FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK



Similar documents
REQUEST FOR QUOTATION

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,

REQUIREMENTS FOR AGENT S APPLICATION FOR LICENSE

PROVISION AMENDMENT/S

ARTICLES OF INCORPORATION

Minnesota Appraisal Management Company License Application Required Forms

BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4IGOV)

ANNEX 1: CHECKLIST OF ELIGIBILITY, TECHNICAL AND FINANCIAL DOCUMENTS

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

Step One: Determining Whether Lien Rights are Available

Rule , F.A.C EQUAL OPPORTUNITY 06/10 Page 1 of 10 STATE OF FLORIDA. Mail Completed Forms To:

Department of Commerce

Procurement of CONSULTING SERVICES

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: GM

PAYMENT/PERFORMANCE BOND. This is the front page of the payment/performance bond issued in compliance with Florida Statutes

Philippine Bidding Documents Procurement of ESET NOD32 Anti-Virus 4 Business Edition

QUALIFICATION OF SUB-CONTRACTORS FOR FIRE DETECTION AND ALARM SYSTEM FOR CFC STANBIC BANK REF: 2014/15-06

PROCUREMENT OF CONSULTANCY SERVICES FOR THE BUSINESS INTELLIGENCE SOLUTIONS DEVELOPMENT FOR THE ASSET INFORMATION MANAGEMENT PROGRAM (AIMP)

FAX FAX #: From: Phone: Company Name: Lincoln Factoring, LLC. Phone: Company Name: Fax: Number of Pages: Date

Tax Credit Consultant

OFFICE OF INSURANCE REGULATION Company Admissions

Small Business Enterprises (SBE) Certification Application

CONSTRUCTION CONTRACT NO. T F

INSTRUCTIONS for COMPLETING COLLECTION AGENCY BOND APPLICATIONS

FIRM APPROVAL OF BIDDER'S PROOF OF RESPONSIBILITY DATE RECEIVED PRE-QUALIFIED BY DATE CLASS OF WORK DESCRIPTION OF JOB LOCATION OF JOB DEPARTMENT

SHORT FORM For Use by presently certified firms.

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and

NORTHERN VALLEY REGIONAL HIGH SCHOOL DISTRICT 162 KNICKERBOCKER ROAD DEMAREST, NJ BROKER FOR SCHOOLS PROPERTY & CASUALTY INSURANCE PROGRAM

WEST VIRGINIA DIVISION OF FINANCIAL INSTITUTIONS Notification Required to Become a Supervised Financial Institution

Facade Grant Program APPLICATION

**Additional information may be requested at the discretion of the Board.**


CITY OF JACKSON, MISSISSIPPI MINORITY/WOMEN BUSINESS ENTERPRISE DISCLOSURE AFFIDAVIT

PHILIPPINE BIDDING DOCUMENTS

BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4iGOV) Supplemental Bid Bulletin No. 1

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ REQUEST FOR PROPOSAL

Supply, Delivery, Installation and Configuration of Anti- Virus Software for the Insurance Commission

2. List of ALL business names under which the corporation, LLC, or LLP provides services.

M E M O R A N D U M. TO: ALL Interior Designer applicants FROM: JEAN WILLIAMS, EXECUTIVE DIRECTOR

SUBCONTRACTOR S QUALIFICATION STATEMENT. Give complete answers to the following questions (attach additional pages if necessary).

(As Harmonized with Development Partners) SUPPLY AND DELIVERY OF ENTERPRISE DOCUMENT MANAGEMENT SYSTEM

LEGAL NOTICE REQUEST FOR BID SEALED BID For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.

Borough of Jamesburg

Exhibit D CONTRACT DOCUMENTS

SAMPLE STATE OF HAWAII STANDARD QUALIFICATION QUESTIONNAIRE FOR OFFERORS. issued by the PROCUREMENT POLICY BOARD STATE OF HAWAII.

BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4IGOV)

PHILIPPINE BIDDING DOCUMENTS

DEPARTMENT OF FINANCE PROCUREMENT OF ENTERPRISE IDENTITY MANAGEMENT AND ACCESS CONTROL SOLUTION FOR 400 USERS OF THE DEPARTMENT OF FINANCE

POWER OF ATTORNEY NEW YORK STATUTORY SHORT FORM

Given under my hand and seal of office this day of, (year).

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Washoe County COMMUNITY SERVICES DEPARTMENT

Dear Business Owner: Felicia Holmes Senior Analyst, Procurement Services Osceola County Board of County Commissioners

State of Utah DEPARTMENT OF COMMERCE DIVISION OF CONSUMER PROTECTION

This page left blank intentionally

For more details on this project, please refer to attached Schedule of Requirements and Technical Specifications.

Procurement of CONSULTING SERVICES

FORMAT OF INDEMNITY BOND FOR TRANSMISSION OF SHARES WITHOUT PRODUCING PROBATE / SUCCESSION CERTIFICATE / LETTERS OF ADMINISTRATION

INFORMATION FOR ASBESTOS HANDLING LICENSE APPLICANTS

1. Technical Offer Submission Sheet

ARTICLES OF INCORPORATION. of the. (Name of Rural Bank)

CITY OF JERSEY CITY REQUEST FOR QUALIFICATIONS: HEALTH INSURANCE BROKER. Contract Term December 1, 2013 through November 30, 2016 SUBMISSION DEADLINE:

(For Department Use Only) TYPE OF APPLICATION

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

BOROUGH OF LITTLE SILVER COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL / QUALIFICATIONS BOROUGH ATTORNEY

Form: Action by Unanimous Written Consent of the Board of Directors in Lieu of Organizational Meeting (Delaware Corporation) Description:

Initial Application for Debt Management License Attachments and Instructions

CITY OF LITTLE CANADA APPLICATION FOR MASSAGE THERAPY ESTABLISHMENT LICENSE

Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department

Your agent cannot make health care decisions for you. You may execute a Health Care Proxy to do this.

FULTON COUNTY SCHOOLS IMMIGRATION AND SECURITY FORM

Revised January You must submit with the application the following documentation:

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ REQUEST FOR PROPOSAL/EUS

INTERNAL SERVICES DEPARTMENT SMALL BUSINESS DEVELOPMENT SMALL BUSINESS CERTIFICATION APPLICATION

DEVELOPER S AGREEMENT EXHIBIT A PERFORMANCE BOND AGREEMENT. THIS PERFORMANCE BOND AGREEMENT is entered into by and between

1. Provide advice and opinions regarding workers compensation issues, as needed;

LICENSE FEE: $300 fee must be submitted at the time of application. Make checks payable to: City of Milwaukee.

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526

How to Notarize a Document When You Can t Tell What It Is Pennsylvania Association of Notaries

Negotiated Procurement for the Supply, Delivery and Installation of Various Network Security Tools

CONTRACTOR QUALIFICATIONS STATEMENT

INDEMNITIES. Guaranty Agreement and Bond Information

REQUEST FOR PROPOSAL MUNICIPAL AUDITOR AND/OR FINANCIAL ADVISOR SERVICES

WEST VIRGINIA DIVISION OF BANKING

School ID/ Certificate Number SED CODE

DEPARTMENT OF COMMERCE DIVISION OF FINANCIAL INSTITUTIONS

Procurement of Consulting Services for the Conduct of a Feasibility Study for the Establishment and Management of Sarangani Level 3 Hospital

NORTH CAROLINA DEPARTMENT OF INSURANCE RALEIGH, NORTH CAROLINA INDIVIDUAL EMPLOYERS SELF-INSURED FOR WORKERS COMPENSATION APPLICATION TO SELF-INSURE

IPO Database Sample: Form of Closing Memorandum

Application for Small Business Improvement Fund Grant City of Chicago

REINSURANCE INTERMEDIARY

State of New Jersey Department of Banking and Insurance Third Party Billing Services (TPBS) APPLICATION FOR CERTIFICATION FORM.

Transcription:

Contract Reference No. Name of Contract: Location of the Contract: Standard Form No.: SF-INFRA-14 Revised on: May 24, 2004 FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK A. Summary of the Applicant Supplier s/distributor s/manufacturer s assets and liabilities on the basis of the attached income tax return and audited financial statement, stamped RECEIVED by the BIR or BIR authorized collecting agent, for the immediately preceding year and a certified copy of Schedule of Fixed Assets particularly the list of construction equipment. Year 20 1. Total Assets 2. Current Assets 3. Total Liabilities 4. Current Liabilities 5. Net Worth (1-3) 6. Net Working Capital (2-4) B. The Net Financial Contracting Capacity (NFCC) based on the above data is computed as follows: NFCC = K (current assess current liabilities) minus value of all outstanding works under ongoing contracts including awarded contracts yet to be started NFCC = Php K = 10 for a contract duration of 1 year or less, 15 for more than 1 year up to 2 years and 20 for more than 2 years. Herewith attached are certified true copies of the income tax return and audited financial statement: stamped RECEIVED by the BIR or BIR authorized collecting agent for the immediately preceding year. Submitted by: Name of Supplier/Distributor/Manufacturer Signature of Authorized Representative Date: 108

Standard Form Number: SF-INFRA-15 Revised on: July 29, 2004 Project Reference Number Name of the Project Location of the Project List of All Ongoing Government & Private Contracts Awarded But Not Yet Standard Business Name : Business Address: Name of Contract/ Project Cost Government a. Owner's Name Nature of Work Contractor's Role % a. Date Awarded % of Accomplishment b. Address Description b. Date Started c. Telephone Nos. c. Date of Completion Planned Actual Value of Outstanding Works/Undelivered Portion Private Total Cost Note: This statement shall be supported with: 1. Notice of Award and/or Contract 2. Notice to Proceed issued by the owner 3. Certificate of Accomplishments signed by the owner or authorized representative Submitted by: Designation : Date : (Printed Name & Signature) 109

Standard Form Number: SF-INFRA-16 Revised on: July 29, 2004 Name of the Project Location of the Project Statement of All Completed Government & Private Contracts Which Are Similar In Nature Business Name : Business Address: Name of Contract/ Project Cost Government a. Owner's Name Nature of Work Contractor's Role % a. Amount of Award a. Date Awarded b. Address Description b. Amount at Completion b. Contract Effectivity c. Telephone Nos. c. Duration c. Date Completed Private Note: This statement shall be supported with: 1. Contract 2. CPES rating sheets and/or Certificate of Completion 3. Certificate of Acceptance Submitted by : Designation : Date : (Printed Name & Signature) 110

Standard Form Number: SF-INFRA-41 Revised on: August 11, 2004 Name of the Project Location of the Project CONSTRUCTION SCHEDULE and S-CURVE Contract Location : : Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Item Description 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 Submitted by: Name of Representative of the Bidder Position: Name of the Bidder: Date: 111

Standard Form Number: SF-INFRA-42 Revised on: August 11, 2004 Contract Reference Number Name of the Project Location of the Project MANPOWER UTILIZATION SCHEDULE MONTH Category/Equipment 1 2 3 4 5 6 7 8 9 10 11 12 Contractor's Name: Name of Procuring Entity: Contract Name: Submitted by: Name of Representative of the Bidder Position: Name of the Bidder: Date: 112

Contract Reference No. Name of Contract: Location of the Contract: Standard Form No.: SF-INFRA-43 Revised on; May 11, 2004 OUTLINE NARRATIVE DESCRIPTION OF CONSTRUCTION METHODS 1. Introduction 2. Brief Description of Contract Works State general features of contract works. Use tables as necessary. 3. CONSTRUCTION METHODS AND PROCEDURES 3.1 Methodology or General Approach State general approach in construction in terms of use of equipment intensive or labor-based methods, any special techniques, methods or procedures to ensure the completion on time and quality if construction financing the project, etc. 3.2 Program of Work CPM, Progress bar Schedule & Development Schedule submitted 3.3 Financial Program Cash Flow Schedules, Provisions for working capital, schedule of receipts, etc 113

Contract Reference No. Name of Contract: Location of the Contract: Standard Form No.: SF-INFRA-44 Revised on: August 11, 2004 CONTRACTOR S ORGANIZATIONAL CHART FOR THE CONTRACT Submit copy of the Organizational Chart that the Contractor intends to use to execute the contract if awarded to him. Indicate in the chart the names of the Project Manager, Project Materials, & Quality Control Engineer, Structural Engineer, Foreman, and other Key Engineering Personnel. NOTE: 1. This organizational chart should represent the Contractor s Organization for the project and not of the firm. 2. The Bidders shall comply with and submit sample for SF-INFR-46 for each of such key personnel. 3. Each such nominated engineer/key personnel shall comply with and submit sample forms SF-INFRA-47 and SF-INFRA-48. 4. All these are required to be in the Technical Proposal Envelope of the Bidder. Attach the required Proposed Organization Chart for the Contract as stated above. 114

Contract Reference No. Name of Contract: Location of the Contract: Standard Form No.: SF-INFRA-45 Revised on: August 11, 2004 CONTRACTOR S LETTER-CERTIFICATE TO PROCURING ENTITY Date of Issuance: (Name of the Head of Procuring Entity) (Position of the Head of Procuring Entity) (Name of the Procuring Entity and Address) Dear : Supplementing our Organizational Chart for the Contract, we have the honor to submit herewith and to certify as true and correct the following pertinent information: 1. That I /We have engaged the services of, to be the. (Name of Employer) of the who is a with (Designation) (Name of Contract) (Profession) Professional License Certificate No. issued on who has performed the duties in the construction of the Contracts enumerated in the duly filled form. 2. The said Engineer shall be designated by us as our (Designation) to personally perform the duties of the said position in the abovementioned project, if and when the same is awarded to us. 3. The said Engineer shall employ the best care, skill and ability in performing his duties in accordance with the Contract Agreement, Conditions of Contract Plans, Specifications, Special Provisions and other provisions embodied in the proposed contract. 4. The said Engineer shall be personally present at the jobsite to supervise the phase of the construction work, pertaining to this assignment as (Designation) all the time. 5. That in order to guarantee the said Engineer shall perform his duties properly and hereby required to secure a Certificate of Appearance from the Procuring Entity s Engineer at the end of every month. 115

6. That in the event that I/we elect or chose to replace Engineer with a new one, the Procuring Entity will be accordingly notified by us in writing at least 21 days before making the replacement. We will submit to the Procuring Entity, for prior approval, the name of the proposed new Engineer, his qualifications, experience, list of projects undertaken and other relevant information. 7. That any willful violation on my/our part of the herein conditions may prejudice my/our standing as a reliable contractor in future bidding of the procuring Entity. Very truly yours, (Authorized Representative of Bidder) CONCURRED IN: (Name of Engineer) (Address) 116

Contact Reference No. Name of Contract: Location of the Contract: Standard Form No.: SF-INFRA-46 Revised on: August 11, 2004 KEY PERSONNEL S CERTIFICATE OF EMPLOYMENT Date of Issuance: (Name of the Head of Procuring Entity) (Position of the Head of Procuring Entity) (Name of the Procuring Entity and Address) Dear : I am, a licensed Engineer with (Name of Nominee) Professional License No. issued on at I hereby certify that (Name of Bidder) has engaged my services as for As (Designation), I supervised the following completed projects similar to the contract under bidding: NAME OF PROJECT OWNER COST DATE COMPLETION At present, I am supervising the following projects: NAME OF PROJECT OWNER COST DATE COMPLETION 117

In case of my separation for any reason whatsoever from the abovementioned Contractor, I shall notify the Procuring Entity at least 21 days before the effective date of my separation. As (Designation), I know I will have to stay in the job site all the time to supervise and manage the Contract works to the best of my ability, and aware that I am authorized to handle only one (1) contract at a time. I do not allow the use of my name for the purpose of enabling the abovementioned Contractor to qualify for the contract w/o any firm commitment on my part to assume the post of therefore, if the contract is awarded to him since I understand that to do so will be sufficient ground for my disqualification as in any future bidding or employment with any Contractor doing business with the Procuring Entity. (Signature of Engineer) ACKNOWLEDGMENT SUBSCRIBED AND SWORN to before me this day of, 20, affiant exhibited to me his/her competent evidence of identity no. issued on at Philippines. Notary Public Until Dec. 31, 20 PTR No. Issued at: Issued on: TIN No. Doc No.: Book No. Page No. Series of 118

Standard Form No.: SF-INFRA-47 Revised on; August 11, 2004 KEY PERSONNEL (FORMAT OF BIO-DATA) Contact Reference No. Name of Contract: Location of the Contract: Give the detailed information of the following personnel to be assigned as full-time field staff for the project. Fill up a form for each person. Authorizing Managing Officer/Representative Sustained Technical Employee 1. Name : 2. Date of Birth : 3. Nationality : 4. Education and Degrees: 5. Specialty : 6. Registration : 7. Length of Service: Year from (months) (year) to (months) (year) 8. Years of Experience: 9. If item 7 is less than 10 years, give name and length of service with previous employers for a 10 year period (attached additional sheet/s), if necessary NAME AND ADDRESS OF EMPLOYER LENGTH OF SERVICE year(s) from to year(s) from to 10. Experience: This should cover the past 10 years of experience. (Attached as many pages as necessary to show involvement of personnel in projects using the format below) 1. Name: 2. Name & Address of the Owner: 3. Name & Address of the Owner s Engineer: 4. Indicate the Features of the Project (Particulars of the project component and any other particular interest connected w/ the project): 5. Contract Amount Expressed in Philippine Currency: 6. Position: 7. Structures for which the employees was responsible: 119

8. Assignment Period: from (months) (years) to (months) (years) Name and Signature of Employee It is hereby certified that the above personnel can be assigned to this project, if the contract is to be awarded to our company. Place and Date Authorized Representative 120

Contract Reference # Name of the Project Location of the Project Standard Form Number: SF-INFRA-48 Revised on: August 11, 2004 QUALIFICATION OF KEY PERSONNEL PROPOSED TO BE ASSIGNED TO THE CONTRACT Business Name : Business Address : Project Materials Sanitary Engineer/ Engineer Engineer Electrical Engineer Master Plumber Foremen 1. Name 2. Address 3. Date of Birth 4. Employed Since 5. Experience 6. Previous Employment 7. Education 8. PRC License Minimum Requirements Note: :Project Engineer :Materials Engineer :Electrical Engineer :Sanitary/Master Plumber :Foremen Attached individual resume and PRC License of the (professional) personnel. Submitted by : Designation: Printed Name & Signature Date : 121

Standard Form Number: SF-INFRA-49 Revised on: August 11, 2004 Contract Reference Number : Name of the Project : Location of the Project : LIST OF EQUIPMENT, OWNED OR LEASED AND/OR UNDER PURCHASE AGREEMENTS PLEDGED TO THE PROPOSED CONTRACT Business Name Business Address : : Description Model/Year Capacity/Performance Size Plate No. Motor No./ Body No. Location Condition Proof of Ownership/ Lessor or Vendor A. Owned B. Leased C. Under Purchased Agreements List of minimum equipment required for the project: Submitted by : Designation : Date : 122

Standard Form Number: SF-INFRA-50 Revised on: August 11, 2004 Contract Reference Number Name of the Project Location of the Project EQUIPMENT UTILIZATION SCHEDULE Business Name : Business Address: MONTH Category/Equipment 1 2 3 4 5 6 7 8 9 10 11 12 Contractor's Name: Name of Procuring Entity: Contract Name: Submitted by: Name of Representative of the Bidder Position: 123

Contact Reference No. Name of Contract: Location of the Contract: Standard Form No.: SF-INFRA-51 Revised on; August 11, 2004 AFFIDAVIT OF SITE INSPECTION I,, of legal age,, Filipino and residing at (Representative of the Bidder) (Civil Status), under oath, hereby depose and say: (Address of the Bidder) 1. That I am the of the, with office at (Position of the Bidder) (Name of the Bidder) ; (Address of the Bidder) 2. That I have inspected the site for, located at (Name of Contract) (Location of Contract) 3. That I am making this statement as part of the requirement for the Technical Proposal of the for (Name of Bidder) (Name of the Contract) IN WITNESS HEREOF, I hereby affix my signature this day of, 20 at, Philippines. (AFFIANT) ACKNOWLEDGMENT SUBSCRIBED AND SWORN to before me this day of, 20, affiant exhibited to me his/her competent evidence of identity No. issued on at Philippines Notary Public Until Dec. 31, 20 PTR No. Issued at: Issued on: TIN No. Doc No.: Book No. Page No. Series of 124

Contact Reference No. Name of Contract: Location of the Contract: BID SECURING DECLARATION I/WE THE UNDERSIGNED DECLARES THAT: I/WE understand that, according to your conditions, bids must be supported by a Bid Security, which may be in the form of a Bid securing Declaration. I/WE accept that: (a) I/We will be automatically disqualified from bidding for any contract with any procuring entity for a period for two (2) years upon receipt of your Blacklisting Order; and (b) I/We will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing Declaration, if I/We have committed any of the following actions: (a) Withdrawn my/our Bid during the period of bid validity required in the Bidding Documents; or (ii) Fail or refuse to accept the award and enter into contract or perform any and all acts necessary to the execution of the Contract, in accordance with the Bidding documents after having been notified of your acceptance of our Bid during the period of bid validity. I/WE understand that this Bid Securing Declaration shall cease to be valid on the following circumstances: (a) Upon expiration of the bid validity period, or any extension thereof pursuant to your request; (b) I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect and; (i) I/We failed to timely file a request for reconsideration or (ii) I/We filed a waiver to avail of said right; (c) I am/we are declared as the bidder with the Lowest Calculated and Responsive Bid/Highest Rated and Responsive Bid, and I/we have furnished the performance security and signed the Contract. IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this day of (month) (year) at (place of execution) NAME OF BIDDERS AUTHORIZED REPRESENTATIVE (Insert signatory s legal capacity) AFFIANT 125

SUBSCRIBED & SWORN to before me this day of (month) (year) at (place of execution), Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her (insert type of government identification card used) with his/her photograph and signature appearing thereon, with no and his/her competent evidence of identity No. issued on at. Witness my hand and seal this day of (month) (year) Doc No Page No Book No Series of NAME OF NOTARY PUBLIC Serial No. of Commission Notary Public for until Roll of Attorneys No. PTR No. (date issued), (place issued) IBP No. (date issued), (place issued) 126

Omnibus Sworn Statement REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ) S.S. A F F I D A V I T I, [Name of affiant], of legal age, [Civil Status], [Nationality], and residing at after having been duly sworn in accordance with law, do hereby depose and state that: 1. I am the sole proprietor/president/general Manager of with office address at 2. I have full power and authority to do, execute and perform any and all acts necessary and/or to represent the in the bidding as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary s Certificate issued by the corporation or the members of the joint venture)]; 3. is not blacklisted or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board; 4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct; 127

5. is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted; 6. If a partnership or cooperative: None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; If a corporation or joint venture: None of the officers, directors and controlling stockholders of is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; 7. complies with existing labor laws and standards; and aware of and has undertaken the following responsibilities as a Bidder: 8. is aware of and has undertaken the following responsibilities as a Bidder: a) Carefully examine all of the Bidding Documents; b) Acknowledge all conditions, local or otherwise, affecting the implementation of the Contract; c) Made an estimate of the facilities available and needed for the contract to be bid, if any; and d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project]. 9. (Name of Bidder) did not give or pay directly or indirectly, any commission, amount, fee or any form of consideration pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity. (GPPB Resolution NO. 22-2014 Published on March 12, 2014, Malaya Business Insight) 128

IN WITNESS WHEREOF, I have hereunto set my hand this day of, 20 at, Philippines. Bidder s Representative/Authorized Signatory ACKNOWLEDGMENT SUBSCRIBED AND SWORN to before me this day of, 20, affiant exhibited to me his/her competent evidence of identity no issued on at Philippines. Notary Public Until Dec. 31, 20 PTR No. Issued at: Issued on: TIN No. Doc No.: Book No. Page No. Series of 129