Professional Documents
Culture Documents
S
I
N
S
I
D
E
Gianna Maniego, Editor
Dinna Chan Vasquez, Assistant Editor
EDUCATIONAL
TOYS INVESTMENT
Get to know the importance
of investing on educational
toys and how these help a
childs development.
The Iggy
TODAY Manila Standard
THURSDAY DECEMBER 6, 2012
END OF
THE WORLD
Will the world end
15 days from now?
Ed Biado tells you it
wont.
Posh holiday dining
ONE of the most exciting parts of Christmas season is the series of
breaks and simply coming together with friends and family. Of course,
this is already a gift in and of itselfbut a table with elegant fare to cel-
ebrate Christmasis truly irresistible and special. Presenting Chateau
1771 special sit down menu for Christmas, guaranteed a departure from
the typical as ensured by executive chef Vicky Rose Pacheco. For only
P1300+ for salmon or P1600+ for beef tenderloin main dish, get the best
of this 4-course menu inspired by the flavors of December.
Whether youre a beef or fish lover, Chateau 1771 offers more than
the usual. The 200g beef tenderloin en croute is something one can just
have and gorge during the usual day, so this dish is not only highly-
favored but the ultimate main course for Christmas. A classic dinner
favorite for special occasions, the carefully baked meat is seasoned in
sage and oregano, topped with a pan seared French foie gras.
For something irresistibly light and healthy but tasty, pan-seared
salmon is the best deal for its gently seasoned meat with natural flavors
that are sealed in perfectly. Low fat and brimming with omega-3 good-
ness, its served with an equally healthy cauliflower couscous and pink
pepper corn beuerre blanc in case youd like to add a kick of tang with
the fish.
Aside from these delectable dishes, you may opt to fire up the meal
with velvety and earthy Chestnut soup, or the luscious and briny three
peices oven-baked oysters. And to give your meal a sweet and delightful
ending, the chocolate-mint bche de nel (Yule log) is the best bet.
Comfort foods at your doorstep
WHEN youre cramming for a client presentation or school report,
or cant stay away from the screen while watching your favorite
TV series, while craving for your comfort foods, theres no more
reason not to satisfy that appetence because MoMo Caf now de-
livers your favorites right at your home or office doorstep.
If you cant enjoy your home cooking-inspired comfort food fix
inside MoMo Caf, you can get the next best thing, all thanks to
the restaurants new take-out and delivery services.
With a minimum purchase of P300, the restaurants two branch-
es will deliver within a radius of one kilometer. MoMo Eastwood
delivers on weekdays, 11 a.m. to 10 p.m., while the Ayala Triangle
branch delivers on weekdays, 7 a.m. to 11 a.m. and 2 p.m. to 10
p.m.; and Saturday and Sunday from 7 a.m. to 10 p.m. You can
now enjoy the homemade goodness of MoMos specialties such as the Creamy Crabby Seafood Casserole, the
Vongole Pizza, Burger Sliders, Sweet and Smokey Hickory BBQ Riblets, the Corn Dog Bucket, and Old-fashioned
Beer Battered Fish and Chips among others.
To place your orders, call MoMo Eastwood at 9001006 to 07, and MoMo Ayala Triangle at 6216161 to 62.
Healthy
is cool
S U G A R L E A F ,
foods that nourish
and healthy choic-
es continues to
innovate and mo-
tivate everyone to
eat and live health-
ily with Healthy
Is So Cool!, an
exciting year-long
photography com-
petition.
The Healthy
Is Cool is aimed
to showcase how
easy it is to sustain
a healthy lifestyle
whether youre a
busy office work-
er; a student eating
out with friends; or
a homemaker cooking up treats for the kids. The mechanics for
the photography contest is simple. Just take a photograph and/
or mini-video of yourself, family, friends enjoying Sugarleafs
menu or preparing a healthy dish at home using a camera, mo-
bile, laptop or computer and post it on Sugarleafs Facebook page
SugarleafPH. Alternatively, print the photograph and submit to
either Sugarleaf store in Makati or San Juan with your name and
contact details.
The photo could simply be of yourself indulging in a Goody Wrap
and smoothie; a group sharing food at the restaurant or take out at
home or in the ofce. It could also be an action shot of a mom and
kid preparing something using our organic vegetables and natural
products.
A select panel of judges will select a set of winners every
month who will be rewarded with P2,000 worth of restaurant
vouchers and/or workshop admissions. Out of the 12 monthly
winners selected, two will be selected as photo of the year and
will be rewarded on Sugarleafs anniversary with over P20,000
worth of Sugarleaf and Healthy Choices vouchers and workshop
admissions
Photos will become the property of Sugarleaf and used in its vari-
ous marketing materials to further spread the good news that Healthy
Is So Cool!
food crawl
SONY Philippines unveiled its
Christmas campaign--dubbed
Christmas for You--at Opus in
Resorts World Manila.
Christmas for You is really about
giving back to the people that matter,
something that we Filipinos are experts
at. Dont we spend our bonuses in buy-
ing gifts for our loved ones? Isnt the
Pinoy Christmas season the longest in
the world?
This holiday season, Sony want Fili-
pinos to make their wish list come true
and share their love in style not only
with products that are technologically
advanced, but can enhance how people
live, making life easier, says Sony
Philippines managing director Yasushi
Asaoka.
The campaign acknowledges the
importance of giving back this holiday
season, a simple, but timeless and strong
human emotion, which is especially pro-
nounced during the giving season that is
Christmas.
During the event, guests were pre-
sented with brochures of Sonys prod-
ucts, which were also on display, as a
sort of modern-day gift suggestions.
The launch of Christmas for you high-
lighted this seasons collection which
include the Bravia 4K LCD, the largest
4k at 84-inch and stunningly rich visu-
als from the HX955 and the EX slim and
light TV which brought viewers into the
action like never before.
Sony also showcased its fresh concept
of Touch PCs via its two new models the
VAIO Tap 20 and the VAIO Duo 11 - a
family tabletop PC and a handy laptop
and tablet in one.
Also on display was the ultimate in
mobile entertainment and the heart of
Sonys product convergencethe new-
est line of Xperia smartphones. The star
of the moment is James Bonds person-
al choice, the new Xperia TX.
Experience your perfect soundtrack
with the new range of Walkman digital
music players, highlighting the F & E
models. Even this seasons line-up of
headphones and speakers like the MDR-
1 are designed for supreme listening ex-
perience.
Sony also collaborates with Sanrios
famous cat, Hello Kitty, bringing every-
one an exciting world of ultra-detailed
hi- sound.
Capture stunning photos with Cyber-
shots newest RX100 and WX100 and
the newly launched A99, the pinnacle
of Sonys professional digital imaging
technology.
Guests were treated to a kaleidoscope
of visuals with all the coolest gadgets on
display for touch and try, indulging this
season will be easy with Sonys con-
nected world.
Sonys Christmas for You Campaign
will run from October 19, 2012 to Janu-
ary 20, 2013.
For more information on the Christ-
mas for you campaign and other Sony
product related inquiries, log on to www.
sony.com.ph.
Sony Philippines has denitely been
a brand that Filipinos has come and con-
tinue to love over the years. This Christ-
mas, we want to give back the love by
enabling them to bring home the Sony
that they have been wishing for, says
Asaoka.
hristmas
FOR YOU
Sony Vaio Tap 20
Sony Vaio Duo 11 Sony Bravia 4K LCD Sony Xperia TX Sony A99
By Dinna Chan Vasquez
CYAN MAGENTA YELLOW BLACK
CYAN MAGENTA YELLOW BLACK
THURSDAY C2
DECEMBER 6, 2012
home work relationships
standardlifestyle@gmail.com
Gianna Maniego, Editor
Dinna Chan Vasquez, Assistant Editor
ManilaStandardToday
dotcom
But did you know that
there are a lot of people
who sincerely believe
that the world will indeed
end on the 21st? The gov-
ernments of the United
States and Russia even
had to issue statements
promising their citizens
that the apocalyptic pre-
diction has no valid basis.
There wont be a comet
striking Earth, no inter-
planetary collisions, no
black hole interactions,
The end of the
WORLD
MYTH
By Ed Biado
QUIT your job, sell your house, go
to someplace exotic, spend all your
money and party like its the end of
the world! Because, you know what,
Earth will cease to exist in a few
days. Except, it wont. You do know
that the 2012 doomsday scenario is
a myth, right? So dont do anything stupid that
youll definitely regret when you wake up on Dec.
22 and realize that everything is exactly the same
as the day before.
no pole reversal, no Ar-
mageddon. Basically, ev-
eryone should just chill
the eff out!
However, conspiracy
theorists are relentless,
insisting that the end of
the world will coincide
with the end-date of the
Mesoamerican Long
Count calendar (or the
Mayan calendar, because
it was used by the Maya
civilization). The belief is
based on several awed
interpretations of ancient
Mayan text, astrological
alignments and numero-
logical computations.
Other predicted pos-
sibilities are not as cata-
strophic. The date is seen
by some as the beginning
of a new era (and the end
of the old world, as
we know it). They say
spiritual and/or biologi-
cal transformation and
a shift in human con-
sciousness will take
place. The website, www.
december212012. net ,
claims that the Mayans
predict[ed] that Earth
and humanity are about to
be birthed into a new real-
ity based on unity predi-
cated on [a] dramatic ad-
vance in consciousness.
No so-called evidence
in support of any phe-
nomenon has ever been
accepted by mainstream
scientists, scholars and
academics, including ex-
perts on Mayan studies.
The end of the world
has been predicted
many, many times be-
fore. Recent instances
include prophesies
of Har old Camping
of Family Radio and
Ronald Weinland of the
Church of God, Prepar-
ing for the Kingdom of
God. Campings widely
publicized claim that the
Rapture would occur on
May 21, 2011 obviously
failed to materialize,
leading him to revise
his prediction to Oct.
21, 2011. Weinland pro-
posed two dates as well,
Sept. 29, 2011 and May
27, 2012.
And guess what? Were
all still here.
THINKING of what to give this Christmas? Pick a
present that will set your loved ones on the road to
a healthy lifestyle. Gift them with the new Mega-
ber. It is the perfect choice to show you care for the
well-being of your family and friends.
Launched by the people who originally
brought you psyllium ber, the new Megaber,
now available at Mercury Drug and other major
drugstores nationwide, is an all-natural multi-
tasking ber supplement with many health ben-
ets. It is proven to help prevent constipation and
Irritable Bowel Syndrome, control diarrhea or
Loose Bowel Movement , reduce cholesterol and
the risk of heart diseases, lose weight and regu-
late blood sugar. It is a natural and safe way to
regularly rid the body of wastes that can lead to
digestive disorders and serious health conditions.
The new Megaber contains pure 100 per-
cent psyllium ber in every dose (the equiv-
SM Entertainment, one of the coun-
trys premiere entertainment provid-
ers, has tapped Smart Communica-
tions Inc. to promote their products
using the campaign services of the
telco. In an agreement that was for-
malized recently, SM Entertainment
will have co-branded, on-ground ac-
tivities with Smart that will benet
Smart subscribers, households, and
schools in urban areas. Under the
same agreement, SM Cinema's Christ-
mas ePlus card will likewise be avail-
able via Smarts RegaloTV airing
in the Middle East, enabling overseas
Filipino workers to send holiday gifts
to their loved ones in the Philippines
thru local vendors. Present are (from
left): Tisha Quinitio, marketing man-
ager, and Tina Mar iano, group head,
both from Smarts International Ser-
vices and Global Access; and Noel
Lor enzana, executive vice president
and head of Smarts Wireless Con-
sumer Division; with Edgar Tejer-
er o, senior vice president, Sahar a
J ean Gar nica, and Ash Mandhayan
of SM Entertainment, during the sign-
ing ceremony between Smart and SM.
To partner with Smart's campaign ser-
vices targeting OFWs, email interna-
tionalcampaigns@smart.com.ph.
KEEP your home clean and rid it of other threats, in par-
ticular the dreaded dust mites, those dangerous micro-or-
ganisms that can bring harm health-wise to anyone
regardless of age or gender. And the best way to
get rid of dust mites this Christmas in the home
of a relative or a friendor perhaps even your
own homeis by giving them the Raycop UVC
Anti-Allergy Cleaner.
Why dust mites? The most perilous part there
is by having direct contact with their drop-
pings or feces. Depending on the level of
allergic reaction of an individual to certain
allergens such as dust mites, it can cause
various respiratory problems like asthma
for children and also adults, colds, cough, or
even allergic rhinitis and skin
rashes to some.
Usual suspect places are
our beds and mattresses, car-
pets, pillows, curtains, blan-
kets and linens. Laying on these
places, particularly on mattresses
which would normally have around
100,000 to more than 10 million dust
mites, would surely have unpleasant
effects on your health.
With these in mind, theres no other
way but to kill those dust mites, and
Raycop UVC Anti-Allergy Cleaner
is so far the most ef-
fective way. It kills 99
percent of bacteria and
almost 94 percent of
dust mites, and also
even the fearsome H1N1 Inuenza A virus based on studies
done by the Tokyo Allergy Research Center and the Japan
Food Research Laboratories, through the use of its pat-
ented 3-step allergy care system: vibrating, sterilizing
and double-ltering.
Aside from using UVC (ultra-violet C rays,
which is less harmful to humans) rays, this new home
companion has a Vibrating Pad that shakes particles
and dust mites away from mattresses, pillows and
other fabrics and linens at a speed of 3,600 times
per minute, making sure that even the most stub-
born dust mites are removed.
Its UVC Sterilization lamp, using lamp tech-
nology from Philips and Sankyo that contains
a highly efcient and effective 253.7 nanome-
ter wavelength, the same germicidal ultraviolet
wavelength used in hospitals, clinics and labora-
tories, exterminates bacteria to leave target sur-
faces germ-free. And the Raycop cartridge lter
captures the larger particles and traps them so
they cannot go back to the room and helps ex-
tend the life of the Micro Allergy Filter, which
is the one that traps the smaller particles to make
sure they do not escape as well.
The Raycop UVC Anti-Allergy Cleaner is
available at Rustans Department Stores,
S & R, Landmark, Wilcon Builders
Libis and soon at Abensons. For
more information
about the Raycop
product line and
its outstanding fea-
tures, visit www.
raycop.com.
BEING a mother is not easy. Of-
tentimes, moms have to mul-
titask and juggle a multitude
of roles such as personal chef,
teacher, driver, cheerleader,
counselor, ATM machine and
best friend to her spouse and
children. And while these fam-
ily duties are fullling, they can
also make moms feel beat and ex-
hausted, making them perform below
par and putting them in a bad mood.
This is why it is important for
mothers to have some me-time. Ac-
cording to relationship and parenting
expert Maribel Dionisio, moms also
need to spend some time off their re-
sponsibilities.
Dionisio also shared that some
moms feel guilty and are reluctant to
take some time off and relax because
they are afraid of being viewed as ir-
responsible and selsh.
Dionisio, herself a mother of three,
said there are a lot of ways for moms to
spend their me-time. They can sleep or
take naps, exercise, read a good book,
listen to relaxing music, take a vaca-
tion, chat with friends, or pamper them-
selves with a spa or a mani-pedi.
Dionisio also advised moms to
avoid drainers. These are things, ac-
tivities, or people that consume their
energy, she added.
But moms dont really have to go
far to enjoy their well-deserved me-
time as a new form of relaxation is
available right within the comforts of
their own home. With the new Surf
Aromatherapy Fabric Conditioner,
moms can feel relaxed and recharged
even while doing their laundry.
Surf Aromatherapy Fabric Condi-
tioner is available in three variants,
Relaxing, Energizing and Purifying.
It also has 100 percent essential oils
that not only give moms soft and
great-smelling clothes, but also make
them experience the rejuvenating ef-
fects of aromatherapy.
Dionisio also said that another
importance of taking a break and at-
tending to their own needs is so that
moms can avoid always being tired
and irritable, which tends to damage
their relationship with their families.
At the end of the day, our ultimate
source of joy is still our family. Natu-
rally, we want our children to enjoy
being with us. But we have to realize
that it all starts with mothers who feel
good about themselves and take care
of themselves, she said.
Movie poster of the 2009 American sci- disaster lm which fueled the December 2012 doomsday rumor.
Have me-time to be a better mom
Spread tidings
of good health
Have a dust-free home
Smart, SM team up to provide
entertainment solutions
The importance
of investing in
educational toys
alent to 45grams of oats). There are no ad-
ditives, sweeteners, preservatives, articial
colors or avoring in new Megaber. It is also
cholesterol-free, yeast-free and gluten-free.
And because it is available in bigger packs at
the same retail price of other brands, theres
more ber goodness in every bottle or sachet
of the new Megaber at more value for your
money. Theres your extra reward for spread-
ing tidings of good health this Christmas.
FOR parents, no sight is more gratifying
than seeing ones child having the time
of his life by merely playing: pretending
to be a superhero; or building, breaking
and rebuilding colorful blocks.
Everything a baby learns during the
rst year of his life starts with the senses.
In fact, sensory stimulation actually
lights up key areas of a babys brain. It
is thus important for a parent to choose
a babys toys wisely and pick only ones
that stimulate the newborns sense and
development right from the start.
From six months to 2 years of age,
it is important to bring out the best in
the baby or toddler. This could be done
by encouraging them to play, learn and
discover to stimulate their imagination
and senses and introduce age-appropri-
ate concepts such as letters, numbers,
shapes, colors, sounds and textures.
Nowadays, there are cool, aspira-
tional and inspiring albeit age-appro-
priate computers for kids aged 4-10
for curriculum-related learning. There
are animated storytelling devices that
enable kids to watch the story and read
games. Sometimes, they come with par-
ent-friendly extras like reading records,
website-based progress trackers and
downloadable content.
Take note that advanced learning
through educational toys modied
with fun and games -- are good foun-
dations for your childs early develop-
ment and future role as a leader.
Among the products parents could
trust are Mega Bloks a family of
quality-trusted brands. Mega Bloks
has building blocks targeted to chil-
dren aged 6-24 months (Maxi), 3+
years (Mini), as well as for kids in pre-
school (Micro).
VTech Baby toys for newborns to
three-year-olds stimulate the senses
and interest in different concepts such
as textures, sounds, shapes and colors.
VTech Pre-School for 3 to 6-year-olds
market interactive toys that develop
the imagination of children and en-
courage language development; and
for 4 to10-year-olds, electric learning
computers. VTech also has interactive
e-reading systems and touch learning
systems.
CYAN MAGENTA YELLOW BLACK
CYAN MAGENTA YELLOW BLACK
DECEMBER 6, 2012 THURSDAY
C3
ManilaStandardTODAY
email: tech@mst.ph
Marlon Magtira, Editor
Tech
ManilaStandardToday
FedEx rolls out shipment-tracking app
By Marlon C. Magtira
GLOBAL PC provider Lenovo
announced Wednesday the availability
of IdeaPad Yoga 13 and ThinkPad Twist
Windows 8 ultrabook ip-and-fold
devices designed to redene the future
of computing.
Vicky Agorrilla, Lenovo Philippines country general manager
told Manila Standard that she expects the taking off of convertible
form factor in the country with the launch of these new multi-mode
devices.
The IdeaPad Yoga 13 and ThinkPad Twist convertibles are
incredible machines that reinforce Lenovos commitment to
continuously provide cutting-edge innovation. Our convertibles are
the perfect DO machines that users can seamlessly
integrate into every aspect of their lifestyle,
Agorilla said.
Agorilla cited a recent IDC report indicating
that Microsofts Windows 8 is set to bring a
new experience to PC users, likely to entice
consumers to experience the best of both
worlds PC and tablet and therefore
increasing PC and tablet adoption
rates . Agorilla also cited Gartner
saying that mobile techs huge impact
on businesses will continue to build,
predicting that by 2016, 40percent of
the workforce will be mobile.
In a statement sent to Manila
Standard, Lenovo Philippines said, the
IdeaPad Yogas revolutionary hinge allows it to uniquely
move 360 degrees and fold from laptop to tablet in one simple
motion.
As one of the worlds rst multi-mode Ultrabooks, Yoga 13
provides a high level of exibility between work and play without
compromises. Infused with powerful 3rd Generation Intel Core
i5 processor and running Windows 8, Yoga 13 provides laptop-
grade performance to get work done anywhere and all day with
its super slim 16.9 mm frame and eight hours of battery life,
it said.
The Yoga 13 has four modes of operation: laptop, tablet, tent and
stand so users can choose the most comfortable way for them to
edit les, compose documents, blog, listen to music, look at photos,
browse websites, video chat, and share the screen with other users.
The 12.5-inch ThinkPad Twist, designed for professionals
business and personal computing. It packages 3rd Generation i5
processors with Windows 8, storage up to 500 GB HDD, 24 GB
mSATA and the ThinkPad brands keyboard.
This notebook also includes dedicated software tools specically
for small business including Lenovo Solutions for Small Business
powered by Intel Small Business Advantage and Lenovo Solution
Center.
The two devices are featured with high denition 350nit IPS
display and Dolby Home Theatre audio system packed with mini-
HDMI jack. Like the Yoga 13, the ThinkPad Twist can convert
into four operation modes like the Stand, a great position for work
collaboration via the multi-touch screen.
Agorilla said the IdeaPad Yoga 13 will be available by end
December at Php60,995 while the ThinkPad Twist is now available
at Lenovo Exclusive Stores and authorized business partners at
Php57,990. tech.mst.ph
Lenovo launches
new multi-mode
devices in PH
FEDEX Express announced Wednesday the
launch of its SenseAware service initially in
two countries in Asia Pacic (Australia and
Singapore).
Developed by the FedEx Innovation team,
SenseAware is a comprehensive tracking
service that provides near-real-time data
about customer shipments and the ability to
share that information collaboratively with
business partners.
SenseAware utilizes a multi-sensor device,
deeply integrated with a powerful web-
based application, that enables customers
to access vital statistics of a shipment while
still in transit, including precise temperature
readings, exact location, and be alerted when
the shipment has been opened or exposed to
light.
Initially available in the U.S. only, the
SenseAware service can now help customers
monitor shipments and inventory in Australia,
Singapore, Canada and the U.K., and will be
further expanded to other markets in 2013,
said David Cunningham Jr., FedEx Express
Asia Pacic president.
FedEx customers can now better control
their supply chain and stay connected to their
most critical and time-sensitive shipments
in near real-time following the launch of
SenseAware 2000, the next-generation
information service powered by FedEx.
At FedEx, we are focused on delivering
signicant value to our customers through
services and technology that makes
international shipping efcient and
convenient, said Cunningham.
FedEx is continuously innovating and
building its portfolio of specialty services
to enhance the customer experience. With
the SenseAware expansion into Asia Pacic,
customers with the most specic and sensitive
requirements can now have more actionable
intelligence at their ngertips. This is truly
evolutionary for our customers in terms of
the way they view and monitor their critically
sensitive shipments, said Cunningham.
Shipments from industries such as
healthcare, life sciences, aerospace, the arts
and nancial institutions are often highly
valuable, regulated or extremely time
sensitive. These industries can benet from
the added level of visibility and monitoring
provided by SenseAware.
SenseAware is a rst-of-its-kind service
that provides near-real-time access to a
packages vital statistics within the in-
transit supply chain or stationary inventory
monitoring. The SenseAware service has the
ability to share that information continually
across global supply chain stakeholders.
First introduced in the United States in 2009,
SenseAware was originally designed to meet
the needs of the life science, biotechnology,
pharmaceuticals and healthcare industries.
Commonly monitored items include unique or
rare samples from clinical trials; temperature
sensitive pharmaceuticals; light sensitive
biological specimens; and highly valuable
items such as medical equipment. It won two
awards at the 2012 World Mail Awards in the
innovation and security category.
MICROSOFT Corp. is selling four times
as many Windows phones as this time last
year, helped by a new version of its phone
software for more powerful handsets with
faster screens, Chief Executive Ofcer Steve
Ballmer said.
Windows Phone 8 has been on sale
for a few weeks and is off to a great start,
Ballmer said at a shareholders meeting today.
Handsets made by HTC Corp. and Nokia are
getting rave reviews and have initially sold
out in many countries.
Microsoft is overhauling its product line
to remain relevant in the post-PC era. The
Redmond, Washington-based company
dominated the technology landscape during
the heyday of the personal computer in the
1990s and much of the last decade, yet has
been eclipsed in inuence by a resurgent
Apple Inc. and the rise of mobile devices
taking the place of PCs that run Microsofts
agship Windows operating system.
Windows 8 represents Microsofts biggest
change to its agship product in nearly two
decadesdesigned around a revamped home
screen featuring colorful tiles that launch
programs and update users with current
information from the Internet. On Oct. 26, the
same day Windows 8 went on sale, Microsoft
started selling Surface, a tablet computer
designed and built by the company.
Ballmer said Microsoft is seeing fantastic
demand for tablets and touch-screen PCs
featuring Windows 8. There are now 1,500
different machines running the software,
up from 1,000 when the operating system
debuted, he said.
There are now 120,000 applications
available for the Windows phone, Ballmer
said. He didnt specify how many phones
running the new software have been sold.
Bloomberg
Windows Phones surge
Republic of the Philippines
Department of public Works anD HigHWays
Palawan II District Engineering Offce
narra, palawan
i nvi tati on to Bi d
(MST-Dec. 6, 2012)
The DPWH-Palawan II District Engineering Offce, Narra, Palawan, through the FY 2013 Regular
Infra Projects intends to apply the hereunder Approved Budgets for the Contract to payments of
the corresponding contracts listed below. Bids received in excess of the ABC shall be automatically
rejected at bid opening.
1. a. Contract ID : 13EF0022
b. Contract Name : Upgrading of Puerto Princesa South Road,
k0137+390-k0137+690
c. Contract Location : Panitian Espaola, Palawan
d. Scope of Work : Removal of Existing Concrete Pavement, Structure Excavation,
Aggregate Base Course, PCCP (150mm thick), Reinforced
PCCP (280mm thick), Reinforcing Steelbars (Grade 40),
Structural Concrete Class A, Structural Concrete Class
B, and Road Safety Devices
e. Approved Budget for the Contract (ABC) : Php6,238,680.00
f. Contract Duration : 95 cal. days
2. a. Contract ID : 13EF0023
b. Contract Name : Replacement of Balitien Bridge I along Puerto Princesa South
Road
c. Contract Location : Narra, Palawan
d. Scope of Work : Bridge Excavation, Embankment, Aggregate Sub-Base, Pre-
Cast Concrete Piles, Test Piles, Reinforcing Steelbars (Grade
40 & 60), Structural Concrete Class A, Painting, Grouted
Riprap, Detour
e. Approved Budget for the Contract (ABC) : Php15,160,600.00
f. Contract Duration : 125 cal. days
3. a. Contract ID : 13EF0024
b. Contract Name : Replacement of Panalingaan Bridge along Palawan
Circumferential Road
c. Contract Location : Rizal, Palawan
d. Scope of Work : Removal of Existing Bailey Bridge, Bridge Excavation,
Embankment, Aggregate Sub-Base, PCCP (230mm thick),
Pre-Cast Concrete Piles, Test Piles, Reinforcing Steelbars
(Grade 40 & 60), Structural Concrete Class A, Painting,
Grouted Riprap, and road Safety Device
e. Approved Budget for the Contract (ABC) : Php28,935,480.00
f. Contract Duration : 175 cal. days
4. a. Contract ID : 13EF0025
b. Contract Name : Cluster I-1. Replacement of Molpog Bridge along Palawan
Circumferential Road, 2. Replacement of Sayab Bridge
I along Palawan Circumferential Road 3. Replacement
of Sayab Bridge 2 along Palawan Circumferential Road
c. Contract Location : Bataraza, Palawan
d. Scope of Work : Removal of Existing Timber Bridges, Bridge Excavation,
Embankment, Aggregate Sub-Base, PCCP (230mm thick),
Pre-Cast Concrete Piles, Test Piles, Reinforcing Steelbars
(Grade 40 & 60), Structural Concrete Class A, Painting,
Grouted Riprap, Detour and Road Safety Device
e. Approved Budget for the Contract (ABC) : Php1. 3,600,000.00
2. 7,291,200.00
3. 7,232,400.00
Php18,123,600.00
f. Contract Duration : 200 cal. days
5. a. Contract ID : 13EF0026
b. Contract Name : Cluster II-1. Replacement of Salongsong Bridge along
Quezon-Punta Baja Road, 2. Replacement of Sumurong
Bridge along Palawan Circumferential Road
c. Contract Location : Rizal, Palawan
d. Scope of Work : Removal of Existing Bailey Bridges, Bridge Excavation,
Embankment, Aggregate Sub-Base, PCCP (230mm
thick), Pre-Cast Concrete Piles, Test Piles, Reinforcing
Steel bars (Grade 40 & 60), Structural Concrete Class
A, Painting, Grouted Riprap, Detour and Road Safety
Devices
e. Approved Budget for the Contract (ABC) : Php1. 11,348,400.00
2. 11,395,440.00
Php22,743,840.00
f. Contract Duration : 150 cal. days
The DPWH-Palawan II District Engineering Offce, now invites bids for the above named projects.
Bidders should have completed a single largest completed contract (SLCC) equivalent to twenty
fve (25%) of 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-Palawan II District Engineering Offce
and inspect the Bidding Documents at the address given below from 8:00am-5:00pm.
A complete set of Bidding Documents (BDs) may be purchased by the interested Bidders from the
address below upon payment of a non-refundable fee for the Bidding Documents in the amount
shown in the table below. 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.
CONTRACT ID AMOUNT OF BID DOCUMENTS
13EF0022 Php 7,500.00
13EF0023 & 13EF0025 Php 12,000.00
13EF0024 Php 15,000.00
13EF0026 Php 18,000.00
The Pre-Bid Conference to be held at the Offce of the BAC, DPWH-Palawan II District Engineering
Offce, Narra, Palawan at 2:00pm, December 14, 2012 shall be open to all interested parties. Bids
must be delivered to the address below. 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 December 6-27, 2012
2. Deadline for payment of Bid Docs, Receipts
and Submission of Bids
10:00 a.m., December 27, 2012
3. Opening of Bids 02:00 p.m., December 27, 2012
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, 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 post-qualifcation.
The DPWH-Palawan II District Engineering Offce, Narra, Palawan 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:
KALIKOZAMAN T. TAHA
DPWH-Palawan II DEO
5303 Antipuluan, Narra, Palawan
09198108431
bac_dpwhnarra@yahoo.com
Approved by:
(Sgd.) eDDie r. uy
Engineer-III
BAC Chairman
ANNEX
CYAN MAGENTA YELLOW BLACK
CYAN MAGENTA YELLOW BLACK
DECEMBER 6, 2012 THURSDAY
C4
Isah V. Red, Editor standard.showbiz@gmail.com
showbitz
Manila Standard TODAY
ISAH V.
RED
SIMPLY RED
Ready, jump shot!
KAPUSO network
recently hosted a
star-studded trade
event for its valued
and loyal partners
on Nov. 28 at
Makati Shangri-La
Hotel.
No less than Chairman and CEO
Atty. Felipe L. Gozon, President
and COO Gilberto R. Duavit,
Jr., Executive Vice President and
CFO Felipe S. Yalong; President
and COO of GMA Marketing and
Productions, Inc Lizelle G. Mar-
alag led the networks launch of its
major projects for the latter part of
this year and rst quarter of next
year.
Advertising executives wit-
nessed Kapusos showcase of pro-
gramming line up highlighted with
performances from the networks
stable of stars.
Among the programs introduced
to the advertisers were Pahiram ng
Sandali with Lorna Tolentino,
Christopher de Leon, Max Col-
lins and Dingdong Dantes; Temp-
tation of Wife with Dennis Trillo,
Glaiza de Castro, Rafael Rosell
and Marian Rivera; and the high-
ly-anticipated fantasy series, Indio
with Ramon Bong Revilla, Jr.
who will be with Rhian Ramos,
Sarah Lahbati, Alden Richards,
Michael de Mesa, Sam Pinto,
Rachelle Ann Go, and Jennylyn
Mercado.
Advertisers had the chance to
meet and greet the cast of Indio in
their grand costumes at the GMA
Telebabad booth.
At the event as well were the
stars of the networks Afternoon
Prime, like Yesterdays Bride (Lovi
Poe, Rocco Nacino, Luis Alan-
dy, Ara Mina, Mark Bautista);
Sana Ay Ikaw Na Nga (Mikael
Daez, Andrea Torres, Gabby
Eigenmann); Magdalena (Bela
Padilla, Ryan Eigenmann, Dion
Ignacio, Pancho Magno, Lexi
Fernandez); Paroa: Ang Kwento
ni Mariposa (Barbie Forteza and
Derrick Monasterio); and morn-
ing show, Cielo de Angelina, (Bea
Binene and Jake Vargas).
Mel Tiangco graced the trade
PUT a touch of genius into your photography. Shoot pictures be-
yond a mere recording experience. Shots that leap off the page
and hit you between the eyes; a waterfall so real you feel the
drops in your skin; a childs smile that warms you even when
you stop looking; what do you have to do to get great shots like
these?
With many years of experience, acclaimed photographer
Mandy Navasero will teach you how to take those special shots
youll be proud of. She is an enthusiastic mentor who enjoys
sharing insights and techniques that will make you a better and
skillful photographer.
Mandy Navasero is a graduate of Brooks Institute of Photog-
raphy in Santa Barbara, California, major in Advertising and Il-
lustration.
Her next Batanes Photo Safari is open to local and foreign
tourists, hobbyists and non-photographers, scheduled on Feb. 14-
18 (dental mission-two days tour and two days dental mission);
Mar. 1-4; Mar. 7-30 (Holyweek) up to April 1 for those interested
to visit the third island of BatanesItbayat. April 27-30; Jun. 1-4,
2013. Batanes couldnt offer more varied and photogenic loca-
tions. Each day provides unmatched opportunities to capture the
islands environmental diversity and natural beauty. Not to men-
tion the rugged shoreline and deep blue sea in summer.
Mandy Navasero prides herself on working very hard to make
the experience worth the time, money, and enthusiasm. Each trip
is fun, informative, and a really good adventure for everyone.
She puts heart and soul into each workshop. There are great op-
portunities for super images, playtime for all get lost in child-
hood dreams with colorful bandanas ying like ags of footloose
hearts, and good camaraderie among participants. You will re-
member Batanes Photo Safari not only by the photos you take
THE Philippine premiere of Brillan-
te Mendozas Thy Womb was held at
SM Lanang Premier in Davao. The
lm will be shown at SM Cinemas
nationwide on Dec. 25.
The event coincided with the
Film Development Council of the
Philippines (FDCP) series of ac-
tivities including lm festivals and
the International Film Expo at the
cinemas and SMX of the mall.
A joint project of the FDCP,
Centerstage Productions, and SM
Lanang Premier, the premiere was
highlighted by the announcement
that the lm had won yet another
set of awardsBrillante Mendoza
as Best Director and Nora Aunor
as Best Actressin the Asia Pa-
cic Screen Awards in Brisbane,
Australia.
Thy Womb earlier received three
awards at the prestigious Venice
International Film Festival: Bisato
DOro, La Navicella or Venezia
Cinema prize, and the P. Nazareno
Taddei Award Special Mention.
In the lm, Aunor portrays a
barren Badjao midwife search-
ing for a suitable woman (Lovi
Poe) who can bear a child for her
husband (Bembol Roco). It is a
saga of island life stuck between
the devil of passion and the deep
blue sea of tradition. It stars Nora
Aunor, Bembol Roco, Mercedes
Cabral, and Lovi Poe.
The event was star-studded with
no less than superstar Nora Aunor,
director Brillante Mendoza, and
co-star Mercedes Cabral gracing
the Philippine premiere. FDCP
chairman Briccio Santos, Tawi-
Tawi vice governor Ruby Sahali-
Tan, members of the diplomatic
corps, prominent Davaoenos, and
participants in the Fly Project, a
workshop that gathered 22 art-
ists from all over the region. SM
ofcials led by Vice President for
Marketing Millie Dizon welcomed
them.
During the cocktails, guests
were treated to a glimpse of life
in Tawi-Tawi as well as the Ven-
ice International Film Festival ex-
perience in two creatively crafted
showcases. The Madayaw Cul-
tural Ensemble performed a tra-
ditional Badjao dance, adding to
the local color.
Thy Womb will be one of the
eight ofcial entries in next months
Metro Manila Film Festival.
GMA Network
unveils 2013 spectacles
Kapuso stars who made their
presence felt were German More-
no, Ogie Alcasid, Michael V.,
Chris Tiu, Heart Evangelista,
Aljur Abrenica, Kris Bernal,
Elmo Magalona, Julie Anne San
Jose, Louise delos Reyes, Bianca
King, Benjamin Alves, Frank
Magalona, Saab Magalona,
Maxene Magalona, Joyce Ching,
Kristoffer Martin, Rochelle Pan-
gilinan, Michelle Madrigal, Jil-
lian Ward, Gladys Reyes, Jaya,
among others.
presentation as the host of Magpakai-
lanman.
GMA News and Public Affairs and
GMA News TV presented the new ad-
ditions to its program line-ups including
the most extreme reality game show on
Philippine TVExtra Challenge host-
ed by Richard Gutierrez and Marian
Rivera. State of The Nation with Jessica
Soho was also presented.
GMA Networks most comprehen-
sive and most credible coverage of next
years national elections was also pre-
sented via Eleksyon 2013 with GMA
News personalities Mike Enriquez,
Arnold Clavio, Vicky Morales, Howie
Severino, Rhea Santos , Ivan May-
rina, Pia Arcangel, Susan Enriquez,
and Lala Roque.
It was an afternoon of sumptu-
ous lunch and mingling with the stars
of Taste Buddies, Kusina Master and
Sarap Diva, all cooking shows of GMA
and GMA News TV.
Thy Womb premieres at SM Lanang in Davao
Batanes Photo Safari
but by the total experience of the workshop and time shared to-
gether.
For more information, call 896-3208 or email luzamando-
lina@yahoo.com or visit http://manilabiz.com/batanes-photo-
safari html or http://mandy-navasero.blogspot.com.
Mandy Navasero added GenSan/Lake Sebu Photo Safari on
March 7-10, 2013; a rugged Masbate Rodeo Photo Safari on
April 5-8, 2013 with photo exhibit of ranches and cowboys with
cash prizes. Now open for registration.
The fabulous Crystal Cave
Thy Wombs Brillante Mendoza and Nora Aunor
GMA Chairman and CEO Atty. Felipe L. Gozon, Marian
Rivera, GMA President and COO Gilberto Duavit Jr.
Dingdong Dantes with Magnolias Reginald Baylosis, Elmer Vil-
lasanta, Max Collins, and San Miguels Maricel Manalo
Are the lights too bright, Richard
Gutierrez?
German Moreno
Lovely ladies Kylie Padilla, Sarah Lahbati and Lexi Fernandez
CYAN MAGENTA YELLOW BLACK
Republic of the Philippines
Department of Public Works and Highways
OFFICE OF THE DISTRICT ENGINEER
Iloilo 3
rd
District Engineering Offce
Barotac Viejo, Iloilo
I NVI TATI ON TO BI D FOR
(MST-Dec. 6, 2012)
1. Contract ID No.: 12GH0067
Name of Contract: Concreting of Road Shoulder along Iloilo East Coast
Capiz Road K0205+794 K0207+000 with exceptions &
Asphalt Overlay of Ajuy Concepcion Road K0218+365
K0219+146
Location: Sara and Concepcion, Iloilo
Brief Description: Concreting& Asphalt Overlay
Approved Budget for Nine Million Nine Hundred Thousand
the Contract: (P9,900,000.00)
Contract Duration: Thirty (30) Calendar Days
2. Contract ID No.: 12GH0068
Name of Contract: Asphalt Overlay of Sara Concepcion Road, K0210+425
K0212+054 with exceptions
Location: Sara, Iloilo
Brief Description: Asphalt Overlay
Approved Budget for Nine Million Nine Hundred Thousand
the Contract: (P9,900,000.00)
Contract Duration: Thirty (30) Calendar Days
1. The DPWH Iloilo 3
rd
District Engineering Offce, through the FY 2012 RA 8794
Automatic Appropriation 2012 Currentintends to apply the Approved Budget for
the Contract (ABC) to payments under the contract for the project listed above.
Bids received in excess of the ABC shall be automatically rejected at bid opening.
2. The DPWH Iloilo 3
rd
District Engineering Offce now invites bids for the project
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. 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 (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 DPWH Iloilo 3
rd
District
Engineering Offce and inspect the Bidding Documents at the address given below
from December 3, 2012 to December 27, 2012, 8:00 AM to 5:00 PM, Monday
to Friday except on the bidding date.
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 Ten Thousand Pesos (P10,000.00).
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 DPWH Iloilo 3
rd
District Engineering Offce will hold a Pre-Bid Conference
on December 12, 2012, 10:00 AM at DPWH Iloilo 3
rd
District Engineering Offce,
Barotac Viejo, Iloilo, which shall beopen only to all interested parties who have
purchased the Bidding Documents.
7. Bids must be delivered to the address below on or before December 27, 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.
8. TheDPWH 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.
9. For further information, please refer to:
CECILIA P. MUYCO MINA H. AGUILAR
Head, BAC Secretariat Head, BAC TWG
+639173029548 +639174007457
DPWH Iloilo 3rd DEO DPWH Iloilo 3rd DEO
Barotac Viejo, Iloilo 5011 Barotac Viejo, Iloilo 5011
(Sgd.) DENE B. BALDONADO, JR.
Engineer III
BAC Chairman
Republic of the Philippines
Department of Public Works and Highways
SAMAR FIRST DISTRICT ENGINEERING OFFICE
OFFICE OF THE DISTRICT ENGINEER
Calbayog City
I NVI TATI ON TO BI D
f or
(MST-Dec. 6, 2012)
I. Contract ID : 12IJ 0086
Contract Name/Location : REHABILITATION OF ROAD/ BRGY. MANCOL-
LAPAZ-BULAO, SAN JORGE, SAMAR WITH
EXCEPTIONS
Scope of Work : 1. CONSTRUCTION OF L1-197.0m , 3.05m Width,L2-
134.5m,6.10m Width and 0.23 m thickness
Approved Budget for the Contract (ABC): 1.PHP 7,347,000.00
Contract Duration : 60 CD
Cost of Bid Documents : P 10,000.00
1. The DPWH-Samar First District Engineering Offce, Calbayog City, through
the FY-2012 PDAF 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 purchase 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 December 5-Dec. 26, 2012.
6. The DPWH-Samar First District Engineering Offce, Calbayog City will hold a
Pre-Bid Conference on Dec. 13, 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 Dec. 26, 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 18.
Bids will be opened on Dec. 26, 2012 at 2:00 P.M., 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 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).
LOIs and/or applications for eligibility and latest Class A documents are to be
accepted by the BAC together with the Bids and other relevant documents on or
before the deadline for submission of Bids.
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)
The DPWH, Davao City District Engineering Offce, through the Bids and Awards
Committee (BAC), invites contractors to apply to bid for the following contract(s);
1) Contract I.D.: 12LB-0127
Contract Name: Widening of Road from Luis Tatad Sr. Street, Purok San
Miguel passing Through Sto. Nino to Santol Street, Brgy.
Buhangin, Davao City
Contract Location: Davao City
Scope of Works: Const. safety & Health, Const. Survey & staking, Removal of
concrete Pavement, concrete fences, structure excavation,
PCC Pavement, Pipe Culverts, CHB lined canal & conc. canal
cover, advance warning, detour, informatory sign, bollard,
billboard
Approved Budget for the Contract (ABC): PhP 4,840,000.00
Duration: Thirty Seven (37) calendar days
Source of Fund: SR2012-10-007782 dated October 01, 2012
2) Contract I.D.: 12LB-0132
Contract Name: Improvement/Rehabilitation of Sasa Creek along Davao
Agusan Road, Brgy. Sasa, Davao City
Contract Location: Davao City
Scope of Works: Const. safety & health, Const. Survey and staking,
Embankment (from Borrow)-Manual, Grouted Riprap (class
A), Coconet, Coco-log/fascine, informatory and billboard.
Approved Budget for the Contract (ABC): PhP 5,820,000.00
Duration: One Hundred Fifty (150) calendar days
Source of Fund: SR2012-10-008145 dated October 12, 2012
3) Contract I.D.: 12LB-0169
Contract Name: Const. of 2 units of 3 sty-9CL, Sta. Ana NHS, Davao City
Contract Location: Davao City
Scope of Works: Reinforced Concrete, Demolition of existing building,
Structural concrete, concrete & masonry works, Ceiling,
electrical, painting, plumbing, carpentry & joinery works,
roof framing, Roofing, removal of obstruction and
structures and safety and health
Approved Budget for the Contract (ABC): PhP 22,344,300.00
Duration: Three Hundred (300) calendar days
Source of Fund: CY 2013 School Building
4) Contract I.D.: 12LB-0170
Contract Name: Const. of 3 sty-15CL Daniel R. Aguinaldo NHS, Davao City
Contract Location: Davao City
Scope of Works: Reinforced Concrete, Structural concrete, concrete &
masonry works, Ceiling, electrical, painting, plumbing,
carpentry & joinery works, roof framing, Roofng, removal
of obstruction and structures and safety and health
Approved Budget for the Contract (ABC): PhP 18,895,140.00
Duration: Three Hundred Ninety (390) calendar days
Source of Fund: CY 2013 School Building
5) Contract I.D.: 12LB-0171
Contract Name: Const. of 3 sty-6CL, Davao City NHS, Davao City
Contract Location: Davao City
Scope of Works: Reinforced Concrete, Structural concrete, concrete &
masonry works, Ceiling, electrical, painting, plumbing,
carpentry & joinery works, roof framing, Roofng, removal
of obstruction and structures and safety and health
Approved Budget for the Contract (ABC): PhP 7,461,630.00
Duration: Two Hundred Forty (240) calendar days
Source of Fund: CY 2013 School Building
6) Contract I.D.: 12LB-0172
Contract Name: Const. of 1 sty-4CL Mabini NHS, Catalunan Grande Annex,
Davao City
Contract Location: Davao City
Scope of Works: Reinforced Concrete, Structural concrete, concrete &
masonry works, Ceiling, electrical, painting, plumbing,
carpentry & joinery works, roof framing, Roofng, removal
of obstruction and structures and safety and health
Approved Budget for the Contract (ABC): PhP 1,986,930.00
Duration: One Hundred Eighty (180) calendar days
Source of Fund: CY 2013 School Building
7) Contract I.D.: 12LB-0173
Contract Name: Construction of 2 sty-2L, F. Bustamante NHS, Davao City
Contract Location: Davao City
Scope of Works: Reinforced Concrete, Structural concrete, concrete &
masonry works, Ceiling, electrical, painting, plumbing,
carpentry & joinery works, roof framing, Roofng, removal
of obstruction and structures and safety and health
Approved Budget for the Contract (ABC): PhP 2,184,930.00
Duration: One Hundred Twenty (120) calendar days
Source of Fund: CY 2013 School Building
8) Contract I.D.: 12LB-0174
Contract Name: Const. of 3 sty-6CL, Cabantian NHS, Davao City
Contract Location: Davao City
Scope of Works: Reinforced Concrete, Structural concrete, concrete &
masonry works, Ceiling, electrical, painting, plumbing,
carpentry & joinery works, roof framing, Roofng, removal
of obstruction and structures and safety and health
Approved Budget for the Contract (ABC): PhP 7,472,520.00
Duration: Two Hundred Forty (240) calendar days
Source of Fund: CY 2013 School Building
9) Contract I.D.: 12LB-0175
Contract Name: Const. of 1 sty-1CL Mandug NHS, (Pablo Lorenzo NHS)
Contract Location: Davao City
Scope of Works: Concrete and Masonry Works, Safety and Health
Approved Budget for the Contract (ABC): PhP 663,600.00
Duration: Sixty (60) calendar days
Source of Fund: CY 2013 School Building
10) Contract I.D.: 12LB-0176
Contract Name: Const. of 1 sty-3cl. F. Bustamante NHS, Mahayag HS, Annex
Contract Location: Davao City
Scope of Works: Reinforced Concrete, Structural concrete, concrete &
masonry works, Ceiling, electrical, painting, plumbing,
carpentry & joinery works, roof framing, Roofng, removal
of obstruction and structures and safety and health
Approved Budget for the Contract (ABC): 1,641,420.00
Duration: Sixty (60) calendar days
Source of Fund: CY 2013 School Building
11) Contract I.D.: 12LB-0177
Contract Name: Const. of 1 sty-3CL Malamboon ES, Davao City
Contract Location: Davao City
Scope of Works: Reinforced Concrete, Structural concrete, concrete &
masonry works, Ceiling, painting, plumbing, carpentry &
joinery works, roof framing, Roofng, removal of obstruction
and structures, hauling and safety and health
Approved Budget for the Contract (ABC): PhP 1,690,920.00
Duration: One Hundred Eighty (180) calendar days
Source of Fund: CY 2013 School Building
12) Contract I.D.: 12LB-0178
Contract Name: Const. of 1 sty-3CL, Pagdalahan PS, Davao City
Contract Location: Davao City
Scope of Works: Reinforced Concrete, Structural concrete, concrete &
masonry works, Ceiling, painting, plumbing, carpentry &
joinery works, roof framing, Roofng, removal of obstruction
and structures, hauling and safety and health
Approved Budget for the Contract (ABC): PhP 1,690,920.00
Duration: One Hundred Eighty (180) calendar days
Source of Fund: CY 2013 School Building
13) Contract I.D.: 12LB-0179
Contract Name: Const. of 2 sty-2CL, Sixto Babao ES, Davao City
Contract Location: Davao City
Scope of Works: Reinforced Concrete, Structural concrete, concrete &
masonry works, Ceiling, painting, plumbing, carpentry &
joinery works, roof framing, Roofng, removal of obstruction
and structures, hauling and safety and health
Approved Budget for the Contract (ABC): PhP 2,184,930.00
Duration: One Hundred Twenty (120) calendar days
Source of Fund: CY 2013 School Building
14) Contract I.D.: 12LB-0180
Contract Name: Const. of 2 sty-2CL, Teoflo Fernandez ES, Davao City
Contract Location: Davao City
Scope of Works: Reinforced Concrete, Structural concrete, concrete &
masonry works, Ceiling, painting, plumbing, carpentry &
joinery works, roof framing, Roofng, removal of obstruction
and structures, electrical works and safety and health
Approved Budget for the Contract (ABC): PhP 2,184,930.00
Duration: One Hundred Twenty (120) calendar days
Source of Fund: CY 2013 School Building
15) Contract I.D.: 12LB-0181
Contract Name: Const. of 2 sty-2CL, V. Corcuera ES, Davao City
Contract Location: Davao City
Scope of Works: Reinforced Concrete, Structural concrete, concrete &
masonry works, Ceiling, painting, plumbing, carpentry &
joinery works, roof framing, Roofng, removal of obstruction
and structures, electrical works and safety and health
Approved Budget for the Contract (ABC): PhP 2,219,580.00
Duration: One Hundred Twenty (120) calendar days
Source of Fund: CY 2013 School Building
16) Contract I.D.: 12LB-0182
Contract Name: Const. of 2 sty-2CL, AFPLC ES, Davao City
Contract Location: Davao City
Scope of Works: Reinforced Concrete, Structural concrete, concrete &
masonry works, Ceiling, painting, plumbing, carpentry &
Republika ng Pilipinas
Kagawaran ng Pagawain at Langsangang Pampabayan
Tanggapan ng Distrito Inhenyero
Telefax 221-6444; 226-2035; 226-2112
L. Ma. Guerrero St., Lungsod ng Dabaw, Rehiyon XI
INVITATION TO BID
joinery works, roof framing, Roofng, removal of obstruction
and structures, electrical works and safety and health
Approved Budget for the Contract (ABC): PhP 2,184,930.00
Duration: One Hundred Twenty (120) calendar days
Source of Fund: CY 2013 School Building
17) Contract I.D.: 12LB-0183
Contract Name: Const. of 1 sty-2CL, Datu Manlangan ES, Davao City
Contract Location: Davao City
Scope of Works: Reinforced Concrete, Structural concrete, concrete &
masonry works, Ceiling, painting, plumbing, carpentry &
joinery works, roof framing, Roofng, removal of obstruction
and structures, hauling and safety and health
Approved Budget for the Contract (ABC): PhP 1,257,300.00
Duration: One Hundred Twenty (120) calendar days
Source of Fund: CY 2013 School Building
18) Contract I.D.: 12LB-0184
Contract Name: Const. of 1 sty-2CL, Betan PS, Davao City
Contract Location: Davao City
Scope of Works: Reinforced Concrete, Structural concrete, concrete &
masonry works, Ceiling, painting, plumbing, carpentry &
joinery works, roof framing, Roofng, removal of obstruction
and structures, hauling and safety and health
Approved Budget for the Contract (ABC): PhP 1,257,300.00
Duration: One Hundred Twenty (120) calendar days
Source of Fund: CY 2013 School Building
19) Contract I.D.: 12LB-0185
Contract Name: Const. of 1 sty-3CL, Labo ES, Davao City
Contract Location: Davao City
Scope of Works: Reinforced Concrete, Structural concrete, concrete &
masonry works, Ceiling, painting, plumbing, carpentry &
joinery works, roof framing, Roofng, removal of obstruction
and structures, hauling and safety and health
Approved Budget for the Contract (ABC): PhP 1,158,300.00
Duration: One Hundred Twenty (120) calendar days
Source of Fund: CY 2013 School Building
20) Contract I.D.: 12LB-0186
Contract Name: Const. of 1 sty-1CL, Colosas ES, Davao City
Contract Location: Davao City
Scope of Works: Concrete & masonry works, hauling and safety and health
Approved Budget for the Contract (ABC): PhP 663,300.00
Duration: Sixty (60) calendar days
Source of Fund: CY 2013 School Building
21) Contract I.D.: 12LB-0187
Contract Name: Const. of 1 sty-1CL, Don Mariano Marcos ES, Davao City
Contract Location: Davao City
Scope of Works: Concrete & masonry works, hauling and safety and health
Approved Budget for the Contract (ABC): PhP 613,800.00
Duration: Sixty (60) calendar days
Source of Fund: CY 2013 School Building
22) Contract I.D.: 12LB-0188
Contract Name: Const. of 1 sty-1CL, San Pablo ES, Davao City
Contract Location: Davao City
Scope of Works: Concrete & Masonry works, hauling and safety and health
Approved Budget for the Contract (ABC): PhP 613,800.00
Duration: Sixty (60) calendar days
Source of Fund: CY 2013 School Building
23) Contract I.D.: 12LB-0189
Contract Name: Const. of 1 sty-1CL, Surayan PS, Davao City
Contract Location: Davao City
Scope of Works: Concrete & Masonry works, hauling and safety and health
Approved Budget for the Contract (ABC): PhP 613,800.00
Duration: Sixty (60) calendar days
Source of Fund: CY 2013 School Building
24) Contract I.D.: 12LB-0190
Contract Name: Upgrading Sitio Pangi FMR, Brgy. Mandug, Buhangin District,
Davao City
Contract Location: Davao City
Scope of Works: Const. Safety and health, Const. Survey & staking, Subgrade
preparation, PCC Pavement (Plain) Ready mixed Concrete,
informatory, billboard, advance warning, guide sign and
bollard.
Approved Budget for the Contract (ABC): PhP 1,920,000.00
Duration: Twenty Two (22) calendar days
Source of Fund: SARO No. E-11-02262 dated December 22, 2011,Priority Farm
to Market Road Projects
25) Contract I.D.: 12LB-0191
Contract Name: Concreting, Brgy. Ma a, Purok 26 Sitio Riverside FMR, Brgy.
Ma a, Talomo District, Davao City
Contract Location: Davao City
Scope of Works: Const. Safety and health, Const. Survey & staking, Subgrade
preparation, PCC Pavement (Plain) Ready mixed Concrete,
informatory, billboard, advance warning, guide sign and
bollard.
Approved Budget for the Contract (ABC): PhP 1,920,000.00
Duration: Twenty Two (22) calendar days
Source of Fund: SARO No. E-11-02262 dated December 22, 2011,Priority Farm
to Market Road Projects
26) Contract I.D.: 12LB-0192
Contract Name: Concreting, Brgy. Baliok, BAGAHAI Purok 6 FMR, Brgy.
Baliok, Talomo District, Davao City
Contract Location: Davao City
Scope of Works: Const. Safety and health, Const. Survey & staking, Subgrade
preparation, PCC Pavement (Plain) Ready mixed Concrete,
informatory, billboard, advance warning, guide sign and
bollard.
Approved Budget for the Contract (ABC): PhP 1,920,000.00
Duration: Twenty Two (22) calendar days
Source of Fund: SARO No. E-11-02262 dated December 22, 2011,Priority Farm
to Market Road Projects
27) Contract I.D.: 12LB-0193
Contract Name: Concreting, Sitio Saka FMR, Brgy. Bago Gallera, Talomo
Distict, Davao City
Contract Location: Davao City
Scope of Works: Const. Safety and health, Const. Survey & staking, Subgrade
preparation, PCC Pavement (Plain) Ready mixed Concrete,
informatory, billboard, advance warning, guide sign and
bollard.
Approved Budget for the Contract (ABC): PhP 1,920,000.00
Duration: Twenty Two (22) calendar days
Source of Fund: SARO No. E-11-02262 dated December 22, 2011,Priority Farm
to Market Road Projects
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,
(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 the 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: Dec. 05-21, 2012
2. Pre-Bid Conference Time and Date : 10:00 A.M, Dec. 07, 2012
3. Receipt of LOI from Prospective Bidders @ 12;00 P.M. Dec. 17, 2012
4. Receipt of Bids Deadline: 2;00 P.M.., December 21, 2012
5. Opening of Bids @ 2:00 PM. December 21, 2012
The BAC will issue hard copies of Bidding Documents (BDs) at DPWH, Davao
City District Engineering Offce, Leon Ma. Guerrero Street, Davao City, upon
payment of a non-refundable fee for Bidding Documents for item no.3 & 4, Twenty Five
Thousand Pesos Only (Php 25,000.00), item no. 2, 5 & 8 Ten Thousand Pesos
Only ( Php 10,000.00), item 1,6,7,10,11, 12, 13, 14, 15, 16, 17,18,19, 24, 25, 26, & 27
Five Thousand Pesos (Php 5,000.00) and item 9, 20, 21,22, & 23 One Thousand
Pesos (Php 1,000.00) .
Prospective bidders may also download the BDs from the DWPH 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, Davao City District Engineering Offce 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:
(Sgd.) GREGORIO C. YEE
Engineer III
Chief, Matls. Testing &Qlty. Control Section
(BAC Chairman)
Noted By:
(Sgd.) LORNA T. RICARDO
District Engineer
(MST-Dec. 6, 2012)
Page Compositor: Diana Keyser Punzalan
DECEMBER 6, 2012 THURSDAY
D1
Classifeds
ManilaStandardToday
adv.mst@gmail.com
CYAN MAGENTA YELLOW BLACK
Republic of the Philippines
COMMISSION ON ELECTIONS
M a n i l a
Page Compositor: Diana Keyser Punzalan
R U L E S A N D
REGULATIONS ON:
( 1) THE BAN ON
BEARING, CARRYING
OR TRANSPORTING
OF FI REARMS OR
OT HER DEADLY
WEAPONS; AND (2)
THE EMPLOYMENT,
AVAI L ME NT OR
ENGAGEMENT OF
T H E S E RV I C E S
O F S E C U R I T Y
PERSONNEL OR
B O D Y G U A R D S
D U R I N G T H E
ELECTION PERIOD
FOR THE MAY 13,
2013 AUTOMATED
SYNCHRONI Z ED
NATIONAL, LOCAL
ELECTI ONS AND
ARMM REGI ONAL
ELECTI ONS, AS
AMENDED.
BRILLANTES, Sixto, Jr., S. , Chairman
SARMIENTO, Rene V. Commissioner
TAGLE, Lucenito N. Commissioner
VELASCO, Armando C. Commissioner
YUSOPH, Elias R. Commissioner
LIM, Christian Robert S., Commissioner
PADACA, Ma. Gracia Cielo, M. Commissioner
PROMULGATED: December 4, 2012
x- - - - - - - - - - - - - - - - - - - - - - x
RESOLUTION NO. 9561-A
WHEREAS, Section 261 (q) of the Omnibus Election Code (B. P. Blg.
881) provides:
Sec. 261. Prohibited Acts. - The following shall be guilty of an
election offense:
(q) Carrying frearms outside residence or place of business.
- Any person who, although possessing a permit to carry frearms,
carries any frearms outside his residence or place of business during
the election period, unless authorized in writing by the Commission:
Provided, That a motor vehicle, water or air craft shall not be
considered a residence or place of business or extension hereof.
This prohibition shall not apply to cashiers and disbursing offcers
while in the performance of their duties or to persons who by nature
of their offcial duties, profession, business or occupation habitually
carry large sums of money or valuables.
WHEREAS, Section 32 of Republic Act No. 7166 provides:
Sec. 32. Who May Bear Firearms. During the election period,
no person shall bear, carry or transport frearms or other deadly
weapons in public places, including any building, street, park, private
vehicle or public conveyance, even if licensed to possess or carry the
same, unless authorized in writing by the Commission. The issuance
of frearms license shall be suspended during the election period.
Only regular members of the Philippine National Police, the
Armed Forces of the Philippines and other law enforcement
agencies of the Government who are duly deputized in writing by
the Commission for election duty may be authorized to carry and
possess frearms during the election period: Provided, That, when
in the possession of frearms, the deputized law enforcement offcer
must be: (a) in full uniform showing clearly and legibly his name,
rank and serial number, which shall remain visible at all times, and
(b) in the actual performance of his election duty in the specifc area
designated by the Commission.
WHEREAS, Section 33 of the same Act provides:
Sec. 33. Security Personnel and Bodyguards. During the
election period, no candidate for public offce, including incumbent
public offces seeking election to any public offce, shall employ,
avail himself of or engage the services of security personnel or
bodyguards, whether or not such bodyguards are regular members
of the Philippine National Police, the Armed Forces of the Philippines
or other law agency of the Government: Provided, That when
circumstances warrant, including but not limited to threats to life and
security of a candidate, he may be assigned by the Commission,
upon due application, regular members of the Philippine National
Police, the Armed Forces of the Philippines or other law enforcement
agency who shall provide him security for the duration of the election
period. The offcers assigned for security duty to a candidate shall
subject to the same requirement as to wearing of uniforms prescribed
in the immediately preceding section unless exempted in writing by
the Commission.
If at any time during the election period, the ground for which
the authority to engage the services of security personnel has
been granted shall cease to exist or for any other valid cause, the
Commission shall revoke the said authority.
WHEREAS, it is the policy of the Commission to strictly enforce Section
261 (q) of the Omnibus Election Code as well as Sections 32 and 33 of
Republic Act No. 7166;
NOW, THEREFORE, pursuant to the power vested in it by the Constitution,
the Omnibus Election Code (B.P. 881), Republic Acts No. 6646, 7166 and
other election laws, the Commission RESOLVED, as it hereby RESOLVES, to
promulgate the following rules and regulations to implement Section 261 (q) of
the Omnibus Election Code and Sections 32 and 33 of Republic Act No. 7166
in connection with the May 13, 2013 automated national and local elections.
SECTION 1. General Guiding Principles. During the election period:
(a) no person shall bear, carry or transport frearms or other deadly
weapons outside his residence or place of business, and in public places
including any buildings, streets, parks, and private vehicles or public
conveyances, even if licensed to possess or to carry the same; and
(b) no candidate for public offce, including incumbent public offcers
seeking election to any public offce, shall employ, avail himself of or engage
the services of security personnel or bodyguards, whether or not such
bodyguards are regular members or offcers of the Philippine National Police
(PNP), the Armed Forces of the Philippines (AFP) or other law enforcement
agency of the government.
(c) The transport of frearms and/or its spare parts and, explosives and/
or its components, by those who are engaged in the manufacture, importation,
exportation, purchase, sale of frearms and/or its spare parts and explosives
and/or its components, may, with prior written authority from the Committee
(CBFSP), be allowed, provided that within the period stated in the authority:
(i) the frearms and/or its spare parts be immediately transported directly to
the Firearms and Explosives Offce (FEO), Civil Security Group (CSG), PNP;
and, (ii) the explosives and/or its components be immediately transported
directly to the owners explosives magazine/storage facility.
(d) The transport or delivery of the raw materials used in the manufacturing
of frearms and/or its spare parts, explosives and their components, may, with
prior written authority from the Committee (CBFSP), be allowed, Provided
that the same are immediately transported by the authorized dealer, within
the period stated in the authority, directly to the explosives magazine/storage
facility of the licensed manufacturer.
SEC. 2. Defnition of Terms. As used in this Resolution:
(a) Election Period refers to the election period prescribed in Comelec
Resolution No. 9385 promulgated on 03 April 2012 which is from January
13, 2013 to June 12, 2013;
(b) Firearm shall refer to the frearm as defned in existing laws, rules and
regulations. The term shall include airguns, airsoft guns, and replicas/
imitations of frearms in whatever form that can cause an ordinary person
to believe that they are real;
(c) Deadly weapon includes bladed instrument, hand grenades or other
explosives, except pyrotechnics.
A bladed instrument is not covered by the prohibition when possession
of the bladed instrument is necessary to the occupation of the possessor
or when it is used as a tool for legitimate activity.
(d) Committee on the Ban on Firearms and Security Personnel (CBFSP)
refers to the Committee in the Commission on Elections which shall be
responsible for the implementation of the ban on the bearing, carrying or
transporting of frearms and the employment, availment or engagement of
security personnel. It will exercise operational control and supervision on
the Regional Joint Security Control Center (RJSCC) and the Provincial Joint
Security Control Center (PJSCC). It shall be headed by Hon. Commissioner
Elias R. Yusoph as Chairman, and a Senior Offcer designated by the
AFP (not lower than Grade 06) and the PNP, as members. The CBFSP
shall be assisted by a Secretariat composed of representatives from the
Commission, the AFP and the PNP. The Secretariat shall be headed by a
Senior Lawyer of the Law Department of the Commission.
(e) Regional Joint Security Control Center (RJSCC) refers to the
organization in the region which shall be responsible for the issuance
of temporary security details (TSDs) and the implementation of the ban
on the bearing, carrying or transporting of frearms and the employment,
availment or engagement of security personnel in the region. It shall be
headed by the Regional Election Director as Chairman, and the Regional
Director from the PNP and the Division or Brigade Commander whoever
is present in the area and as may be designated by the AFP. The RJSCC
shall be assisted by a Secretariat composed of two (2) representatives
each from the Offce of the Regional Election Director, the Regional Police
Offce and the AFP Batallion.
(f) Provincial Joint Security Control Center (PJSCC) refers to the
organization which be responsible for the reception and evaluation of
applications, issuance of temporary security details, and the implementation
of the ban on the bearing, carrying or transporting of frearms and the
employment, availment or engagement of security personnel in the
province. The PJSCC shall be headed by the Provincial Election Supervisor
as Chairman, the Provincial Director from the PNP and the Battalion
Commander of the AFP or the highest ranking offcer in the area as may
be designated. The PJSCC shall be assisted by a Secretariat composed
of one (1) representative each from the Ofce of the Provincial Election
Supervisor, the Police Provincial Offce and the AFP assigned in the
Province.
SEC. 3. Suspension of Issuance of Firearms Licenses. Except for
the renewal of existing frearms licenses, the PNP shall suspend the issuance,
processing, approval and release of frearms licenses during the election period,
unless (i) both the license and frearm shall not be released to the owner thereof;
and that said (ii) license and frearm shall be kept in deposit with the FEO, CSG,
PNP during the election period.
Firearms licenses issued in violation of this Section are null and void, without
prejudice to the fling of the appropriate administrative and/or criminal charges
against the holder or those responsible for the issuance of the license.
SEC. 4. Who May Bear Firearms. Only the following persons are
authorized to bear, carry or transport frearms or other deadly weapons during
the election period:
(a) Regular Uniformed Offcers and Members of the PNP; Commissioned
Officers (COs), Non-Commissioned Officers (NCOs) and Enlisted
Personnel (EP) of the AFP;
(b) Regular offcers, members, and agents of the following agencies of
the government who are actually performing law enforcement and/or
security functions:
1. National Bureau of Investigation (NBI);
2. Bureau of Corrections (BuCor), Department of Justice;
3. Bureau of Jail Management and Penology (BJMP);
4. (a) Intelligence Division and (b) Investigation Division of the
Intelligence and Investigation Service; and the (c) Customs Police
Division of the Enforcement and Security Service; of the Bureau
of Customs;
5. Port Police Department, Philippine Ports Authority;
6. Philippine Economic Zone Authority police forces;
7. Government Guard Forces regulated by the PNP under RA No. 5487;
8. (a) Law and Investigation Division and (b) Intelligence Division of
the Bureau of Immigration;
9. Manila International Airport Authority Police Force;
10. Mactan-Cebu International Airport Authority Police Force;
11. Law Enforcement Service of the Land Transportation Offce;
12. Philippine Coast Guard;
13. Cebu Port Authority Police Force;
14. Internal Security Operations Group (ISOG) of the Witness Protection,
Security and Benefts Program of the Department of Justice;
15. Enforcement and Investigation Division, Optical Media Board;
16. (a) The Security Investigation and Transport Department (SITD), (b)
Cash Department and (c) the Offce of Special Investigation (OSI),
Branch Operations, of the Bangko Sentral ng Pilipinas;
17. Offces of the Sergeant-At-Arms (OSAA) of (a) the Senate and
(b) the House of Representatives, including the OSAA designated
security escorts of Senators and Congressmen;
18. Inspection Service of the Philippine Postal Corporation;
19. Members of the Commission on Elections, Directors and Lawyers
in the Main Offce of the Commission, Regional Election Directors,
Assistant Regional Election Directors, Chiefs-of-Staff of the
Offces of the Chairman and Commissioners, Provincial Election
Supervisors, Regional Attorneys and Election Offcers, and Organic
Security Offcers of the Commission on Elections;
20. Inspection, Monitoring and Investigation Service of the National
Police Commission;
21. Special Action and Investigation Division, Forest Offcers defned
under PD No. 705, Forest/Park Rangers, Wildlife Offcers, and
Forest Protection and Law Enforcement Offcers of the Department
of Environment and Natural Resources under DAO No. 1997-32;
22. Intelligence and Security Unit, Offce of the Secretary, Department
of Foreign Affairs;
23. Philippine Drug Enforcement Agency;
24. Philippine Center for Transnational Crime;
25. National Intelligence Coordinating Agency;
26. Civilian Armed Forces Geographical Units Active Auxiliaries and
Special Civilian Armed Forces Geographical Units Active Auxiliaries
already constituted upon the effectivity of this Resolution while
within the barracks;
27. Presidential Security Group;
28. Internal Security Division of the Bureau of the Treasury, the Treasurer
and Deputy Treasurers of the Philippines;
29. Internal Security of the Offce of the Vice-President;
30. Internal Security of the Offce of the Secretary of the Interior and
Local Government;
31. Internal Security of the Offce of the Secretary of the Department
of National Defense.
32. State, Regional, Provincial and City Prosecutors of the Department
of Justice.
Provided that when in the possession of frearms, they are:
(1) in the regular plantilla of the said agencies and are receiving
regular compensation for the services rendered in said agencies;
(2) in the agency-prescribed uniform showing clearly and legibly
the name, rank and serial number or, in case rank and serial number are
inapplicable, the agency-issued identifcation card showing clearly the name
and position, which shall remain visible at all times;
(3) duly authorized to possess frearm and to carry the same outside
of residence by means of a valid permit to carry or by virtue of a valid mission
order or letter order; and
(4) in the actual performance of offcial law enforcement and/or
security duty, or in going to or returning from his residence/barracks or
offcial station.
(c) Members of privately-owned or operated security, investigative, protective
or intelligence agencies; Provided, that when in the possession of frearm,
they are:
1) in the agency-prescribed uniform with the agency-issued
identifcation card prominently displayed and visible at all times, showing
clearly the name and position;
2) in possession of a valid License to Exercise Security
Profession (LESP) with Duty Detail Order (DDO) for security guards
or Special Duty Detail Order (SDDO) for protection agents, and valid
frearms license of the agency where they are employed.
3) deployed by Private Security Agencies duly licensed by the
PNP;
4) deployed by Private Detective Agencies or Private Security
Agencies duly licensed/accredited by the PNP, in case of Protection
Agents; and
5) in the actual performance of duty at his specifed place or area
of duty.
(d) Justices of the Supreme Court, Court of Appeals, Sandiganbayan,
and Court of Tax Appeal; and Judges of the Regional Trial courts and
Municipal/ Metropolitan/Circuit Trial Courts; and
(e) Security personnel of accredited foreign diplomatic corps and
establishments under international law including foreign military
personnel in the Philippines covered by existing treaties and international
agreements endorsed by the Secretary of the Department of Foreign
Affairs and the Heads of Missions of foreign countries in the Philippines.
SEC. 5. Suspension of permits to carry frearms outside residence
and issuance of mission orders and memorandum receipts. From 03
December 2012, the Committee has the sole power to issue authority to
bear, carry or transport frearms, including its spare parts, explosives and its
components, outside residence and place of business in the country.
Hence, any Permit to Carry Firearms Outside Residence (PTCFOR),
Mission Order (MO), Letter Order (LO) and Acknowledgement Receipts
(ARE) issued by the Chief, PNP or his duly authorized representative or
any other head of government law enforcement/security agencies, prior to
or are processed and issued during the election period, are hereby declared
suspended, ineffective, and without force and effect, unless properly
covered by Certifcates of Authority duly issued by the CBFSP.
SEC. 6. Who may avail of security personnel or bodyguards. Except
those constituting the regular security personnel complement of the President,
Vice President, Senators who are not running for re-election, Justices, Judges,
Cabinet Secretaries, Chairman and Commissioners of the Commission on
Elections, Chief of Staff of the AFP and AFP Major Service Commanders,
Director Generals and Senior Offcers of the PNP, all existing authority granting
security personnel or bodyguards to carry frearms are hereby revoked at the
start of the election period.
When circumstances warrant, including but not limited to threats to life
and security, a candidate or his immediate family within the second degree
of consanguinity or affnity, may, upon application, be assigned a maximum
of two (2) security personnel or bodyguards as follows:
(a) Candidates for Senator, may, upon application, be assigned regular
members of the PNP or the AFP, or the National Bureau of Investigation,
and as augmentation, duly licensed/authorized Protective Agents of Private
Detective Agencies or Accredited Private Security Agencies, to provide
security, for the duration of the election period. However, additional security
details from Protective Detective Agencies (PDAs) which should not be more
than the allowable number of PNP, AFP or members of the law enforcement
personnel assigned.
(b) Candidates for all other Local Elective Positions, may, upon
application, be authorized to employ, avail and engage the services of no
more than two (2) duly licensed/authorized Protective Agents of Private
Detective Agencies or Accredited Private Security Agencies, to act as their
security personnel or bodyguards within the duration of the election period.
This limit notwithstanding, the CBFSP may increase the number of security
details assigned to an applicant when the circumstances warrant.
Security details are allowed to carry two (2) frearms, one short and one
long or two short with the following specifcations:
(a) For Uniformed Personnel
KIND MAKE/MODEL CALIBER
Pistol Any .380 cal, 9mm, 40 cal and 45 cal
Revolver Any 38 cal and 357 cal
SMG Any 9mm and 40 cal
High Powered Riffe
Without grenade
launcher
Without
magnifcation Lens
Magazine Fed only
Any 5.56 cal
(b) For Protective Agents
KIND MAKE/MODEL CALIBER
Pistol Any 9mm
Shotgun Any 12 gauge
The CBFSP shall not approve applications where the security details will carry
more than two (2) frearms and the caliber is higher than the above-specifed.
All security details and PDAs are required to use their prescribed uniform
while in the performance of their duties.
Grantees may be allowed to replace their security details provided it
is with the prior approval of the CBFSP and upon payment of Php 500.00
fling fee.
The affected offcials or individuals may continue to avail of or engage
the services of security personnel or bodyguard, provided that they shall
apply for the authority to bear, carry or transport frearms or to avail of or to
engage security personnel, as the case may be, as provided in the preceding
Sections hereof. Provided further, that the security personnel or bodyguard
is a member of protective detective/security agency and has completed the
required VIP training course.
SEC. 7. Who are authorized to submit the requirements for the
authority to bear, carry or transport of frearms or fle applications for
authority for the employment, availment or engagement of security
personnel and body guard. The following are authorized to to submit the
requirements for the authority to bear, carry or transport of frearms or fle
applications for authority for the employment, availment or engagement of
security personnel and body guard:
(a) Only the heads of agencies or his authorized representative
enumerated under Sec. 4 hereof shall submit the requirements before
the CBFSP.
(b) Candidates, who wish to employ, avail of or engage the
services of security personnel or bodyguard.
(c) Incumbent public offcers, in case of employment, availment
or engagement of security personnel and body guard. The applicant shall
submit the name of the protective security agency to which the proposed
security personnel and body guard is affliated and certifed true copy
of the Certifcate of Completion of VIP training course attended by the
proposed security/bodyguard.
SEC. 8. Requirements for the authority to bear, carry or transport of
frearms or for applications for authority for the employment, availment
or engagement of security personnel and body guard. For the authority
to bear, carry or transport of frearms, the following are required:
(a) For Sec. 4 subparagraphs (a), (b) and (d), not later than 30
November 2012:
1) Duly accomplished CBFSP Form No. 1 in three (3) copies.
2) One CD containing the roster of personnel;
3) Certifed copies of current and valid frearms license and permit
to carry frearm outside of residence issued by the PNP or the
memorandum receipts or letter order as the case may be;
4) Colored 4 x 5 picture, with description, of the authorized uniform
of the offce; and
5) Certifcation under oath that the persons named therein are in the
regular plantilla of the Agency, performing actual law enforcement
and/or functions and are receiving regular compensation for
the services rendered in the said agency and that the frearms
described are duly registered frearms.
(b) For Security, Protective, Investigative, Detective Agencies or
Protection Agents of Private Detective Agencies provided under Sec.
4 subparagraph (c), not later than 03 December 2012, shall submit
to the concerned PJSCC in the province or in the RJSCC in case of
the NCR, the following:
1) Duly accomplished CBFSP Form No. 1 in three (3) copies.
D2 | THURSDAY, DECEMBER 6, 2012 ManilaStandar dTODAY
2) One CD containing the roster of personnel;
3) Colored 4 x 5 picture, with description, of the authorized uniform
of the offce;
4) Permit to operate and accreditation by the PNP;
5) Pay the application fee in the amount of P 50.00 for each
personnel listed in the list; and
6) Certifcation under oath that the persons named therein are in
the regular plantilla of the Agency, performing law enforcement
functions and are receiving regular compensation for the services
rendered in the said agency and that the frearms described are
duly registered frearms.
(c) For those who will apply for authority for the employment,
availment or engagement of security personnel and body guard,
the following are required.
1) Duly accomplished application form CBFSP Form No. 2, in three
(3) copies, stating therein his full name, employment, offce
he is presently occupying, his residence and the reasons or
circumstances for the application and must be subscribed before
a notary public or any administering offcer.
2) Threat assessment or such document to support the existence
of threat, if any; and
3) Pay a fling fee of Php 5,000.00 for each application.
4) Name and contact number of the protective security agency to
which the proposed security personnel and body guard is affliated.
5) Certifed true copy of the Certifcate of Completion of VIP training
course attended by the proposed security/bodyguard.
6) Special Duty Detail Order (SDDO).
SEC. 9. Where to fle the application for employment, availment or
engagement of security personnel and body guard including compliance
of government guard forces and provincial jails, security protective,
investigative, intelligence agencies or protective agents of private
detective agencies. Applications for employment, availment or engagement
of security personnel and body guard including compliance of government
guard forces and provincial jails, security protective, investigative, intelligence
agencies or protective agents of private detective agencies may be fled either
at the CBFSP, RJSCC or PJSCC.
SEC. 10. Guidelines for security, protective, investigative, or
detective agencies. For orderly implementation of the ban on frearms, the
following guidelines are hereby provided for security, protective, investigative,
or intelligence agencies:
1. For single posting, the security guard assigned is prohibited to
transport his frearm from duty area to his residence;
2. Firearms stationed in armored trucks are exempted provided
they are duly licensed agency-issued frearms and being used during
the regular course of business of the security agencies;
3. In case of new posting or termination of posting which entail the
transport of frearms to the area of assignment or return of frearms to the
security agencys offce, the security agency may be granted permission
to transport the frearms on a one-time, one-way basis only upon prior
notice to the CBFSP or to the concerned RJSCC.
SEC. 11. Procedure. - Within fve (5) days from receipt of the application,
the CBFSP, RJSCC or PJSCC shall refer the matter to the AFP and the PNP
which shall immediately conduct a threat or security assessment. Within fve
(5) days from referral, the AFP and PNP shall submit its assessment with
a recommendation on whether to grant or not to grant the request. In case
of applications fled at the PJSCC, it shall transmit the applications and the
security assessment to the RJSCC copy furnished the CBFSP within twenty-
four (24) hours from receipt of the threat assessment.
Based on the assessment and recommendation submitted to it by the
PJSCC, the RJSCC shall grant or deny the request or may request for a
reassessment. In case of grant, the RJSCC may issue a thirty (30) day
non-extendible Temporary Security Detail (TSD). Within fve (5) days from
issuance of the TSD, the RJSCC shall forward the application, its supporting
documents including the TSD, if any.
For applications fled at the CBFSP, it may authorize the Regional Director
of the PNP or the AFP or the National Bureau of Investigation to assign not
more than two (2) of its regular members as security personnel. For this
purposes, the prohibition on the transfer or detail of PNP or AFP personnel is
hereby suspended only in so far as transferring or detailing them as security
details to candidate, including incumbent public offcer, or any public offcer
or private individual.
Upon request and when the threat assessment warrants, the CBFSP may
authorize the assignment of additional two (2) Protective Agents as close-in
security.
In exceptionally meritorious circumstances, applicants may request the
CBFSP for additional security subject to such conditions and restrictions that
the CBFSP may impose.
The authority shall be in writing and in three (3) copies. The original shall
be given to the offce which will provide the security personnel. The second
shall be retained by the CBFSP. The third shall be given to the applicant.
In case of disapproval of the request, the CBFSP shall notify the applicant.
The notice shall be in writing. The applicant may appeal the disapproval to
the CBFSP.
As far as practicable, the security personnel to be assigned shall come
from the same unit or offce in the same city, municipality, district, or province.
The offcers assigned for security duty to a candidate shall be subject to
the same requirements as to the wearing of uniforms and the other conditions
imposed in Section 4 hereof.
If at any time the ground for which the authority to engage the services
of security personnel ceases to exist, or for any valid cause, the CBFSP shall
revoke the authority granted.
SEC. 12. Security details. The CBFSP or RJSCC shall issue the required
Security Detail Authority to all applicants currently being protected and secured
by the PNP, AFP, other law enforcement agencies and security agencies.
Likewise, the RJSCC may issue a thirty (30) day non-extendible Temporary
Security Detail (TSD), upon fling of the applications, the submission of the
existing threat assessments and the payment of the required fee.
All applications, threat assessments, including the TSDs issued by the
RJSCC shall be forwarded to the CBFSP within fve (5) days from issuance
thereof for its appropriate action.
SEC. 13. Reporting requirements. The RJSCC shall submit to the
CBFSP a weekly report on the implementation of this Resolution, which shall
include the following:
(a) Current status of the enforcement (i.e. number of arrests, names
of persons involved, number of confscated frearms, categorized into
licensed or unlicensed) of the ban on frearms and security personnel;
(b) The peace and order situation in various parts of the country,
including insurgency, the existence and size of private armies, the intensity
of political rivalries and other circumstances, that may affect the conduct
of the elections; and
(c) Inventory of the Temporary Security Detail (TSD) and the list of
frearms issued.
The CBFSP shall consolidate all weekly reports submitted by RJSCC
and submit the same to the Commission en banc.
SEC. 14. Enforcement, Prohibition and Penalties. Any member of
the law enforcement /security agencies enumerated in Sec. 4 hereof, who are
not wearing the authorized uniform, display their agency issued identifcation
cards mentioned herein, bears, carries or transports frearm or other deadly
weapon, and who do not possess the required Certifcate of Authority from the
CBFSP shall be presumed unauthorized to carry frearms and subject for arrest.
Any violation of this resolution shall be punished with imprisonment of
not less than one (1) year but not more than six (6) years and shall not be
subject to probation. In addition, the guilty party shall be sentenced to suffer
permanent disqualifcation to hold public offce and deprivation of the right of
suffrage. If he is a foreigner, he shall be sentenced to deportation which shall
be enforced after the prison term has been served.
This is without prejudice to the cancellation by the Chief, Philippine National
Police, of the violators frearms license and permit to carry frearm outside
residence if any, and the perpetual revocation of the privilege to secure similar
license or permit in the future.
For government employees, perpetual disqualification to possess
government owned and issued frearms shall be imposed upon them.
Further, the same is without prejudice to the fling of the proper criminal
and/or administrative charges.
Any public offcer who falsely certify under oath that the persons
named in the roster are in the regular plantilla of the Agency, performing
law enforcement functions and are receiving regular compensation for the
services rendered in the said agency and that the frearms described are duly
registered frearms shall be criminally and administratively charged.
SEC. 15. Requirements for certified true copy of certificate of
authority. Photocopies of the Certifcates of Authority shall only be valid
if they are:
1. certifed as true copies of the record on fle by the CBFSP;
2. printed on Comelec security paper;
3. stamped with Comelec dry seal;
4. affxed with security sticker; and
5. covered in the original by offcial receipts of the Comelec.
Certifed true copies of the Agencys Certifcate of Authority may be
secured upon:
(a) payment of legal fee with the Comelec Cash Division in the amount
of One Hundred Pesos (Php 100.00) for the frst page and Two Pesos (Php
2.00) for every succeeding page per issuance of a Certifed True Copy of File
on Record of the Agencys Certifcate of Authority; and
(b) submission by the Head of the requesting agency together with its
Chief of Personnel Division (or its equivalent) a certifcation under oath stating:
1. which unit and personnel within their agency is authorized to be
issued said certifed true copies of their respective agencys Certifcates of
Authority; and
2. that the roster of personnel accompanying said request for certifed
true copies of their agencys certifcate of authority contain only their duly
authorized regular plantilla offcers and members with actual law enforcement
and/or security functions.
SEC. 16. Effectivity and dissemination. - This Resolution shall take
effect on the seventh (7th) day after its publication in two (2) daily newspapers
of general circulation in the Philippines.
The Education and Information Department shall cause the
publication of this Resolution and shall furnish copies thereof to all Regional
Election Directors, Provincial Election Supervisors, Election Offcers, the PNP,
the AFP and all other law enforcement agencies.
SO ORDERED.
SIXTO S. BRILLANTES, JR.
Chairman
RENE V. SARMIENTO
Commissioner
LUCENITO N. TAGLE
Commissioner
ARMANDO C. VELASCO
Commissioner
ELIAS R. YUSOPH
Commissioner
CHRISTIAN ROBERT S. LIM
Commissioner
MARIA GRACIA CIELO M. PADACA
Commissioner
(MST-Dec. 6, 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
December 3, 2012
I NVI TATI ON TO BI D
(MST-Dec. 6, 2012)
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 Fund
101 GAA- DPWH Regular Infrastructure Program CY 2013, invites contractors to bid
for the aforementioned project:
1. Contract ID: 12CD0298
Contract Name: Road Upgrading (Gravel to Paved) of Eastern Bulacan Road,
K099+480 - K0101+500 (with exceptions), Doa Remedios
Trinidad, Bulacan
Contract Location: Doa Remedios Trinidad, Bulacan
Scope of Work: Concreting of road, L= 720.00 l.m./Slope protection/box culvert
Approved Budget for the Contract (ABC): Php 23,519,952.77
Contract Duration : 150 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 FinancialContracting 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 December 26, 2012
2. Issuance of Bidding Documents From: December 4, 2012 up to 10:00 A.M. of
December 26, 2012
3. Pre-Bid Conference 2:00 P.M. of December 11, 2012
4. Submission of Bids Deadline: 10:00 A.M. of December 26, 2012
5. Opening of Bids December 26, 2012 @ 2:00 P.M.
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 Twenty Thousand Pesos (Php 20,000.00). 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 envelope to the Bulacan 2
nd
D.E.O. - BAC Chairman; otherwise,
it will be a ground for an outright disqualifcation. The frst envelope shall contain the technical
component of the bid, which shall include a) copy of the CRC; b) if a propose Key Technical
Personnel is an employee of the bidder and working on another project at the time of the bidding,
the bidder shall submit a certifcation that (1) the personnel will be pulled out from the on-going
project once the bidder is awarded the contract, and (2) he/she will be replaced with another
person with equal or better qualifcations, as certifed by the head of the implementing offce
and c) The bidder may propose a Key Technical Personnel who is not its employee provided
that the said personnel is required to submit a certifcation that he/she will work for the bidder
if it is awarded the contract under bidding. 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
Republic of the Philippines
Department of Public Works and Highways
OFFICE OF THE DISTRICT ENGINEER
Second Cotabato Engineering District
Villarica, Midsayap, Cotabato
Fax No. (064) 2298925 Tel. No. (2298494)
I NVI TATI ON TO BI D
The Department of Public Works and Highways (DPWH) , Cotabato Second
Engineering District, Villarica, Midsayap, Cotabato through its Bids and Awards
Committee (BAC), invites contractors to apply to bid for the following contract(s):
RE-INVITATION
1. a. Contract ID: 12-MD-0065
b. Contract Name:
c. Location of the Contract:
Construction of Raradangan Bridge along
Barangiran-Dado Provincial Road, Alamada,
North Cotabato
Raradangan, Alamada, Cotabato (81.77
meter)
d. Scope of Work: Structure Excavation, Structure Fill, Shorings
and Cribbing, Embankment, Reinforcing Steel
Structural Concrete , Lean Concrete, Structure
Steel, Grouted Riprap, Gabion, Mobilization,
Construction Safety and Health.
e. Cost of bid documents: 25,000.00
f. ABC : P19,570,849.06
g. Duration: 210 CD
h. Source of Fund: GOP-LUMPSUM-CY-2012
Bidding will be conducted through open competitive bidding procedures in
accordance with R.A. 9184 and its Revised Implementing Rules and Regulation.
To bid for this contract, a contractor must submit a Letter of Intent (LOI) and must
meet the following major criteria: (a) prior registration with the 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
similar contract costing at least 50% of ABC within a period of 10 years, and (d) Net
Financial Contracting Capacity of 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 for the receipt of LOI. The DPWH
POCW-Central Offce will only process contractors applications for registration, with
complete requirement, and issue the Contractors Certifcate of Registration (CRC) .
The signifcant times and deadlines of procurement activities are shown below:
BAC Activities Schedule
1. Issuance of Bidding documents From: December 1 to December 21, 2012
2. Pre-bid Conference Date: December 7, 2012
3. Receipt of Bids Deadline: 10:00 AM Date: December 21, 2012
4. Opening of Bids Right after the dropping of bids Date: December 21, 2012
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 Registration from the DPWH website
www.dpwh.gov.ph . The BAC will issue hard copies of Bidding Documents at DPWH
Cotabato Second Engineering District, Villarica, Midsayap, Cotabato. Prospective
Bids must accompanied by a bid security in any acceptable form in the amount stated
in Section 27.2 of the Revised IRR.
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 eligible bidders upon payment of a non-refundable fees of the amount
stated above for Bidding documents. Bidders that will download the BDs from the
DPWH website shall pay the said fees on or before the submission of their bids.
The DPWH-Cotabato Second Engineering District, Midsayap, Cotabato 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.) BARTOLOME T. PAGADUAN
(BAC Chairman)
(MST-Dec. 6, 2012)
(MST-Dec. 1 & 6, 2012)
INVITATION TO BID
The Bids and Awards Committee (BAC) of the Department of Public Works and
Highways, Cebu 1
st
District Engineering Offce, through its Bids and Awards
Committee (BAC), invites contractors to bid for the aforementioned project:
Item No. 1
a. Contract ID : 12HD0061
b. Contract Name : Reconstruction of Caputatan
Bri dge al ong Bog-Curva-
Medellin-Daanbantayan Road
c .Contract Location : Medellin, Cebu
d. Scope of Work : Reconstruction of Bridge
e. Approved Budget for the Contract (ABC) : Php19,202,500.00
f. Contract Duration : 162 Calendar Days
g. Funding Source : Infra. CY 2013
h. Bid Document Fee : 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 contract, a contractor must submit a Letter of Intent (LOI) 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 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 Central Offce will only process contractors applications for registration, with
complete requirements, and issue the Contractors Registration Certifcate (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
: December 01, 2012 to December 13, 2012
2. Pre-bid Conference
: December 05, 2012 at 2:00 p.m.
3. Receipt of REIs from Prospective Bidders
: December 06, 2012 to December 10, 2012
4. Receipt of Bids :
December 17, 2012 at 8:00a.m. to10:00a.m.
5. Opening of Bids
: December 17, 2012 at 2:00 p.m.
Attendance during pre-bid conference as scheduled is a must for all interested
contractors/bidders.
Prospective bidders shall submit their duly accompanied 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 evaluation and the post qualifcation.
The Department of Public Works and Highways Cebu I
st
District Engineering
Offce 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 the affected
bidders.
Approved by:
(Sgd.) MARIETTA D. ECARMA
BAC Chairman
Noted:
(Sgd.) WILFREDO AV. ENCISO, CEO VI
District Engineer
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE DISTRICT ENGINEER
Cebu 1
st
District Engineering Offce
Regional Equipment Services Compound
V. Sotto Street, Cebu City
DECEMBER 6, 2012, ManilaStandar dTODAY THURSDAY D3
|
CYAN MAGENTA YELLOW BLACK
Classifeds
ManilaStandardToday adv.mst@gmail.com DECEMBER 6, 2012 THURSDAY
D4
Page Compositor: Diana Keyser Punzalan
Republic of the Philippines
Department of Public Works and Highways
First Metro Manila Engineering District
Westbank Road, Manggahan Floodway,
Rosario, Pasig City
I NVI TATI ON TO BI D
(MST-Dec. 6, 2012)
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.: 0120B0339
Contract Name: Rehabilitation of Gravity Wall along Nangka River
at Miraverde, Brgy. Nangka, Marikina City
Contract Location: Marikina City
Scope of Work: Rehabilitation of Gravity Wall along Nangka River
Approved Budget for the Contract (ABC): PhP48,841,766.18
Contract Duration: 180 Calendar Days
Cost of Bid Documents: PhP25,000.00
2. Contract ID No.: 0120B0340
Contract Name: Rehabilitation of Ibayo-Palingon Creek, Taguig City
Contract Location: Taguig City
Scope of Work: Rehabilitation of Creek
Approved Budget for the Contract (ABC): PhP42,926,805.55
Contract Duration: 180 Calendar Days
Cost of Bid Documents: PhP25,000.00
3. Contract ID No.: 0120B0341
Contract Name: Rehabilitation of Sto. Rosario Creek, Sta. 0+000
to Sta. 0+394, Taguig City
Contract Location: Taguig City
Scope of Work: Rehabilitation of Creek
Approved Budget for the Contract (ABC): PhP19,427,557.74
Contract Duration: 150 Calendar Days
Cost of Bid Documents: PhP10,000.00
4. Contract ID No.: 0120B0342
Contract Name: Construction of Hall of Justice Building, Barangay
Plainview, Mandaluyong City
Contract Location: Mandaluyong City
Scope of Work: Construction of Hall of Justice Building
Approved Budget for the Contract (ABC): PhP14,549,918.14
Contract Duration: 180 Calendar Days
Cost of Bid Documents: PhP10,000.00
5. Contract ID No.: 0120B0343
Contract Name: Rehabilitation of Pagadling Creek, Sta. 0+104.10
to Sta. 0+395.10, Taguig City
Contract Location: Taguig City
Scope of Work: Rehabilitation of Creek
Approved Budget for the Contract (ABC): PhP12,079,229.43
Contract Duration: 150 Calendar Days
Cost of Bid Documents: PhP10,000.00
6. Contract ID No.: 0120B0344
Contract Name: Preventive Maintenance (Intermittent Section) of
Shaw Boulevard, Mandaluyong City, K0008+000
to K0010+002
Contract Location: Mandaluyong City
Scope of Work: Preventive Maintenance
Approved Budget for the Contract (ABC): PhP10,436,000.00
Contract Duration: Calendar Days
Cost of Bid Documents: PhP10,000.00
7. Contract ID No.: 0120B0345
Contract Name: Installation/Application/Construction of Road Safety
Devices along A. Bonifacio Avenue, Sumulong
Highway, J.P. Rizal Street, E. Dela Paz Street and
Marikina-San Mateo Road, Marikina City (District
I)
Contract Location: Marikina City
Scope of Work: Installation/Application/Construction of Road Safety
Devices
Approved Budget for the Contract (ABC): PhP10,000,000.00
Contract Duration: 30 Calendar Days
Cost of Bid Documents: PhP10,000.00
8. Contract ID No.: 0120B0346
Contract Name: Rehabilitation/Improvement of Libingan ng mga
Bayani Road, Taguig City, 2
nd
District, Km 0013+
(-267) to Km 0013+(-088)
Contract Location: Taguig City
Scope of Work: Rehabilitation/Improvement of Road
Approved Budget for the Contract (ABC): PhP10,000,000.00
Contract Duration: Calendar Days
Cost of Bid Documents: PhP10,000.00
9. Contract ID No.: 0120B0347
Contract Name: Rehabilitation of Daang Paa Creek, Sta. 0+000 to
Sta. 0+350, Taguig City
Contract Location: Taguig City
Scope of Work: Rehabilitation of Creek
Approved Budget for the Contract (ABC): PhP7,644,512.63
Contract Duration: 120 Calendar Days
Cost of Bid Documents: PhP10,000.00
10. Contract ID No.: 0120B0348
Contract Name: Construction of Multi-Purpose Building, Including
Ground Improvement, Block 34, Brgy. Addition
Hills, Mandaluyong City
Contract Location: Mandaluyong City
Scope of Work: Construction of Multi-Purpose Building
Approved Budget for the Contract (ABC): PhP7,749,993.56
Contract Duration: 120 Calendar Days
Cost of Bid Documents: PhP10,000.00
11. Contract ID No.: 0120B0349
Contract Name: Rehabilitation of Mauling Creek, Sta. 0+000 to Sta.
0+131.50, Taguig City
Contract Location: Taguig City
Scope of Work: Rehabilitation of Creek
Approved Budget for the Contract (ABC): PhP5,710,002.15
Contract Duration: 150 Calendar Days
Cost of Bid Documents: PhP10,000.00
A. 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.
B. 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.
C. 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.].
D. 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.
E. The First Metro Manila Engineering District, will hold the Pre-Bid Conference
on December 14, 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.
F. Bids must be delivered on or before December 27, 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.
G. 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
bidder or bidders.
H. 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
REPUBLIC OF THE PHILIPPINES
Department of Public Works and Highways
OFFICE OF THE DISTRICT ENGINEER
Isabela 4th District Engineering Offce
Quezon, San Isidro, Isabela
I NVI TATI ON TO BI D
(MST-Dec. 6, 2012)
The Bids and Awards Committee (BAC) of the DPWH Isabela 4th District Engineering Offce,
invites contractors to bid for the aforementioned projects:
1.
a. Contract ID No. : 12BH0108
b. Name of project : Construction of Additional Lane Along
Santiago-Tuguegaro Rd.
c. Location : Santiago City
d. Brief Description : RCP-Road-New Construction-PCCP
e. Major item of work : item 310
f. ABC : P2,418,546.67
g. Source of fund : CY2012 Reg Infra Savings
h. Duration C.D. : 60 C.D.
i. Cost of Bid Documents : P5,000.00
2.
a. Contract ID No. : 12BH0109
b. Name of project : Road Network Rehab/Regravelling,Isabela
State University Echague Campus
c. Location : Echague,Isabela
d. Brief Description : RRG-Roads-Rehabilitation-Gravelling
e. Major item of work : Item 201
f. ABC : P1,700,000.00
g. Source of fund : PDAF Party List
h. Duration, C.D. : 60 C.D.
i. Cost of Bid Documents : P5,000.00
3.
a. Contract ID No. : 12BH0110
b. Name of project : Application of Road Safety Devices along
Cordon-Diffun Road,KO318+030-
KO319+000
c. Location : Cordon,Isabela
d. Brief Description : TEP-Traffc Engineering-Pavement
Markings
e. Major item of work : item 612-white
f. ABC : P495,000.00
g. Source of fund : Periodic Maintenance
h. Duration, C.D. : 30 C.D.
i. Cost of Bid Documents : P1,000.00
4.
a. Contract ID No. : 12BH0111
b. Name of project : Repair/Restoration of Jones II
Bridge(Abutment Protection A and B)
along Jct. Ipil-Qurino.
c. Location : Santiago City
d. Brief Description : BRC-Bridge-Rehabilitation-Concrete
e. Major item of work : item 506
f. ABC : P300,000.00
g. Source of fund : IRF
h. Duration, C.D. : 30 C.D.
i. Cost of Bid Documents : P1,000.00
5.
a. Contract ID No. : 12BH0112
b. Name of project : Rehab./Renovation/Improvement of
MPB,SACDECO MPC
c. Location : Rizal, Santiago City
d. Brief Description : BIL-Building/Industrial Plant-Low Rise
e. Major item of work : Masonry, doors and Windows
f. ABC : P700,000.00
g. Source of fund : Part List PDAF
h. Duration, C.D. : 30 C.D.
i. Cost of Bid Documents : P1,000.00
6.
a. Contract ID No. : 12BH0113
b. Name of project : Repair/Maintenance of DPWH Building @
Accounting Section
c. Location : San Isidro,Isabela
d. Brief Description : BIL-Building/Industrial Plant-Low Rise
e. Major item of work : item 506
f. ABC : P240,000.00
g. Source of fund : MOOE
h. Duration, C.D. : 60 C.D.
i. Cost of Bid Documents : P1,000.00
7.
a. Contract ID No. : 12BH0114
b. Name of project : Repair/Maintenance of DPWH Building
Planning Section
c. Location : San Isidro,Isabela
d. Brief Description : BIL-Building/Industrial Plant-Low Rise
e. Major item of work : item 506 masonry works
f. ABC : P240,000.00
g. Source of fund : MOOE
h. Duration, C.D. : 60 C.D.
i. Cost of Bid Documents : P1,000.00
8.
a. Contract ID No. : 12BH0115
b. Name of project : Repair/Maintenance of DPWH Building @
MQCS Building
c. Location : San Isidro,Isabela
d. Brief Description : BIL-Building/Industrial Plant-Low Rise
e. Major item of work : item 1014
f. ABC : P160,000.00
g. Source of fund : MOOE
h. Duration, C.D. : 30 C.D.
i. Cost of Bid Documents : P1,000.00
9.
a. Contract ID No. : 12BH0116
b. Name of project : Repair/Maintenance of DPWH Offce
Building
c. Location : San Isidro,Isabela
d. Brief Description : BIL-Building/Industrial Plant-Low Rise
e. Major item of work : item 1014
f. ABC : P220,000.00
g. Source of fund : MOOE
h. Duration, C.D. : 30 C.D.
i. Cost of Bid Documents : P1,000.00
10.
a. Contract ID No. : 12BH0117
b. Name of project : Partial Construction of 2-Storey Building
c. Location : Santiago City National High School
d. Brief Description : BIL-low rise
e. Major item of work : concrete and rebars
f. ABC : P407, 880.00
g. Source of fund : DepEd School Building Program GAA
2011
h. Duration, C.D. : 30 C.D.
i. Cost of Bid Documents : P1,000.00
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 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 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 downloaded at the DPWH website www.dpwh.gov.ph.
Signifcant times and deadlines of procurement activities are shown below:
1 Deadline of Receipt of LOI December 10, 2012 4:30 P.M.
Issuance of Bid Documents December 4-26, 2012
Pre-Bid Conference December 13, 2012 10:00 P.M.
Deadline of Receipt of Bids December 26, 2012 9:00 A.M.
Opening of Bids December 26, 2012 10:00 A.M.
The BAC will issue hard copies of Bidding Documents (BDs) at DPWH-Isabela 4th DEO,
Quezon, San Isidro, 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 by a 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 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 post-qualifcation.
The DPWH Isabela 4th 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
Republic of the Philippines
Department of Public Works and Highways
SAMAR FIRST DISTRICT ENGINEERING OFFICE
OFFICE OF THE DISTRICT ENGINEER
Calbayog City
I NVI TATI ON TO BI D
f or
(MST-Dec. 6, 2012)
I. Contract ID : 13IJ - 0036
Contract Name/Location : C O N S T R U C T I O N O F S C H O O L
BUILDING,GADGARAN INTEGRATED SCHOOL/
BRGY. GADGARAN, CALBAYOG CITY
Scope of Work : 1. CONSTRUCTION OF TWO STOREY FOUR
CLASSROOM
Approved Budget for the Contract (ABC): 1.PHP 5,089,000.00
Contract Duration : 120 CD
Cost of Bid Documents : P 10,000.00
II. Contract ID : 13IJ - 0037
Contract Name/Location : CONSTRUCTION OF SCHOOL BUILDING,
CAL BAYOG CI T Y NAT I ONAL HI GH
SCHOOL/ BRGY. BAGACAY, CALBAYOG
CITY
Scope of Work : 1. CONSTRUCTION OF TWO STOREY FOUR
CLASSROOM
Approved Budget for the Contract (ABC): 1.PHP 5,093,000.00
Contract Duration : 120 CD
Cost of Bid Documents : P 10,000.00
III. Contract ID : 13IJ 0040
Contract Name/Location : CONSTRUCTION OF SCHOOL BUILDING, RAMON
T. DIAZ MEMORIAL HIGH SCHOOL/GANDARA,
SAMAR
Scope of Work : 1. CONSTRUCTION OF TWO STOREY SIX
CLASSROOM; CONSTRUCTION OF TWO STOREY
FOUR CLASSROOM; CONSTRUCTION OF ONE
STOREY ONE CLASSROOM
Approved Budget for the Contract (ABC): 1.PHP 11,873,610.00
Contract Duration : 150 CD
Cost of Bid Documents : P 10,000.00
IV. Contract ID : 13IJ - 0043
Contract Name/Location : CONSTRUCTION OF SCHOOL BUILDING,
TARANGNAN NATI ONAL HI GHSCHOOL/
TARANGNAN, SAMAR
Scope of Work : 1. CONSTRUCTION OF TWO STOREY SIX
CLASSROOM; CONSTRUCTI ON OF TWO
STOREY FOUR CLASSROOM; CONSTRUCTION
OF ONE STOREY ONE CLASSROOM
Approved Budget for the Contract (ABC): 1.PHP 5,830,990.00
Contract Duration : 150 CD
Cost of Bid Documents : P 10,000.00
1. The DPWH-Samar First District Engineering Offce, Calbayog City, through
the FY-2013 Regular School Building Program (RSBP) 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 purchase 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 December 5-Dec. 28, 2012.
6. The DPWH-Samar First District Engineering Offce, Calbayog City will hold a
Pre-Bid Conference on Dec. 13, 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 Dec. 28, 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 Dec. 28, 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)
REMINDER
MST Classifed Ads section requires
a Two (2) day CUT-OFF PERIOD on
all ITBs, BID BULLETIN, NOTICES
and REOIs prior to publication
date(s).
For
fast
ad
results
please
call
659-48-
03
or
659-48-
30