RIGARDO L. CACHUELA
CONTRACT FOR THE SUPPLY OF LABOR AND MATERIALS, DELIVERY,
CONSTRUCTION/ INSTALLATION AND COMMISSIONING OF IMPROVISED
‘TRAMLINE SYSTEM
KNOW ALL MEN BY THESE PRESENTS:
This contract made and entered into this day of 21 FEO _20#012 in the
Science City of Muifoz, Nueva Esia, Philiopines by and between,
The PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND
MECHANIZATION a government agency created pursuant to PD 1380 as amended with
office address at CLSU Compound, Maharlika Road, Science City of Mufoz, Nueva Ecija
represented by the Director IV, RICARDO L. CACHUELA hereinafter referred to as the
ENTITY.
-AND-
The CONSTRUCTORS’ DEVELOPMENT MULTIPURPOSE COOPERATIVE
(CDMPC), a private corporation established pursuant to existing laws with business
address at Kidapawan City, North Cotabato, represented by its Project Engineer,
ENGR. ALEX B. GAMUTAN, and hereinafter referred to as the CONTRACTOR.
WITNESSETH
Whereas, Request for Sealed Bids for the above-cited project were sent to all
known reputable CONTRACTORS:
Whereas, per DA-PHilMech SAC Resolution No. 12-01-01 dated 11 January 2012,
CONSTRUCTORS? DEVELOPMENT MULTI-PURPOSE COOPERATIVE (CDMPC) bid
was determined to be the lowest calculated and responsive bid;
NOW THEREFORE, for and in consideration of the foregoing, the parties hereto
agree as follows:
1. The CONTRACTOR shail undertake the Supply of Labor and Materials, Delivery,
‘Construstion/ Installation and Commissioning of Improvised Tramline System
with the following technical spectfications:
__ SPECIFICATIONS CDMPC.
Supply of Material and Lebor, Delivery, Construction/Installation and Commissioning of PhP 319,000.00
Improvised Traraline System
Prime Mover Assembly
~ Cable rive Sneave
Drive sheave base anda
Track Cable and Accessories |
+ 11Smeters, 4” diameter Slue Strand, 8x19 WRC, SEALE Cable, IPS,grade 180
gleam, Right Hand
9/4" U-Belt cable clip
Carriage Assembiy
7.5m x 1m fabricated 2arrlage assembly properly coated with primer and paint, 6
roller, heavy dury
Ralior asse-nbly wit acs
Traction Cable and Acessories
3/8" diameter Biuo Strand, 6x19 WRC SEALE Cable, IPS,grade 180 kgimm2,
10° dia.heavy duty pulley,Waterial. 1045 to0i steel Casted quenched and tempered
= 318" U-Bot cable clip |
3/8" Thimble |
Swivel
Other accessories |
Drive Sheave i
28, Steel plates, Angular bars, Paints and other accessories‘ARNEL RANIA M. APAGA of er
8. GAMUTAN
paca
Y 7]
2. Performance Security. To guarantee the CONTRACTOR’s faithful performance of
the contract obligations, he shall post in favor of the ENTITY and within ten (10)
calendar days from the signing of the contract, a performance security in
accordance with the following form and amount:
Form Minimum amount in % of Total
Contract Price
Cash, cashier's check,
manager's check issued by a
Universal or Commercial Bank 5%
Bank draft/quarantee or
irrevocable letter of credit issued
by a Universal or Commercial
Bank: Provided, however, that it
‘shall be confirmed or
authenticated by a Universal or
Commercial Bank, if issued by
foreign bank
Surety Bond callable upon
demand issued by a surety or
insurance company duly certified 30%
by the Authorized to issue such
security
‘The Performance Security shall guarantee the payment of the amount of the
security as penalty in the event it is established that the winning bidder is in default
‘on any of its obligations under the contract.
3. CONTRACTOR shall be responsible for the source/s of _ his
supplies/materials/equipment shall make deliveries in accordance with schedule,
quality and specifications of the award and job order. Failure by the CONTRACTOR
to comply with the same shall be ground for cancellation of these award and Job
order issued to that and for re-awarding the items to the ALTERNATE
CONTRACTOR
4, CONTRACTOR shall pick up the Notice of Award/job order issued in his favor within
three (3) days after receipt of notice to that effect. A telephone call or fax
transmission shall constitute an official notice to the CONTRACTOR. Thereafter, if
the job order(s) remain unclaimed, the said job order shall be sent by messengerial
service to the CONTRACTOR at the latter’s expense. To avoid delay in the delivery
of the requesting agency's requirement, all DEFAULTING CONTRACTOR shall be
precluded from proposing or submitting a substitute sample.
5. Delivery period. The tramiine system shall be delivered, installed, commissioned,
tested and evaluated within Ten (10) calendar days In Baungon, Bukidnon from
receipt of Notice to Proceed.
6. Delivery Site. The tramiine system shall be delivered installed, commissioned,
tested and evaluated at the following site:
Unit Site
Improvised Tramline System Baungon, Bukidnon
7. Tramline system shall be subject to inspection and acceptance by the ENTITY. All
necessary tests undertaken by the ENTITY on the item(s) shall be for the account of
the CONTRACTOR.
8. The contract amount shall be Three Hundred Nineteen Thousand Pesos and
00/100 Only (Php 319,000.00) for Supply of Labor and Materials, Delivery
Construction/ Installation and Commissioning of Improvised Tramline System, minus(A REYNAILDD F. CONC!
‘ARVEL RAI
1UTAN
= TL CACHUELA
VY VY
government taxes and liquidated damages, if any. The contractor shall be paid upon
delivery on the unit after it has been inspected, tested and finally accepted by the
ENTITY, and upon submission of the receipts/original invoice and warranty
cottificates covering the whole project.
9. Payment shall be made either at the PHiIMech Main Office in the Science City of
Murioz, Nueva Ecija or at its Liaison Office in Quezon City and shall be subject to
government accounting and auditing rules and regulations.
10. Liquidated Damages. When the CONTRACTOR fails to complete the project hereof
within the specified period, inclusive of duly granted time extensions, if any, the
CONTRACTOR shall be liable for damages for the delay and shall pay the amount
of the liquidated damages shall be at least equal to one-tenth of one percent (0.1%)
of the cost of the unperformed portion for every day of delay. Once the cumulative
amount of liquidated damages reaches ten percent (10%) of the amount of the
contract, the procuring entity shall rescind the contract, without prejudice to other
courses of action and remedies open to it.
The ENTITY need not prove that it has incurred actual damages to be entitled to
liquidated damages. Such amount shall be deducted from any money due or which
may become due to the CONTRACTOR, or collected from any securities or
warranties posted by the CONTRACTOR, whichever is convenient to the ENTITY.
11.Rejected tramiine system shall be construed as non-performance of works so
ordered and shall be subject to liquidated damages.
12. CONTRACTOR shall guarantee his tramline system to be free from defects. Any
defective work/item/product therefore that may be discovered by the ENTITY during
the warranty period shall be replaced by the CONTRACTOR within seven (7)
calendar days upon receipt of a written notice to that effect.
13.Warranty. In order to assure that project and other defects shall be corrected by the
contract awardee, a warranty shall be required from the successful bidder for a
period of one year. The obligation for the warranty shall be covered by a retention
money equivalent to 10% of the contract amount which shall be released upon the
expiration of the warranty period or posting of a special bank guarantee in the same
amount, provided that the works are free from patent and latent defects.
14.All duties, excise and other taxes and revenue charges, if any, shall be for the
CONTRACTOR’s account.
45.Contract Documents. The Request for Sealed Bids, the Bid Proposal, Technical
Specifications, the CONTRACTOR’s Bond, and pertinent government rules and
regulations, shall form an integral part of this CONTRACT; except as otherwise
modified herein by mutual agreement of both parties.
16.Risk of Loss. Any loss, damage, injury to the ENTITY property or staff in the
performance of the works shall be for the sole lability of the said CONTRACTOR.
17.Warranty Against Offering or Paying Commission. The CONTRACTOR hereby
‘warrants that he or his representative has not offered or paid, directly or indirectly,
any government officer and/or ENTITY’s official or employee any consideration or
commission for the CONTRACT nor he or his representative exerted or utilized any
corrupt or unlawful influence to secure or solicit this CONTRACT for any
consideration or commission for the CONTRACT; that the CONTRACTOR will not
subcontract any portion or portions of the scope of work of the CONTRACT
awarded to him to any official or employee of the DA or of ENTITY and to the
relatives within the third degree of consanguinity or affinity of said officials or
employees who are directly or indirectly involved in contract awards or project
prosecution; and that if any commission is paid to any public official employee, he
shall disclose the name of said person and the amount being paid; that any violation
of this Warranty shall constitute a sufficient ground for the rescission or cancellationY US
of this CONTRACT or the reduction from the contract price of the consideration or
commission paid without prejudice to the filing of civil or criminal action under the
Anti-Graft Law and other applicable laws against the CONTRACTOR and/or his
representative and the ENTITY’s officials and employees.
18. Venue of Actions. Any controversy arising out of or relating to this CONTRACT shall
bbe settled in accordance with the laws of the Philippines shall be filed within the
jurisdiction of the Courts of Law nearest to Science City of Mufioz, Nueva Ecija.
IN WITNESS WHEREOF, the parties have hereunto set their hands on the date and
place first above-written.
PHILIPPINE CENTER FOR CONSTRUCTORS’ DEVELOPMENT
POSTHARVEST MULTI-PURPOSE COOPERATIVE.
DEVELOPMENT AND. (CDMPC)
MECHANIZATION
(PHIIMech)
By:
RICARDO L. CACHUELA ALEWA. GBMUTAN
Director IV i. Project Engineer
Signed in the presence of:
ARNE]. RAMIF M. APAGA REYN,
Chairperson, BAC
FUNDS AVAILABLE:
4G - BAI - Jp--0}- 04
PIS wo 319, AACKNOWLEDGEMENT
REPUBLIC OF THE PHILIPPINES.
Municipality/City of SCIENCE CTY OF a0)
Province of —
BEFORE ME, this day of 21 FEB 2 ote in the s015
Philippines, Personally appeared:
RICARDO L. CACHUELA, in his capacity as Director IV of the PHilMech with CTC
No. 35633155, issued at Talavera, Nueva Eciia on January 9, 2012,
AND
Avex GAMUT, . in his capacity as PROJECT RGR of
Compe with CTC No. 0603420, issued at DAVAO C\TF
on, , 2012 known to me to be the same persons who executed the
foregoing instrument and they acknowledge to me that the same is their voluntary act and
deed and of the agencies they represent
This instrument, consisting of five (6) pages, including the page on which this
acknowledgment is varitten, has been signed by the parties hereto and their witnesses, and
sealed with my notarial seal.
IN WITNESS WHEREOF, | have hereunto set my hand, the day, year and place above
written.
Notary Public
Unti! Dec, 31, 2072
pra au.)
bal SCIENCE Cli 2, NUEVA ECA
Issued at i a SPO
On
Doe. No.
Page No. 4
Book No.
Si of 2012