section vi. bidding forms · 2019-11-05 · total abc (₱) ☐ 1 rizal avenue, balangasan...

32
Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID Page 79 of 139 Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ Section VI. Bidding Forms

Upload: others

Post on 15-Mar-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 79 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

Section VI.

Bidding Forms

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 80 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

BIDDING FORMS

TABLE OF CONTENTS

Annex No. Particulars Page No.

Annex I Statement of All Ongoing Government and Private Contracts, whether similar or not similar in nature

81

Annex I-A Statement of Single Largest Completed Design and Build Contract

82

Annex II Certificate of Net Financial Contracting Capacity (NFCC) 83

Annex III Bid-Securing Declaration 84-85

Annex IV-A Technical Bid Form 86-97

Annex IV-B1 Terms of Reference 98-107

Annex IV-C Affidavit of Undertaking 111-112

Annex IV-D Bid Evaluation Criteria for Design Plans 113-116

Annex IV-E Evaluation Criteria for Final Acceptance of Design and Plans

113-116

Annex V Curriculum Vitae 117-118

Annex VI Affidavit of Site Inspection 119

Annex VII Certificate of Performance Evaluation 120

Annex VIII Omnibus Sworn Statement 121-124

Annex IX-A Financial Bid Form 125-126

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 81 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

ANNEX I (BIDDER’S COMPANY LETTERHEAD)

Design and Build of Pagadian City and Navotas City Fire Stations

for the Bureau of Fire Protection-National Headquarters (BFP-NHQ)

Bid Ref. No. GPG-B2-2019-487 REBID (Previous Bid Ref. No. GPG-B2-2019-116)

PLEASE CHECK

THE LOT BEING BID

LOT

NO. DESCRIPTION

TOTAL ABC

(₱)

☐ 1 Rizal Avenue, Balangasan District,

Pagadian City, Zamboanga del Sur 30,117,073.47

☐ 2 M. Naval Street, Sipac-Almacen,

Navotas City, District II 7,239,881.53

Statement of All On-Going Government and Private Contracts, including contracts awarded

but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid

NAME OF THE CONTRACT

DATE OF THE CONTRACT

CONTRACT DURATION

NATURE OF WORK

OWNER’S NAME AND ADDRESS

CONTRACTOR’S ROLE

(whether sole contractor, subcontractor, or partner in

a JV and percentage of participation)

TOTAL CONTRACT VALUE AT AWARD

DATE OF

COMPLETION OR ESTIMATED

COMLETION TIME

TOTAL CONTRACT VALUE AT

COMPLETION, IF APPLICABLE

PERCENTAGES OF PLANNED & ACTUAL

ACCOMPLISHMENTS, IF APPLICABLE

VALUE OF OUTSTANDING WORKS, IF APPLICABLE

Note: Copies of POs/Contracts to be submitted only during Post Qualification if declared as the S/LCB.

CERTIFIED CORRECT:

________________________________________________ Name & Signature of Authorized Representative

______________________________________

Position ____________________________

Date

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 82 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

ANNEX I-A

(BIDDER’S COMPANY LETTERHEAD)

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection-National Headquarters (BFP-NHQ)

Bid Ref. No. GPG-B2-2019-487 REBID (Previous Bid Ref. No. GPG-B2-2019-116)

PLEASE CHECK

THE LOT BEING BID

LOT

NO. DESCRIPTION

TOTAL ABC

(₱)

☐ 1 Rizal Avenue, Balangasan District,

Pagadian City, Zamboanga del Sur 30,117,073.47

☐ 2 M. Naval Street, Sipac-Almacen,

Navotas City, District II 7,239,881.53

Statement of Single Largest Completed Design and Build Contract

equivalent to at least fifty (50%) of the ABC

For purposes of this project, “similar contracts” shall refer to contracts involving Design and Build of Vertical Structures.

Copy of any of the following documents must be attached to this Statement:

1) Constructor’s Performance Evaluation Summary (CPES) Final Rating which must be Satisfactory, or

2) Owner’s Certificate of Acceptance, or

3) Owner’s Certificate of Completion

CERTIFIED CORRECT:

________________________________________________

Name & Signature of Authorized Representative

______________________________________ Position

____________________________ Date

NAME OF THE CONTRACT

CONTRACT DURATION

AND NATURE OF WORK

OWNER’S NAME AND ADDRESS

CONTRACTOR’S ROLE (whether sole

contractor, subcontractor, or

partner in a JV and percentage of participation)

TOTAL CONTRACT VALUE AT

AWARD

DATE OF COMPLETION

OR ESTIMATED COMPLETION

TIME

DATE OF CONTRACT OR NOTICE

TO PROCEED

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 83 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

ANNEX II (BIDDER’S COMPANY LETTERHEAD)

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection-National Headquarters (BFP-NHQ)

Bid Ref. No. GPG-B2-2019-487 REBID (Previous Bid Ref. No. GPG-B2-2019-116)

PLEASE CHECK

THE LOT BEING BID

LOT

NO. DESCRIPTION

TOTAL ABC

(₱)

☐ 1 Rizal Avenue, Balangasan District,

Pagadian City, Zamboanga del Sur 30,117,073.47

☐ 2 M. Naval Street, Sipac-Almacen,

Navotas City, District II 7,239,881.53

INDICATE TOTAL ABC (₱) FOR ALL THE LOTS BEING BID:

CERTIFICATE OF NET FINANCIAL CONTRACTING CAPACITY (Please show figures at how you arrived at the NFCC)

This is to certify that our Net Financial Contracting Capacity (NFCC) is Philippine Pesos _____________________________________________________________________ (₱_________________) which is at least equal to the total ceiling price we are bidding. The amount is computed as follows:

CA = Current Assets ₱

Less: -

CL = Current Liabilities

Sub-Total 1 ₱

X 15

Sub-Total 2 ₱

Less: -

C =

value of all outstanding or uncompleted portions of the projects under on-going contracts, including awarded contracts yet to be started coinciding with the contract for this Project

NFCC ₱

Issued this ______day of ______________, 2019.

____________________________________________ Name & Signature of Authorized Representative

____________________________________ Position

____________________________________ Date

Notes: 1. The value of all outstanding or uncompleted contracts refers to those listed in Annex I. 2. The detailed computation must be shown using the required formula provided above. 3. The NFCC computation must at least be equal to the ABC of the project.

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 84 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

ANNEX III (Page 1 of 2)

REPUBLIC OF THE PHILIPPINES ) CITY OF ____________________ ) S.S.

BID-SECURING DECLARATION (Separate Bid Security per Lot)

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – National Headquarters

Bid Ref. No. GPG-B2-2019-487 REBID (Previous Bid Ref. No. GPG-B2-2019-116)

PLEASE CHECK

THE LOT BEING BID

LOT

NO. DESCRIPTION

TOTAL ABC

(₱)

☐ 1 Rizal Avenue, Balangasan District,

Pagadian City, Zamboanga del Sur 30,117,073.47

☐ 2 M. Naval Street, Sipac-Almacen,

Navotas City, District II 7,239,881.53

To: PHILIPPINE INTERNATIONAL TRADING CORPORATION NDC Building, 116 Tordesillas St., Salcedo Village, Makati

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid Security, which may be in the form of a Bid-Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract with any procuring entity for a period of two (2) years upon receipt of your Blacklisting Order; and, (b) I/we will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing Declaration1, within fifteen (15) days from receipt of the written demand by the procuring entity for the commission of acts resulting to the enforcement of the bid securing declaration under Sections 23.1 (b), 34.2, 40.1 and 69.1, except 69.1 (f), of the IRR of RA 9184; without prejudice to other legal action the government may undertake.

3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the following circumstances:

(a) Upon expiration of the bid validity period, or any extension thereof pursuant to your request;

(b) I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of said right;

(c) I am/we are declared as the bidder with the Single/Lowest Calculated and Responsive Bid, and I/we have furnished the performance security and signed the Contract.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month] [year] at [place of execution].

[Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE]. [Insert signatory’s legal capacity]

Affiant ---------------------------------------------------------- 1Issued by the GPPB through GPPB Resolution 03-2012 on 27 January 2012.

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 85 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

ANNEX III

(Page 2 of 2) SUBSCRIBED AND SWORN to before me this _____ day of [month] [year] at [place of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no. ______ and his/her Community Tax Certificate No. _______ issued on ______ at ______. Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC Serial No. of Commission ___________ Notary Public for ______ until _______ Roll of Attorneys No. _____ PTR No. __, [date issued], [place Issued] IBP No. __, [date issued], [place issued]

Doc. No.

Page No.

Book No.

Series of

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 86 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

PLEASE USE THIS BID FORM

DO NOT RETYPE OR ALTER

ANNEX IV-A1 (Page 1 of 6)

PHILIPPINE INTERNATIONAL TRADING CORPORATION

TECHNICAL BID FORM

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection-National Headquarters (BFP-NHQ)

Bid Ref. No. GPG-B2-2019-487 REBID (Previous Bid Ref. No. GPG-B2-2019-116)

LOT 1 – PAGADIAN CITY

INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (on every line) under Bidder’s Statement of Compliance if bidder can meet the required technical specifications and project requirements. DO NOT LEAVE ANY BLANK. A “YES” OR “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Technical Requirements Bidder’s Statement

of Compliance

1. Design and Build of the Provincial Office with City Fire Station Building, Balangasan, Pagadian City (a) Terms of Reference as of September 11, 2019

Provincial Office with City Fire Station (Annex IV-B1)

Project Site: Rizal Avenue, Balangasan District, Pagadian City, Zamboanga Del Sur

(b) Evaluation Criteria for Design Plans (Annex IV-D) (c) Evaluation Criteria for the Final Acceptance Design and Plans (Per Site)

(Annex IV-E) (d) Per the Project’s Terms of Reference, Design Criteria and Specifications as

shown in the Drawings/Plans – provided in a CD

2. Design and Completion of the Works is within Three Hundred Sixty (360) calendar days upon receipt of Notice to Proceed as follows:

Design Component (preparation of Detailed Architectural, Interior Design and Engineering, presentation and approvals, permit acquisition)

60 calendar days from receipt of the Notice of Proceed

Construction Component including post construction evaluation, testing and commissioning

300 calendar days from receipt of the Notice to Construct

Total calendar days 360 calendar days

Please indicate brand name and model number of the following items being offered:

AIR CONDITIONING UNIT/S (Split Type Inverter): ________________________________________________

DIESEL GENERATOR SET: ___________________________________________________________________

BIDDER’S UNDERTAKING I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby bid to

(supply/deliver/perform) the above-described items. I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including

the posting of the required performance security within ten (10) calendar days from receipt of the Notice of Award. Until a formal contract is prepared and signed, this Bid is binding on us.

__________________________________________ Name of Company (in print)

____________________________________________ Signature of Company Authorized Representative

________________________________ Name & Designation (in print)

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 87 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

PLEASE USE THIS BID FORM

DO NOT RETYPE OR ALTER

ANNEX IV-A1 (Page 2 of 6)

PHILIPPINE INTERNATIONAL TRADING CORPORATION

TECHNICAL BID FORM

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection-National Headquarters (BFP-NHQ)

Bid Ref. No. GPG-B2-2019-487 REBID (Previous Bid Ref. No. GPG-B2-2019-116)

LOT 1 – PAGADIAN CITY

INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (on every line) under Bidder’s Statement of Compliance if bidder can meet the required technical specifications and project requirements. DO NOT LEAVE ANY BLANK. A “YES” OR “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Bid Evaluation Procedure Bidder’s Statement

of Compliance

3. Bid Evaluation (per Annex G of the 2016 Revised IRR of RA No. 9184): For the detailed evaluation of the design and build proposals, a two-step procedure shall be adopted by the BAC, which may be undertaken with the assistance of the Design and Build Committee.

A. First-Step Procedure: The first step of the evaluation shall involve the review of the preliminary conceptual designs and track record submitted by the contractor as indicated in the Bidding Documents using a non-discretionary “pass and fail” criteria that involve compliance with the following requirements:

(a) Adherence of preliminary design plans to the required performance specifications and parameters and degree of details;

(b) Concept of approach and methodology for detailed engineering, design and construction with emphasis on the clarity, feasibility, innovativeness and comprehensiveness of the plan approach and the quality of the interpretation of project problems, risks and suggest solutions;

(c) Quality of personnel to be assigned to the project which covers suitability of key staff to perform duties of the particular assignments and general qualifications and competence including education and training of key staff.

(d) For complex or unique undertakings, such as those involving highly specialized or advanced engineering technology, eligible bidders may be required, at the option of the agency concerned, to make an oral presentation within fifteen (15) calendar days after the deadline for submission of technical proposals,

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby bid to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice

of Award. Until a formal contract is prepared and signed, this Bid is binding on us.

__________________________________________

Name of Company (in print) ____________________________________________

Signature of Company Authorized Representative ________________________________

Name & Designation (in print)

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 88 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

PLEASE USE THIS BID FORM

DO NOT RETYPE OR ALTER

ANNEX IV-A1 (Page 3 of 6)

PHILIPPINE INTERNATIONAL TRADING CORPORATION

TECHNICAL BID FORM

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection-National Headquarters (BFP-NHQ)

Bid Ref. No. GPG-B2-2019-487 REBID (Previous Bid Ref. No. GPG-B2-2019-116)

LOT 1 – PAGADIAN CITY

INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (on every line) under Bidder’s Statement of Compliance if bidder can meet the required technical specifications and project requirements. DO NOT LEAVE ANY BLANK. A “YES” OR “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Bid Evaluation Procedure Bidder’s Statement

of Compliance

4. B. Second-Step Procedure:

Only those bids that passed the above criteria shall be subjected to the second step of evaluation.

The BAC shall open the financial proposal of each “passed” bidder and shall evaluate it using non-discretionary criteria – including arithmetical corrections for computational errors – as stated in the Bidding Documents, and thus determine the correct total calculated bid prices. The BAC shall automatically disqualify any total calculated bid price which exceeds the ABC. The total calculated bid prices (not exceeding the ABC) shall be ranked, in ascending order, from lowest to highest. The bid with the lowest total calculated bid price shall be identified as the Lowest Calculated Bid (LCB).

Additional Requirements during Post-Qualification if declared as Lowest/Single Calculated Bidder

5. Valid and current PRC License/s or relevant Certificate/s of the Contractor’s Design Team and Contractor’s Personnel to be assigned to the project.

BIDDER’S UNDERTAKING I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable,

hereby bid to (supply/deliver/perform) the above-described items. I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days

from receipt of the Notice of Award. Until a formal contract is prepared and signed, this Bid is binding on us.

__________________________________________

Name of Company (in print) ____________________________________________

Signature of Company Authorized Representative ________________________________

Name & Designation (in print)

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 89 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

PLEASE USE THIS BID FORM

DO NOT RETYPE OR ALTER

ANNEX IV-A1 (Page 4 of 6)

PHILIPPINE INTERNATIONAL TRADING CORPORATION

TECHNICAL BID FORM

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection-National Headquarters (BFP-NHQ)

Bid Ref. No. GPG-B2-2019-487 REBID (Previous Bid Ref. No. GPG-B2-2019-116)

LOT 1 – PAGADIAN CITY

INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (on every line) under Bidder’s Statement of Compliance if bidder can meet the required technical specifications and project requirements. DO NOT LEAVE ANY BLANK. A “YES” OR “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Requirements if awarded the contract Bidder’s Statement

of Compliance

6. List of contractor’s personnel to be assigned to the project, such as but not limited to the following: With at least five (5) years experience (Full-Time at the Project Site)

Foreman Health and Safety Practitioner/Safety Officer, Required if Site Quality

Control Engineer or Architect is not Certified Practitioner (must have Certificate as Practitioner on Construction Occupational Safety Health (COSH) issued by Department of Labor and Employment, Occupational Safety and Health Center)

together with: Complete qualification and experience with attached Bio-Data

(Please use template per Annex V)

7. Submission of Operating and Maintenance Manuals for the following: Aircon Diesel Generator Set

8. Submission of Manufacturer’s Warranty Certificate for the following: Aircon Diesel Generator Set

9. Replacement of defective items: a) Contractor shall replace any newly delivered unit or part/s of the unit

found to be defective and with failures. b) Replacement of the defective unit or part/s of the unit shall be made

within fifteen (15) calendar days after receipt of the Notice from BFP c) All expenses shall be for the account of the Contractor.

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby bid to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days

from receipt of the Notice of Award. Until a formal contract is prepared and signed, this Bid is binding on us.

__________________________________________

Name of Company (in print) ____________________________________________

Signature of Company Authorized Representative ________________________________

Name & Designation (in print)

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 90 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

PLEASE USE THIS BID FORM

DO NOT RETYPE OR ALTER

ANNEX IV-A1 (Page 5 of 6)

PHILIPPINE INTERNATIONAL TRADING CORPORATION

TECHNICAL BID FORM

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection-National Headquarters (BFP-NHQ)

Bid Ref. No. GPG-B2-2019-487 REBID (Previous Bid Ref. No. GPG-B2-2019-116)

LOT 1 – PAGADIAN CITY

INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (on every line) under Bidder’s Statement of Compliance if bidder can meet the required technical specifications and project requirements. DO NOT LEAVE ANY BLANK. A “YES” OR “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Requirements if awarded the contract Bidder’s Statement

of Compliance

10. Submission of a Warranty Certificate was issued in favor of the BFP for the Design and Build of Pagadian City Fire Stations for the Bureau of Fire Protection-National Headquarters – To cover warranty from structural defects/failures for fifteen (15) years from date of final acceptance.

11. The Contractor shall submit a Detailed Program of Work within fourteen (14) calendar days after issuance of the Notice to Proceed for approval of the BFP Authorized Representative, that shall include among others;

a) The order in which it intends to carry out the work including anticipated timing for each stage of design/detailed engineering and construction.

b) Periods for review of specific outputs and any other submissions and approvals.

c) Sequence of timing for inspections and tests as specified in the contract documents.

d) General description of the design and construction methods to be adopted.

e) Number of names and personnel to be assigned for each stage of the work.

f) List of Equipment required on site for each major stage of the work.

g) Description of the quality control system to be utilized for the project.

BIDDER’S UNDERTAKING I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable,

hereby bid to (supply/deliver/perform) the above-described items. I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days

from receipt of the Notice of Award. Until a formal contract is prepared and signed, this Bid is binding on us.

__________________________________________ Name of Company (in print)

____________________________________________ Signature of Company Authorized Representative

________________________________ Name & Designation (in print)

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 91 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

PLEASE USE THIS BID FORM

DO NOT RETYPE OR ALTER

ANNEX IV-A1 (Page 6 of 6)

PHILIPPINE INTERNATIONAL TRADING CORPORATION

TECHNICAL BID FORM

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection-National Headquarters (BFP-NHQ)

Bid Ref. No. GPG-B2-2019-487 REBID (Previous Bid Ref. No. GPG-B2-2019-116)

LOT 1 – PAGADIAN CITY

INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (on every line) under Bidder’s Statement of Compliance if bidder can meet the required technical specifications and project requirements. DO NOT LEAVE ANY BLANK. A “YES” OR “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Requirements if awarded the contract Bidder’s Statement

of Compliance

12. Preparation and submission of all necessary detailed engineering investigations, surveys and designs in accordance with the provisions of Annex “A” of the 2016 Revised IRR of RA 9184

13. Joint Inspection to be conducted by BFP and PITC representatives ON PROGRESS BILLING and UPON COMPLETION OF WORK prior to its acceptance.

The Inspection Team shall be composed of Two (2) PITC representatives and Two (2) BFP representatives.

All expenses relative to inspection and acceptance shall be for the account of the Contractor including round trip airfare, inland transportation, board & lodging and per diem.

14. Applicable Permits and Licenses

15. As Built Plans signed and sealed by a Licensed Engineer/Licensed Architect

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby bid to (supply/deliver/perform) the above-described items. I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of Award. Until a formal contract is prepared and signed, this Bid is binding on us.

__________________________________________

Name of Company (in print) ____________________________________________

Signature of Company Authorized Representative ________________________________

Name & Designation (in print) ___________________

Date

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 92 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

PLEASE USE THIS BID FORM

DO NOT RETYPE OR ALTER

ANNEX IV-A2 (Page 1 of 6)

PHILIPPINE INTERNATIONAL TRADING CORPORATION

TECHNICAL BID FORM

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection-National Headquarters (BFP-NHQ)

Bid Ref. No. GPG-B2-2019-487 REBID (Previous Bid Ref. No. GPG-B2-2019-116)

LOT 2 - NAVOTAS

INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (on every line) under Bidder’s Statement of Compliance if bidder can meet the required technical specifications and project requirements. DO NOT LEAVE ANY BLANK. A “YES” OR “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Technical Requirements Bidder’s Statement

of Compliance

1. Design and Build of Navotas City Fire Stations for the Bureau of Fire Protection-National Headquarters (a) Terms of Reference as of September 11, 2019

Navotas City Fire Station (Annex IV-B2)

Project Site: M. Naval Street, Sipac-Almacen, Navotas City, District II, NCR

(b) Evaluation Criteria for Design Proposal (Annex IV-D) (c) Evaluation Criteria for the Final Acceptance Design and Plans (Per Site)

(Annex IV-E) (a) Per the Project’s Design Criteria and Specifications as shown in the

Drawings/Plans – provided in a CD

2. Design and Completion of the Works is within Two Hundred Ten (210) calendar days upon receipt of Notice to Proceed as follows: Design Component (preparation of Detailed Architectural, Interior Design and Engineering, presentation and approvals, permit acquisition)

30 calendar days from receipt of the Notice of Proceed

Construction Component including post construction evaluation, testing and commissioning

180 calendar days from receipt of the Notice to Construct

Total calendar days 210 calendar days

Please indicate brand name and model number of the following items being offered:

1.5 HP AIR CONDITIONING UNIT/S (Window Type): ________________________________________________

FIRE DETECTION AND ALARM SYSTEM: _______________________________________________________

BIDDER’S UNDERTAKING I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby bid to

(supply/deliver/perform) the above-described items. I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including

the posting of the required performance security within ten (10) calendar days from receipt of the Notice of Award. Until a formal contract is prepared and signed, this Bid is binding on us.

__________________________________________ Name of Company (in print)

____________________________________________ Signature of Company Authorized Representative

________________________________ Name & Designation (in print)

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 93 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

PLEASE USE THIS BID FORM

DO NOT RETYPE OR ALTER

ANNEX IV-A2 (Page 2 of 6)

PHILIPPINE INTERNATIONAL TRADING CORPORATION

TECHNICAL BID FORM

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection-National Headquarters (BFP-NHQ)

Bid Ref. No. GPG-B2-2019-487 REBID (Previous Bid Ref. No. GPG-B2-2019-116)

LOT 2 - NAVOTAS

INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (on every line) under Bidder’s Statement of Compliance if bidder can meet the required technical specifications and project requirements. DO NOT LEAVE ANY BLANK. A “YES” OR “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Bid Evaluation Procedure Bidder’s Statement

of Compliance

3. Bid Evaluation (per Annex G of the 2016 Revised IRR of RA No. 9184): For the detailed evaluation of the design and build proposals, a two-step procedure shall be adopted by the BAC, which may be undertaken with the assistance of the Design and Build Committee.

A. First-Step Procedure: The first step of the evaluation shall involve the review of the preliminary conceptual designs and track record submitted by the contractor as indicated in the Bidding Documents using a non-discretionary “pass and fail” criteria that involve compliance with the following requirements:

(a) Adherence of preliminary design plans to the required performance specifications and parameters and degree of details;

(b) Concept of approach and methodology for detailed engineering, design and construction with emphasis on the clarity, feasibility, innovativeness and comprehensiveness of the plan approach and the quality of the interpretation of project problems, risks and suggest solutions;

(c) Quality of personnel to be assigned to the project which covers suitability of key staff to perform duties of the particular assignments and general qualifications and competence including education and training of key staff.

(d) For complex or unique undertakings, such as those involving highly specialized or advanced engineering technology, eligible bidders may be required, at the option of the agency concerned, to make an oral presentation within fifteen (15) calendar days after the deadline for submission of technical proposals,

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby bid to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice

of Award. Until a formal contract is prepared and signed, this Bid is binding on us.

__________________________________________

Name of Company (in print) ____________________________________________

Signature of Company Authorized Representative ________________________________

Name & Designation (in print)

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 94 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

PLEASE USE THIS BID FORM

DO NOT RETYPE OR ALTER

ANNEX IV-A2 (Page 3 of 6)

PHILIPPINE INTERNATIONAL TRADING CORPORATION

TECHNICAL BID FORM

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection-National Headquarters (BFP-NHQ)

Bid Ref. No. GPG-B2-2019-487 REBID (Previous Bid Ref. No. GPG-B2-2019-116)

LOT 2 - NAVOTAS

INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (on every line) under Bidder’s Statement of Compliance if bidder can meet the required technical specifications and project requirements. DO NOT LEAVE ANY BLANK. A “YES” OR “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Bid Evaluation Procedure Bidder’s Statement

of Compliance

4. B. Second-Step Procedure:

Only those bids that passed the above criteria shall be subjected to the second step of evaluation.

The BAC shall open the financial proposal of each “passed” bidder and shall evaluate it using non-discretionary criteria – including arithmetical corrections for computational errors – as stated in the Bidding Documents, and thus determine the correct total calculated bid prices. The BAC shall automatically disqualify any total calculated bid price which exceeds the ABC. The total calculated bid prices (not exceeding the ABC) shall be ranked, in ascending order, from lowest to highest. The bid with the lowest total calculated bid price shall be identified as the Lowest Calculated Bid (LCB).

Additional Requirements during Post-Qualification if declared as Lowest/Single Calculated Bidder

5. Valid and current PRC License/s or relevant Certificate/s of the Contractor’s Design Team and Contractor’s Personnel to be assigned to the project.

BIDDER’S UNDERTAKING I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable,

hereby bid to (supply/deliver/perform) the above-described items. I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days

from receipt of the Notice of Award. Until a formal contract is prepared and signed, this Bid is binding on us.

__________________________________________

Name of Company (in print) ____________________________________________

Signature of Company Authorized Representative ________________________________

Name & Designation (in print)

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 95 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

PLEASE USE THIS BID FORM

DO NOT RETYPE OR ALTER

ANNEX IV-A2 (Page 4 of 6)

PHILIPPINE INTERNATIONAL TRADING CORPORATION

TECHNICAL BID FORM

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection-National Headquarters (BFP-NHQ)

Bid Ref. No. GPG-B2-2019-487 REBID (Previous Bid Ref. No. GPG-B2-2019-116)

LOT 2 - NAVOTAS

INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (on every line) under Bidder’s Statement of Compliance if bidder can meet the required technical specifications and project requirements. DO NOT LEAVE ANY BLANK. A “YES” OR “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Requirements if awarded the contract Bidder’s Statement

of Compliance

6.

List of contractor’s personnel to be assigned to the project, such as but not limited to the following: With at least five (5) years experience (Full-Time at the Project Site)

Foreman Health and Safety Practitioner/Safety Officer, Required if Site Quality

Control Engineer or Architect is not Certified Practitioner (must have Certificate as Practitioner on Construction Occupational Safety Health (COSH) issued by Department of Labor and Employment, Occupational Safety and Health Center)

together with: Complete qualification and experience with attached Bio-Data (Please use template per Annex V)

7. Submission of Operating and Maintenance Manuals for the following: Aircon(All Units) Fire Detection and Alarm System

8. Submission of Manufacturer’s Warranty Certificate for the following: Aircon Fire Detection and Alarm System

9. Replacement of defective items: a) Contractor shall replace any newly delivered unit or part/s of the unit

found to be defective and with failures. b) Replacement of the defective unit or part/s of the unit shall be made

within fifteen (15) calendar days after receipt of the Notice from BFP c) All expenses shall be for the account of the Contractor.

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby bid to (supply/deliver/perform) the above-described items.

I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days

from receipt of the Notice of Award. Until a formal contract is prepared and signed, this Bid is binding on us.

__________________________________________

Name of Company (in print) ____________________________________________

Signature of Company Authorized Representative ________________________________

Name & Designation (in print)

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 96 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

PLEASE USE THIS BID FORM

DO NOT RETYPE OR ALTER

ANNEX IV-A2 (Page 5 of 6)

PHILIPPINE INTERNATIONAL TRADING CORPORATION

TECHNICAL BID FORM

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection-National Headquarters (BFP-NHQ)

Bid Ref. No. GPG-B2-2019-487 REBID (Previous Bid Ref. No. GPG-B2-2019-116)

LOT 2 - NAVOTAS

INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (on every line) under Bidder’s Statement of Compliance if bidder can meet the required technical specifications and project requirements. DO NOT LEAVE ANY BLANK. A “YES” OR “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Requirements if awarded the contract Bidder’s Statement

of Compliance

10. Submission of a Warranty Certificate was issued in favor of the BFP for the Design and Build of Navotas City Fire Stations for the Bureau of Fire Protection-National Headquarters – To cover warranty from structural defects/failures for fifteen (15) years from date of final acceptance.

11. The Contractor shall submit a Detailed Program of Work within fourteen (14) calendar days after issuance of the Notice to Proceed for approval of the BFP Authorized Representative, that shall include among others;

a) The order in which it intends to carry out the work including anticipated timing for each stage of design/detailed engineering and construction.

b) Periods for review of specific outputs and any other submissions and approvals.

c) Sequence of timing for inspections and tests as specified in the contract documents.

d) General description of the design and construction methods to be adopted.

e) Number of names and personnel to be assigned for each stage of the work.

f) List of Equipment required on site for each major stage of the work.

g) Description of the quality control system to be utilized for the project.

BIDDER’S UNDERTAKING I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable,

hereby bid to (supply/deliver/perform) the above-described items. I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days

from receipt of the Notice of Award. Until a formal contract is prepared and signed, this Bid is binding on us.

__________________________________________ Name of Company (in print)

____________________________________________ Signature of Company Authorized Representative

________________________________ Name & Designation (in print)

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 97 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

PLEASE USE THIS BID FORM

DO NOT RETYPE OR ALTER

ANNEX IV-A2 (Page 6 of 6)

PHILIPPINE INTERNATIONAL TRADING CORPORATION

TECHNICAL BID FORM

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection-National Headquarters (BFP-NHQ)

Bid Ref. No. GPG-B2-2019-487 REBID (Previous Bid Ref. No. GPG-B2-2019-116)

LOT 2 - NAVOTAS

INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (on every line) under Bidder’s Statement of Compliance if bidder can meet the required technical specifications and project requirements. DO NOT LEAVE ANY BLANK. A “YES” OR “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Requirements if awarded the contract Bidder’s Statement

of Compliance

12. Preparation and submission of all necessary detailed engineering investigations, surveys and designs in accordance with the provisions of Annex “A” of the 2016 Revised IRR of RA 9184

13. Joint Inspection to be conducted by BFP and PITC representatives ON PROGRESS BILLING and UPON COMPLETION OF WORK prior to its acceptance.

The Inspection Team shall be composed of Two (2) PITC representatives and Two (2) BFP representatives.

All expenses relative to inspection and acceptance shall be for the account of the Contractor including round trip airfare, inland transportation, board & lodging and per diem.

14. Applicable Permits and Licenses

15. As Built Plans signed and sealed by a Licensed Engineer/Licensed Architect

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby bid to (supply/deliver/perform) the above-described items. I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of Award. Until a formal contract is prepared and signed, this Bid is binding on us.

__________________________________________

Name of Company (in print) ____________________________________________

Signature of Company Authorized Representative ________________________________

Name & Designation (in print) ___________________

Date

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 98 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

Annex IV-B1

Page 1 of 6

TERMS OF REFERENCE

CONFORME

________________________________________

Printed Name and Signature of

Authorized Representative

________________________________________

Bidder’s Name

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 99 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

Annex IV-B1 Page 2 of 6

CONFORME

________________________________________

Printed Name and Signature of

Authorized Representative

________________________________________

Bidder’s Name

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 100 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

Annex IV-B1 Page 3 of 6

CONFORME

________________________________________

Printed Name and Signature of

Authorized Representative

________________________________________

Bidder’s Name

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 101 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

Annex IV-B1

Page 4 of 6

CONFORME

________________________________________

Printed Name and Signature of

Authorized Representative

________________________________________

Bidder’s Name

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 102 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

Annex IV-B1

Page 5 of 6

CONFORME

________________________________________

Printed Name and Signature of

Authorized Representative

________________________________________

Bidder’s Name

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 103 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

Annex IV-B1 Page 6 of 6

CONFORME

________________________________________

Printed Name and Signature of

Authorized Representative

________________________________________

Bidder’s Name

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 104 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

Annex IV-B2 Page 1 of 5

TERMS OF REFERENCE

CONFORME

________________________________________

Printed Name and Signature of

Authorized Representative

________________________________________

Bidder’s Name

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 105 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

Annex IV-B2 Page 2 of 5

CONFORME

________________________________________

Printed Name and Signature of

Authorized Representative

________________________________________

Bidder’s Name

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 106 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

Annex IV-B2 Page 3 of 5

CONFORME

________________________________________

Printed Name and Signature of

Authorized Representative

________________________________________

Bidder’s Name

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 107 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

Annex IV-B2 Page 4 of 5

CONFORME

________________________________________

Printed Name and Signature of

Authorized Representative

________________________________________

Bidder’s Name

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 108 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

Annex IV-B2 Page 5 of 5

CONFORME

________________________________________

Printed Name and Signature of

Authorized Representative

________________________________________

Bidder’s Name

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 109 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

Annex IV-C Page 1 of 2

(BIDDER’S COMPANY LETTERHEAD)

AFFIDAVIT OF UNDERTAKING FOR THE

PROJECT’S DESIGN CRITERIA AND SPECIFICATIONS AS SHOWN IN THE DRAWINGS/PLANS

I/We, ____________________________________, of legal age, after having been duly sworn in accordance with law, hereby depose and state that:

1. I/We am/are the bidder/s in the Project: Design and Build of Pagadian City and Navotas

City Fire Stations for the Bureau of Fire Protection-National Headquarters.

2. I/We declare that I have read each and every page of the above-stated Project’s Design

Criteria and Specifications as shown in the Drawings/Plans for the Design and Build of

Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection-

National Headquarters, which we acknowledge to have received in PDF file, in a CD

on_______(Date)_______.

3. I/We understand that having issued this Affidavit of Undertaking, we conform to the

requirements of the above-stated Project as detailed in the Project’s Terms of Reference, Design Criteria and Specifications as shown in the Drawings/Plans for the Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection-National Headquarters; and that, in the event that the contract for the Project is awarded to us, we undertake to complete and accomplish our obligations in accordance with, among others the Terms of Reference, Design Criteria and Specifications.

4. This Affidavit forms part of our Technical Bid for the above-mentioned Project. 5. I/We are executing this Affidavit to attest to the truth of the foregoing facts.

IN WITNESS WHEREOF, we have hereunto set our hands and affix my/our signature/s on this ____ day of _______________________20__, in __________________ City.

____________________________________________ (Name of Affiant/Bidder’s Authorized Representative) ____________________________________________

Signature ______________________

Position in the Company ______________________

Date

Philippine International Trading Corporation Bid Ref. No. GPG-B2-2019-487 REBID

Page 110 of 139

Design and Build of Pagadian City and Navotas City Fire Stations for the Bureau of Fire Protection – NHQ

Annex IV-C Page 2 of 2

BEFORE ME, appear the person/s of ____________________________________ presenting the above Affidavit of Undertaking, who is/are personally known to me or identified by me through competent evidence of identity as defined by the Notarial Rules as the person/s who signed the document and in my presence taken an oath or affirmation before me as to such document.

WITNESS MY HAND AND SEAL, this ___ day of _______20__, in ___________.

Notary Public Doc. No._____ Page No._____ Book No._____ Series of 20__.