Authenticated copy of APP and any amendment thereto
2. Approved contract with the following a. Invitation to apply for eligibility to bid b. Letter of intent c. Results of eligibility checking d. ABC e. Invitation to bid f. Eligibility Requirements g. Instructions to bidders h. Terms of reference (for Consulting) i. Scope of work, where applicable j. Plans, Drawings and Technical specification k. Form of bid, price form, list of goods and bill of quantities l. Delivery time or schedule of completion m. Form, amount and validity period of bid security n. Form, amount and validity period of Performance and warranty security o. Form of contract and general and special conditions of contract p. Minutes of Prebid conference (ABC=P1mil and above) q. Agenda and supplemental Bulletins if any r. Bidders Technical and Financial Proposal s. Minutes of opening of Bid t. Abstract of Bids u. Post Qualification report of RTWG v. BAC Resolution Declaring winner w. Notice of post qualification x. Bac resolution recommending approval and approval of the Head of agency y. Notice of Award z. Performance security aa. Program of works and detailed estimate bb. Notice to proceed cc. Detailed breakdown of ABC dd. Copy of Approved PERT/CPM and detailed computation of contract time ee. Detailed breakdown of the Contract Cost ff. Copy of Advertisement of invitation to bid i. Newspaper clippinf (5mil and above – infra and 2mil and above for goods) ii. Print out copy of advertisement posted in Philgeps iii. Certification from the Head of the BAC Secretariat on the posting of advertisement at conspicuous places iv. Printout copies of the advertisement posted in agency website, if any. gg. Other requirements i. Registration certificate from SEC, DTI or CDA ii. Mayor’s permit iii. Tax clearance iv. Philgeps certificate of registration v. Infrastructure 1. Statement of all on-going Government and Private Contracts 2. PCAB license 3. Statement of SLCC 4. NFCC computation of Line of credit 5. Joint Venture agreement if applicable 6. Bid security in prescribed form 7. Organizational chart of contract 8. List of contractor’s personnel 9. List of contractor’s major equipment 10. Omnibus sworn statement 11. For foreign bidders – certification that Filipino are allowed to join bidding vi. Goods 1. Statement of all on-going Government and Private Contracts 2. Statement of SLCC 3. NFCC computation of Line of credit 4. Joint Venture agreement if applicable 5. Bid security in prescribed form 6. Technical specification/Delivery schedule/man power requirement, after sales service-parts 7. Omnibus sworn statement 8. For foreign bidders – certification that Filipino are allowed to join bidding vii. viii. 3. Letter request for advance/progress/final payment/substitution of retention money 4. Advance Payment a. Irrevocable standby Letter of Credits/Security Bond/Bank Guarantee b. Other documents necessary in auditorial review 5. Common to progress or final payments a. Statement of work accomplished/Progress Billing b. Inspection report by the Agency’s Authorized engineer c. Results of test analysis, if applicable d. Statement of time elapsed e. Monthly certificate of payment f. Contractor’s affidavit on payment of laborers and materials g. Pictures before, during and after construction of items of work h. Photocopy of vouchers and all previous payments i. Certificate of completion 6. Extrawork a. Copy approved change order (CO)/Extrawork Order b. Copy of the approved plans indicating the affected portions of the project and duly revised plans and specification c. Copy of agency report establishing the necessity/justification for the need of CO or EWO i. Computation as to the quantities of the additional work involved per item indicating specific stations where such work is needed ii. Date of inspection conducted and the result of inspection iii. Detailed estimate of the unit cost including those expressed in volume/area/lump/lot iv. Copy of the approved/revised PERT/CPM Network Diagram which shall be color coded, reflecting the effect of additional/deductive time on the contract period and the corresponding detailed computations for the additional/deductive time for the subject CO or EWO v. Copy of the approved detailed breakdown of contract cost for the variation order vi. Copy of the COA Technical evaluation report on the original contract vii. If the variation order is not the first, all of the above requirement for the for all approved variation order viii. Additional performance security if the variation order exceeds 10% of the original contract ix. Such other documents 7. Final Payment a. As Built plans b. Warranty security c. Clearance from the Provincial Treasurer that the corresponding sand and gravel fees has been paid (DPWH DO. No. 109 s. 1993) d. Copy of turn over documents/transfer of project and facilities such as motor vehicle, laptops, other equipment and furniture included 8. Release of retention money a. Any security to replace retention money b. Certification form the end user that the project is completed and inspected