CRC. The second envelope
shall contain the fnancial component of the bid. Contract will be awarded to the Lowest Calculated
Responsive Bid as determined in the bid evaluation and post-qualifcation.
The DPWH, Quezon 3
rd
District Engineering Offce reserves the right to accept or reject any bid
and to annul the bidding process anytime before Contract award, without thereby incurring any liability
to the affected Bidder or Bidders.
(Signed) MARCELITO G. FERRER
Assistant District Engineer
Chairman, Bids and Awards Committee
Tel. No.: 042-315-8195/042-315-8194
Email Address: dpwh_q3@yahoo.com.ph
NOTED:
(Signed) ROGELIO P. REJANO
District Engineer
(MST-NOV. 12, 2012)
Republic of the Philippines
Department of Public Works and Highways
Region VII
OFFICE OF THE DISTRICT ENGINEER
Bohol 3
rd
District Engineering Offce
Guindulman, Bohol
INVITATION TO BID
The DPWH, Bohol 3
rd
District Engineering Offce, Brgy. Sawang, Guindulman, Bohol, through its Bids
and Awards Committee (BAC), invites contractors and suppliers to apply to bid for the following contracts:
I. Advertisement Number: A 075-12
1.) Contract Name: Repainting of Centerline and Edgeline Pavement Markings and
Pedestrian Lanes
2.) Contract Location: Within the district
3.) Brief Description: Supply and delivery of construction materials for the repainting of
centerline and edgeline pavement markings and pedestrian lanes
within the district
4.) Total Approved Budget
for the Contract: PhP 374,480.00
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 400.00
II. Advertisement Number : A 076-12
1.) Contract Name: Upgrading of Jct. Dat-an, Carmen Sierra Bullones Pilar Alicia
Road, Alicia Section
2.) Contract Location: Alicia, Bohol
3.) Brief Description: Supply and delivery of construction materials for the Upgrading of
Jct. Dat-an, Carmen Sierra Bullones Pilar Alicia Road for
Grouted Riprap Class A
4.) Total Approved Budget
for the Contract: PhP 283,930.00
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 300.00
III. Advertisement Number : A 077-12
1.) Contract Name: Installation of Road Safety Devices along Tagbilaran East Road
2.) Contract Location: KO195+000 KO200+000 with exception
3.) Brief Description: Supply and installation of Road Safety Devices along TER
4.) Total Approved Budget
for the Contract: PhP 1,035,186.65
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 1,000.00
IV. Advertisement Number : A 078-12
1.) Contract Name: Installation of Road Safety Devices along Carmen Sagbayan
Bacane Road
2.) Contract Location: KO069+400 KO071+988 with exception
3.) Brief Description: Supply and installation of Road Safety Devices along CSBR
4.) Total Approved Budget
for the Contract: PhP 1,190,597.14
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 1,200.00
V. Advertisement Number : A 079-12
1.) Contract Name: Rehabilitation/Reconstruction/Upgrading of Damaged Paved
National Road (Intermittent Section)
2.) Contract Location: Valencia, Bohol
3.) Brief Description: Labor for the Rehab/Reconstruction/Upgrading of Damaged Paved
National Road (Intermittent Section)
4.) Total Approved Budget
for the Contract: PhP 174,208.91
5.) Contract Duration: 35 Calendar days
VI. Advertisement Number : A 080-12
1.) Contract Name: Construction of Barangay Road
2.) Contract Location: Bacong, Anda, Bohol
3.) Brief Description: Supply and delivery of construction materials for the construction of
Brgy. Road at Bacong, Anda, Bohol
4.) Total Approved Budget
for the Contract: PhP 103,899.18
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
VII. Advertisement Number : A 081-12
1.) Contract Name: Construction of Barangay Road
2.) Contract Location: Candabong, Anda, Bohol
3.) Brief Description: Supply and delivery of construction materials for the construction of
Brgy. Road at Candabong, Anda, Bohol
4.) Total Approved Budget
for the Contract: PhP 101,207.24
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
VIII. Advertisement Number : A 082-12
1.) Contract Name: Repair/Rehabilitation of Multi-purpose Building, Carmen Multi-
purpose Cooperative
2.) Contract Location: Poblacion Norte, Carmen, Bohol
3.) Brief Description: Supply and delivery of construction materials for the Repair/Rehab.
Of MPC, Poblacion Norte, Carmen, Bohol
4.) Total Approved Budget
for the Contract: PhP 381,417.00
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 400.00
IX. Advertisement Number : A 083-12
1.) Contract Name: Rehabilitation of Barangay Road
2.) Contract Location: Bicao, Carmen, Bohol
3.) Brief Description: Supply and delivery of construction materials for the
Rehabilitation of Brgy. Road at Bicao, Carmen, Bohol
4.) Total Approved Budget
for the Contract: PhP 102,545.80
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
X. Advertisement Number : A 084-12
1.) Contract Name: Rehabilitation of Barangay Road
2.) Contract Location: Buenos Aires, Carmen, Bohol
3.) Brief Description: Supply and delivery of construction materials for the
Rehabilitation of Brgy. Road at BuenosAires, Carmen, Bohol
4.) Total Approved Budget
for the Contract: PhP 137,919.40
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
XI. Advertisement Number : A 085-12
1.) Contract Name: Rehabilitation of Barangay Road
2.) Contract Location: Guadalupe, Carmen, Bohol
3.) Brief Description: Supply and delivery of construction materials for the
Rehabilitation of Brgy. Road at Guadalupe, Carmen, Bohol
4.) Total Approved Budget
for the Contract: PhP 103,789.80
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
XII. Advertisement Number : A 086-12
1.) Contract Name: Rehabilitation of Barangay Road
2.) Contract Location: Katipunan, Carmen, Bohol
3.) Brief Description: Supply and delivery of construction materials for the
Rehabilitation of Brgy. Road at Katipunan, Carmen, Bohol
4.) Total Approved Budget
for the Contract: PhP 103,150.55
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
XIII. Advertisement Number : A 087-12
1.) Contract Name: Rehabilitation of Barangay Road
2.) Contract Location: Sitio Hinabuyan, Montesuerte, Carmen, Bohol
3.) Brief Description: Supply and delivery of construction materials for the
Rehabilitation of Brgy. Road at Sitio Hinabuyan, Montesuerte,
Carmen, Bohol
4.) Total Approved Budget
for the Contract: PhP 104,508.30
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
XIV. Advertisement Number : A 088-12
1.) Contract Name: Rehabilitation of Barangay Road
2.) Contract Location: Montesunting, Carmen, Bohol
3.) Brief Description: Supply and delivery of construction materials for the
Rehabilitation of Brgy. Road at Montesunting, Carmen, Bohol
4.) Total Approved Budget
for the Contract: PhP 104,508.30
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
XV. Advertisement Number : A 089-12
1.) Contract Name: Rehabilitation of Barangay Road
2.) Contract Location: Nueva Vida Este, Carmen, Bohol
3.) Brief Description: Supply and delivery of construction materials for the
Rehabilitation of Brgy. Road at Nueva Vida Este, Carmen, Bohol
4.) Total Approved Budget
for the Contract: PhP 359,067.15
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 400.00
XVI. Advertisement Number : A 090-12
1.) Contract Name: Rehabilitation of Barangay Road
2.) Contract Location : Nueva Vida Este, Carmen, Bohol
3.) Brief Description: Labor for the Rehabilitation of Brgy. Road at Nueva Vida Este,
Carmen, Bohol
4.) Total Approved Budget
for the Contract: PhP 117,060.85
5.) Contract Duration: 20 Calendar days
XVII. Advertisement Number : A 091-12
1.) Contract Name: Rehabilitation of Barangay Road
2.) Contract Location: Nueva Vida Sur, Carmen, Bohol
3.) Brief Description: Supply and delivery of construction materials for the
Rehabilitation of Brgy. Road at Nueva Vida Sur, Carmen, Bohol
4.) Total Approved Budget
for the Contract: PhP 104,010.80
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
XVIII. Advertisement Number : A 092-12
1.) Contract Name: Rehabilitation of Barangay Road
2.) Contract Location: Vallehermoso, Carmen, Bohol
3.) Brief Description: Supply and delivery of construction materials for the
Rehabilitation of Brgy. Road at Vallehermoso, Carmen, Bohol
4.) Total Approved Budget
for the Contract: PhP 103,697.80
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
XIX. Advertisement Number: A 093-12
1.) Contract Name: Rehabilitation of Barangay Road
2.) Contract Location: Buenavista, Carmen, Bohol
3.) Brief Description: Supply and delivery of construction materials for the
Rehabilitation of Brgy. Road at Buenavista, Carmen, Bohol
4.) Total Approved Budget
for the Contract: PhP 103,000.00
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
XX. Advertisement Number : A 094-12
1.) Contract Name: Construction of Multi-purpose Building
2.) Contract Location: Poblacion Norte, Carmen, Bohol
3.) Brief Description: Supply and delivery of construction materials for the
Const. of MPB, Poblacion Norte, Carmen, Bohol
4.) Total Approved Budget
for the Contract: PhP 105,000.00
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
XXI. Advertisement Number : A 095-12
1.) Contract Name : Construction of Multi-purpose Building
2.) Contract Location : La Paz, Carmen, Bohol
3.) Brief Description: Supply and delivery of construction materials for the
Const. of MPB, La Paz, Carmen, Bohol
4.) Total Approved Budget
for the Contract: PhP 137,000.00
5.) Contract Duration: 10 Calendar days
6.) Bid Documents : PhP 100.00
XXII. Advertisement Number : A 096-12
1.) Contract Name: Rehabilitation of Multi-purpose Building (Renovation)
2.) Contract Location: La Libertad, Carmen, Bohol
3.) Brief Description: Supply and delivery of construction materials for the Rehabilitation
of MPB (Renovation), la Libertad, Carmen, Bohol
4.) Total Approved Budget
for the Contract: PhP 103,000.00
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
XXIII. Advertisement Number : A 097-12
1.) Contract Name: Rehabilitation of Multi-purpose Building
2.) Contract Location: La Salvacion, Carmen, Bohol
3.) Brief Description: Supply and delivery of construction materials for the Rehabilitation
of MPB, La Salvacion, Carmen, Bohol
4.) Total Approved Budget
for the Contract: PhP 105,134.20
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
XXIV. Advertisement Number : A 098-12
1.) Contract Name: Construction of Multi-purpose Pavement (Drier)
2.) Contract Location: Nueva Vida Norte, Carmen, Bohol
3.) Brief Description: Supply and delivery of construction materials for the Construction of
MPP (Drier), Neva Vida Norte, Carmen, Bohol
4.) Total Approved Budget
for the Contract: PhP 106,759.20
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
XXV. Advertisement Number : A 099-12
1.) Contract Name: Construction of Water System
2.) Contract Location: Cogtong, Candijay, Bohol
3.) Brief Description: Supply and delivery of construction materials for the Construction of
Water System, Cogtong, Candijay, Bohol
4.) Total Approved Budget
for the Contract: PhP 353,206.50
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 400.00
XXVI. Advertisement Number : A 100-12
1.) Contract Name: Construction of Water System
2.) Contract Location: Cogtong, Candijay, Bohol
3.) Brief Description: Labor for the Construction of Water System, Cogtong, Candijay,
Bohol
4.) Total Approved Budget
for the Contract: PhP 121,401.50
5.) Contract Duration: 35 Calendar days
XXVII. Advertisement Number : A 101-12
1.) Contract Name: Completion of Multi-purpose Building
2.) Contract Location: Langkis, Bohol
3.) Brief Description: Supply and installation of construction materials for the Completion
of MPB, Langkis, Duero, Bohol
4.) Total Approved Budget
for the Contract: PhP 140,000.00
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
XXVIII. Advertisement Number : A 102-12
1.) Contract Name: Completion of Multi-purpose Building
2.) Contract Location: Cayam, Garcia-Hernandez, Bohol
3.) Brief Description: Supply and installation of construction materials for the Completion
of MPB, Cayam, Garcia-Hernandez, Bohol
4.) Total Approved Budget
for the Contract: PhP 411,856.08
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 400.00
XXIX. Advertisement Number : A 103-12
1.) Contract Name: Completion of Multi-purpose Building
2.) Contract Location: Cayam, Garcia-Hernandez, Bohol
3.) Brief Description: Labor for the Completion of MPB, Cayam, Garcia-Hernandez, Bohol
4.) Total Approved Budget
for the Contract: PhP 150,000.00
5.) Contract Duration: 35 Calendar days
XXX. Advertisement Number : A 104-12
1.) Contract Name: Completion of Multi-purpose Building, Coop NATCCO
2.) Contract Location: Loay, Bohol
3.) Brief Description: Supply and installation of construction materials for the Completion
of MPB, Coop NATCCO, Loay, Bohol
4.) Total Approved Budget
for the Contract: PhP 580,829.22
5.) Contract Duration: 10 Calendar days
6.) Bid Documents : PhP 600.00
XXXI. Advertisement Number : A 105-12
1.) Contract Name: Completion of Multi-purpose Building, Coop NATCCO
2.) Contract Location: Loay, Bohol
3.) Brief Description: Labor for the Completion of MPB, Coop NATCCO, Loay, Bohol
4.) Total Approved Budget
for the Contract: PhP 115,087.24
5.) Contract Duration: 20 Calendar days
XXXII. Advertisement Number : A 106-12
1.) Contract Name: Completion of Multi-purpose Building
2.) Contract Location: Tangcasan Sur, Loay, Bohol
3.) Brief Description: Supply and delivery of construction materials for the Compl. Of
MPB, Tangcasan Sur, Bohol
4.) Total Approved Budget
for the Contract: PhP 131,937.90
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
XXXIII. Advertisement Number : A 107-12
1.) Contract Name: Rehabilitation of Barangay Road
2.) Contract Location: Poblacion, Sevilla, Bohol
3.) Brief Description: Supply and delivery of construction materials for the Rehab. Of
Brgy. Road, Poblacion, Sevilla, Bohol
4.) Total Approved Budget
for the Contract: PhP 106,115.00
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
XXXIV. Advertisement Number : A 108-12
1.) Contract Name: Const./Rehab./Imprvt. Of Barangay Road
2.) Contract Location: Abijilan, Garcia-Hernandez, Bohol
3.) Brief Description: Supply and delivery of construction materials for the Const./Rehab./
Imprvt. Of Brgy. Road, Abijilan Garcia-Hernandez
4.) Total Approved Budget
for the Contract: PhP 140,810.55
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
XXXV. Advertisement Number : A 109-12
1.) Contract Name : Concreting of Barangay Road
2.) Contract Location : Abijilan, Garcia-Hernandez, Bohol
3.) Brief Description : Supply and delivery of construction materials for the Concreting Of
Brgy. Road, Abijilan, Garcia-Hernandez, Bohol
4.) Total Approved Budget
for the Contract : PhP 171,576.45
5.) Contract Duration : 10 Calendar days
6.) Bid Documents : PhP 100.00
XXXVI. Advertisement Number : A 110-12
1.) Contract Name: Rehabilitation of Barangay Road
2.) Contract Location: Canhaway, Guindulman, Bohol
3.) Brief Description: Supply and delivery of construction materials for the Rehab of Brgy.
Road, Canhaway, Guindulman, Bohol
4.) Total Approved Budget
for the Contract: PhP 103,980.00
5.) Contract Duration: 10 Calendar days
6.) Bid Documents: PhP 100.00
Bidding will be conducted through open competitive bidding procedures in accordance with R.A.
9184 and its Revised Implementing Rules and Regulations.
To bid for this contract, a supplier must submit a Letter of Intent (LOI) and must meet the
following major criteria: (a) Prior registration with the Philippine Government Electronic Procurement
System (PHILGEPS) and DPWH registry, (b) Filipino citizen or 60% Filipino-owned partnership/
corporation, (c) completion of a similar contract costing at least 50% of ABC, and (d) Net Financial
Contracting Capacity at least equal to ABC, or credit line commitment for at least 10% of ABC. The
BAC will use non-discretionary pass/fail criteria in the eligibility check, preliminary examination of bids.
Unregistered suppliers, however, shall submit their applications for registration (Suppliers
Registration Certifcate), to the DPWH Bohol 3
rd
District Engineering Offce, Brgy. Sawang, Guindulman,
Bohol before the deadline set below for the receipt of LOIs. The DPWH Bohol 3
rd
District Engineering
Offce will only process suppliers applications for registration, with complete registration requirements.
The signifcant times and deadlines of procurement activities are shown below:
1. Receipt of LOIs from Prospective Bidders Deadline: Nov. 20, 2012 - 5:00 PM
2. Issuance of Bidding Documents Nov. 9 Nov. 27, 2012 - 9:00 AM
3. Receipt of Bids Nov. 27, 2012 -10:00 AM
4. Opening of Bids Nov. 27, 2012 -10:15 AM
Prospective bidders shall submit their duly accomplished forms as specifed in the Bidding
Documents (BDs) in two (2) separate sealed bid envelopes to the BAC Chairman. The frst envelope
shall contain the technical component of the bid, including the eligibility requirements. The second
envelope shall contain the fnancial component of the bid. Contract will be awarded to the Lowest
Calculated Responsive Bid as determined in the bid evaluation and the post-qualifcation.
Prospective bidders may download the Letter of Intent (LOI) from the DPWH website
www.dpwh.gov.ph. The BAC will issue hard copies of LOI Forms at BAC Offce Bohol 3
rd
District Engineering
Offce Brgy. Sawang, Guindulman, Bohol, upon payment of a non-refundable fee of PhP100.00 each for
Advertisement Nos. A-080-12, A-081-12, A-083-12 to A-088-12, A-091-12 to A-098-12, A-101-12, and A-106-
12 to A-110-12; PhP300.00 for Advertisement No. A-076-12; PhP 400.00 for Advertisement Nos. A-075-12,
A-082-12, A-089-12, A-099-12 and A-102-12; PhP600.00 for Advertisement No. A-104-12; PhP1,000.00 for
Advertisement No. A-077-12 and PhP1,200.00 for Advertisement No. A-078-12. Prospective bidders that
will download the LOI forms shall pay the same amount upon submission of their accomplished LOIs at the
same address.
Prospective bidders may also download the Bidding Documents (BDs), if available, from the
DPWH website. The BAC will also issue hard copies of the BDs at the same address to prospective
bidders upon payment of a non-refundable fee as scheduled in each contract. Prospective bidders that
will download the BDs from the DPWH website shall pay the said fees upon the submission of their
bids. Bids must accomplished by a bid security in any acceptable form in the amount stated in Section
27.2 of the Revised IRR.
The Bohol 3rd District Engineering Offce Brgy. Sawang, Guindulman, Bohol reserves the right
to accept or reject any bid and to annul the bidding process anytime before Contract award, without
incurring any liability to the affected bidders.
Approved by:
(Sgd.) AFIALITA M. DANIEL
Engineer III
BAC Chairman
Noted:
(Sgd.) EDILBERTO R. ATIVO
District Engineer
(MST-NOV. 12, 2012)
Classifeds
ManilaStandardToday
adv.mst@gmail.com
NOVEMBER 12, 2012 MONDAY
D8
Page Compositor: Diana Keyser Punzalan