You are on page 1of 32

`

AB – DUO CONSTRUCTION
DAVAO CITY
Leon Ma. Guerrero Street, Davao City

BIDDING DOCUMENTS

FOR

CONTRACT ID NO.: 18LB0066

CONTRACT NAME & LOCATION:


Construction/Various DPWH Proposed
Project Standard Three- Storey School
Building (15-Classrooms), Baganga, Davao
Oriental

DATE OF OPENING OF BIDS:


January 22, 2018 @ 10:00 AM

DATE OF ISSUANCE OF BIDDING


DOCUMENTS:
January 10 – January 22, 2018
`

AB – DUO CONSTRUCTION
DAVAO CITY
Leon Ma. Guerrero Street, Davao City

Contract ID No. : 18LB0066


Contract Name: Construction/Various DPWH Proposed Project Standard Three- Storey
School Building (15-Classrooms), Baganga, Davao Oriental

ABC: Php 39,719,551.44


Location of the Contract: District 1, Davao Oriental

BID DATA SHEET


ITB Clause
1.1 The Procuring Entity is AB-DUO CONSTRUCTION, Leon Ma. Guerrero Street, Davao City
Contract ID No. : 18LB0066
Contract Name: Construction/Various DPWH Proposed Project Standard Three- Storey
School Building (15-Classrooms), Baganga, Davao Oriental

ABC: 39,719,551.44

Location of the Contract: Davao City


The Identification number of the Contract is Contract ID No.18LB-0066
2 The Funding source is the : Government of the Philippines (GOP)
SARO No. ____________
Dated :, 2011
Legal Basis: elopment Assistance Fund
FY 2011, GAA, RA 10147
5.1 No further instructions.
5.2 Bidding is restricted to eligible bidders as defined in ITB clause 5.1
5.4 The Bidder must have completed, within ten (10) years from the submission of bids, a single contract
that is similar to this project, equivalent to at least fifty percent (50%) of the ABC
5.5 Unless otherwise provided in the BDS, the bidder must submit a computation of its Net Financial
Contracting capacity (NFCC) or a commitment from a universal or commercial bank to extend a credit
line in its favor if awarded the contract for this project (CLC).

The NFCC, computed using the formula , must be at least equal to the ABC to be bid:

NFCC={(Current assets minus current liabilities) (K)} minus the value of all outstanding or uncompleted
portions of the projects under ongoing contracts, including awarded contracts yet to be started
coinciding with the contract for this project:
Where:
K=10 for contract duration of one year or less, 15 for a contract duration of more than one year up to
two years, and 20 for contract duration of more than two years.
5.5 The CLC must be at least equal to ten percent (10%) of the ABC for this project. If issued by a foreign
bank, it shall be confirmed or authenticated by a Universal of Commercial Bank. In the case of local
government units (LGUs) , the Bidder may also submit CLC from other banks certified by the BANGKO
SENTRAL NG PILIPINAS (BSP) as authorized to issue such financial instrument.
No further Instructions
6.3 The Bidder, by the act of submitting its bid, shall be deemed to have inspected the site and determined
the general characteristics of the contract works and conditions for this project. Unless otherwise
indicated in the BDS, failure to furnish all information or documentation required in this Bidding
Documents shall result in the rejection of the bid and the disqualification of the Bidder.
No further instructions.
`

AB – DUO CONSTRUCTION
DAVAO CITY
Leon Ma. Guerrero Street, Davao City

Contract ID No. : 18LB0066


Contract Name: Construction/Various DPWH Proposed Project Standard Three- Storey
School Building (15-Classrooms), Baganga, Davao Oriental

ABC: Php 39,719,551.44


Location of the Contract: District 1, Davao Oriental

BID DATA SHEET


7 Unless otherwise indicated in the BDS there is no restriction on the origin of Goods, or Contracting
of Works or Services other than those prohibited by a decision of the United Nations Security
Council taken under Chapter VII of the charter of the United Nations.
No further instructions.
8.1 Any subcontracting of an infrastructure contract or any part thereof without prior written
approval by the Procuring Entity per D.O. No. 38 series of 2015 dated March 23, 2015
8.2 “ Not Applicable”
9.1 The Procuring Entity will hold a pre-bid conference for this project on JANUARY 10, 2018 @
10:00 A.M. AT MNB, UNIVERSITY OF MINDANAO, MATINA CAMPUS
10.1 The Procuring Entity’s address is
Office Address: DPWH, District 1, Davao Oriental
Contact Person Donabel Demdam, BAC Chairman, Engineer III
Telephone Number: Telefax (082) 221-6444 , 226-2035 or 302-7213
12.1(a)(i) Maintain the ITB Clause. Other acceptable proof of registration are Philippine Contractor’s
Registration Certificate and the PHIL-GEPS Certificate.
12.1(a) (iii) No further instructions
12.1 (a) (iv) Unless otherwise provided in the BDS, valid Philippine Contractors Accreditation Board (PCAB)
license and registration for the type and cost of the contract for this project.
12.1(b)(ii.2) Key Personnel Min. Cost of largest Min. years of
Project Handled experience in
proposed position
Project Manager At least 50% of the 3 years
Project Engineer Subject project 3 years
Material Engineer 3 years
Safety Health Officer 3 years
Foreman 3 years
Others (Specify)
12.1 The Equipment requirement ( See attached sheets)
(b)(ii.3) Equipment Number of Minimum
Backhoe w/ Pavement Breaker (0.80 cu.m) 1
Pay loader (1.50 cu.m), Lx80-2C 1
Dump Truck 1
Backhoe (0.810 cu.m) 1
Motorized Road Grader, G710A 1
Vibratory Roller (10 m.t.), SP56 1
Concrete Vibrator 1
Concrete Screeder (5.5 Hp) 1
Concrete Saw, Blade 14” dia (7.5 Hp) 1
Bar Cutter, Single Phase 1
`
Cargo Truck/Delivery Truck (5T) 1
Applicator Machine 1
*a) Leased Equipment, attached the lease notarized agreement specifying the
details of the usage
b) Attached documents, other pertinent papers to determine the ownership for the
equipment's/or tools.
`

AB – DUO CONSTRUCTION
DAVAO CITY
Leon Ma. Guerrero Street, Davao City

Contract ID No. : 18LB0066


Contract Name: Construction/Various DPWH Proposed Project Standard Three- Storey
School Building (15-Classrooms), Baganga, Davao Oriental

ABC: Php 39,719,551.44


Location of the Contract: District 1, Davao Oriental

BID DATA SHEET


The Bid Security shall be in form of:
Form Min. amount in % of ABC
a.Cash, certified check or cashiers/
managers check or bank draft,
irrevocable letter of credit issued
by a universal or commercial bank Two percent (2%)
b. Bank guarantee issued by a
universal or commercial bank Two percent (2%)
c. Surety Bond, must be accompanied
by a certification from Insurance
commission that issuer is authorized to
such security Five percent (5%)
d. Any combination of the foregoing forms Proportionate to share or form
with respect total amount of
security
Or Bid Securing Declaration.

Form DPWH-INFR-31 shall be used for if the Bid security is an irrevocable letter of credit, and form
DPWH-INFR. 32 if it is a Bank Guarantee.
13.2 The ABC is Php 39,719,551.44 Any bid with a financial component exceeding this amount shall not
be accepted.
14.2 Bidders shall submit offers that comply with the requirements of the Bidding Documents, including
the basic technical design as indicated in the drawings and specifications. Unless there is a value
engineering clause in the BDS, alternative bids shall not be accepted.
There is no provision for a value engineering change proposal.
15.4 Bid prices shall be fixed. Adjustable price proposals shall be treated as non-responsive and shall be
rejected .
16.1 The bid prices shall be quoted in Philippine Pesos.
16.3 Unless otherwise specified in the BDS, payment of the contract price shall be made in Philippine
pesos.
No further instructions
17.1 Bid will be valid One Hundred Twenty (120) calendar days from the date set for the opening bids.
18.1 The bid security shall be in the following amount:
1. Php 152,880.00 if bid security is in cash, cash, cashiers/managers check, bank
draft/guarantee or irrevocable letter of credit;
2. Php 382,200.00 if bid security is in Surety bond or
Any of the combination of the foregoing proportionate to the share of form with respect to total
amount security.
18.2 Bid security shall be valid One Hundred Twenty (120) days from date set for the opening of bids.
18.5(a)(iv) The bid security may be forfeited:
(a) If a bidder:
`
(i) Withdraws its bid during the period of bid validity specified in ITB, clause 17
(ii) Does not accept the correction of errors pursuant to ITB clause, 27.3(b)
(iii) Fails to submit the requirements within the prescribed period or a finding
(iv) Against their veracity, as stated in ITB clause 28.2 or
(v) Other reasons
1. Submission of eligibility requirements containing false information or falsified documents
2. Submission of bids that contain false information or falsified documents, or the
concealments of such information in the bids in order to influence the outcome of the
eligibility screening or any other stage of the public bidding.
3. Allowing the use of one’s name , or using the name of another for purposes of public
bidding;
4. Withdrawal of a bid, or refusal to accept an award, or enter into a contract with the
Government without justifiable cause, after the bidder had been adjudged as having
submitted the lowest calculated and responsive bid.
5. Refusal or failure to post the required performance security within the prescribed time.
6. Refusal to clarify or validate in writing its bid during the post-qualification within a period
of seven (7) calendar days from receipt of the request for clarification.
7. Any documented solicited attempt by a bidder to unduly influence the outcome of the
bidding in his favor.
8. Failure of the potential joint venture partners to enter into joint venture after the bid is
declared as successful.
9. All other acts that tend to defeat the purpose of the competitive bidding such as habitually
withdrawing from bidding, submitting late bids or patently insufficient bid, for at least
three times (3) within a year.

20.1 The Bid Security may be forfeited:


(b) If the successful bidder:
(i) Fails to sign the contract in accordance with ITB Clause 31;
(ii) Fails to furnish performance security in accordance with ITB Clause 32; or
(iii) Any other reasons
No further instructions’
20.1 Pursuant to Philippine Bidding Documents, Sealing and Marking of Bids. Unless otherwise
indicated in the BDS, Bidders shall enclose their original eligibility and technical documents
described in ITB Clause 12, in one sealed envelope marked “ ORIGINAL-TECHNICAL COMPONENT
and the original of their financial component in another sealed envelope marked “ ORIGINAL-
FINANCIAL COMPONENT” sealing them all in an outer envelope marked “ ORIGINAL BID”
Each copy of the first and second envelopes shall be similarly sealed duly marking the inner
envelopes as “COPY NO.” _____ TECHNICAL COMPONENT” and “ COPY NO. __ FINANCIAL
COMPONENT” and the outer envelope as “ COPY NO. ___” respectively. These envelopes
containing the original and the copies shall then be enclosed in one single envelope.
The original and the number of copies of the Bid as indicated in the BDS shall be typed or written
in indelible ink and shall be signed by the bidder or its duly authorized representative/s. All
envelopes shall:
a) Contain the name of the contract to be bid in capital letters
b) Bear the name and address of the Bidder in capital letters
c) Be addressed to the Procuring Entity’s BAC identified in ITB Clause 10.1
d) Bear the specific identification of this bidding process indicated in the Invitation to Bid; and
e) Bear a warning “ DO NOT OPEN BEFORE “ the date and time for the opening of bids, in
accordance with ITB clause 21
If bids are not sealed and marked as required, the Procuring Entity will assume no responsibility
for the misplacement or premature opening of the bid.
22 Any bid submitted after the deadline for submission and receipt of bids prescribed by the
Procuring Entity, pursuant to ITB Clause 21, shall be declared “ LATE” and shall not be accepted by
the Procuring Entity
23.4 No bid may be modified after the deadline for submission of bids. No bid may be withdrawn in the
interval between the deadline for submission of bids and the expiration of the period of bid
validity specified by the Bidder on the Financial Bid Form. Withdrawal of a bid during this interval
`
shall result in the forfeiture of the Bidder’s bid security, and the imposition of administrative, civil,
and criminal sanctions as prescribed by RA 9184 and its IRR.
21 The address for submission of bids is , THE BAC CHAIRMAN, DPWH, DISTRICT 1 ENGINEERING
OFFICE, BAGANGA, DAVAO ORIENTAL
The deadline for submission of bids is January 22,2018 until 10:00 A.M.
24.1 The place of bid opening is DPWH, Conference room, Davao City
The date and time of bid opening January 22, 2018 10:00 AM after all bids have been received.
25.1 Members of the BAC, including its staff and personnel, as well as its secretariat and TWG, are
prohibited from making or accepting any kind of communication with any bidder regarding the
evaluation of their bids until the issuance of Notice of Award, unless otherwise allowed in the BDS
or in the case of ITB Clause 26.
`

AB – DUO CONSTRUCTION
DAVAO CITY
Leon Ma. Guerrero Street, Davao City

Contract ID No. : 18LB0066


Contract Name: Construction/Various DPWH Proposed Project Standard Three- Storey
School Building (15-Classrooms), Baganga, Davao Oriental

ABC: Php 39,719,551.44

Location of the Contract: District 1, Davao Oriental


27.3 The procuring entity’s BAC shall immediately conduct a detailed evaluation of all bids
rated “ passed” using non-discretionary “ pass/fail” criterion. Unless otherwise
specified in the BDS, the BAC shall consider the following in the evaluation of bids:
(a) Completeness of the Bid. Unless the ITB specifically allow partial bids, bids not
addressing or providing all of the required items in the schedule of
requirements including where applicable, bill of quantities, shall be
considered, non –responsive and thus, automatically disqualified. In this
regard, where a required item is provided, but no price is indicated , the same
shall be considered, but specifying a “0” (zero) for the said item would mean
that it is being offered for free to the procuring entity; and
(b) Arithmetical corrections. Consider computational errors, omissions, and other
bid modifications, if allowed in the BDS, to enable proper comparison of all
eligible bids. Any adjustment shall be calculated in monetary terms to
determine the calculated prices.
27.5 Unless otherwise indicated in the BDS, the procuring entity’ s evaluation of bids shall
only be based on the bid price quoted in the Financial Bid form. Section 37.1 RA 9184,
leads us the conclusion that the contract should be awarded to the bidder with the
lowest calculated responsive bid in the amount determined by the BAC to a whichever
is lower between the actual submitted bid price, and the evaluated, calculated bid
price, Hence, in case of discrepancy between the two amounts, the lower shall prevail.
28.2 (b) Latest income and business tax returns, pursuant to section 34.3 of IRR, RA 9184, is the
submission of the tax clearance per EO 398, a contractor paying its taxes manually may
still apply and be granted a tax clearance, if the contractor has not been enrolled in
the Electronic Filing and payment system of the BIR, it may be issued a temporary tax
clearance pending the enrollment in the EFPS. Based on the foregoing, a bidder may
be disqualified for failing to present a tax clearance per EO 398 despite the facts that
the bidding documents recognize manually-filed tax returns (GPPB NPM-025-2010
dated Aug. 12, 2010).
28.2(d) List of other licenses and permits relevant to the project:
Mayor’s/Business permits
31.4(g) Additional contract documents relevant to the project:
1. Construction Schedule
2. PERT/CPM & S Curve
3. Manpower Schedule
4. Construction Methods
5. Equipment Utilization Schedule
6. Construction , Safety & Health Program approved by the DOLE
33.2 The effective date of the contract: as indicated in the Notice to Proceed
1.16 The intended completion date is One Hundred (122) Calendar days from the
effective date of the contract.
1.21 The Procuring entity is DPWH, District 1, Davao Oriental
1.22 The procuring entity’s representative is Donabel Demdam, BAC Chairman, Engineer III
, DPWH, District 1, Davao Oriental
1.23 The site is located at : District 1. Davao Oriental
`
1.27 The start date is the effectivity date as stated in the notice to proceed.
1.30 The works consist of : (See attached sheet)
5.1 The procuring entity shall give possession of all parts of the site to the contractor upon
issuance of Notice to Proceed.
`
AB – DUO CONSTRUCTION
DAVAO CITY
Leon Ma. Guerrero Street, Davao City

Contract ID No. : 18LB0066


Contract Name: Construction/Various DPWH Proposed Project Standard Three- Storey
School Building (15-Classrooms), Baganga, Davao Oriental

ABC: Php 39,719,551.44

Location of the Contract: District 1, Davao Oriental

SPECIAL CONDITIONS OF CONTRACT

GCC Clause
6.5 The contractor shall employ the following key personnel:
1. Project Manager
2. Project Engineer
3. Materials Quality Control Engineer
4. Safety Health Officer
5. Construction Foreman
6. First Aider
7.1 Unless otherwise specified in the SCC within ten (10) calendar days from receipt of the Notice of award from the
procuring entity but in no case later than the signing of the contract by both parties, the contractor shall furnish
the performance security in any the forms prescribed in ITB clause 32.2
7.4(c) No further instruction
8.0 Disqualification of Contractors with liquidated damages on on-going DPWH Infrastructure Projects per D.O
No. 37 series of 2015 dated March 11, 2015 and in consonance of IRR, R.A. 9184.
Disclosure of ongoing contracts by prospective bidders for DPWH Infrastructure Contracts per D.O. No. 36,
series of 2015 dated March 11, 2015 and in consonance with section 23.1 (iii) IRR, R.A. 9184 ( Attached forms)
9.1 The applicable liquidated damages is at least one tenth (1/10) of one percent (1%) of the cost of the unperformed
portion for every day of delay. The maximum deduction shall be ten (10%) percent 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.
10 The site investigation report is Affidavit of Site Inspection submitted by the Participating bidders.
12.5 Warranty Security, In case of permanent structures, such as buildings of types 4 and 5 as classified under the National
Building Code of the Philippines and other structures made of steel, iron, or concrete which comply with relevant structural
codes (e.g. DPWH Standard Specifications) such as, but not limited to, steel/concrete bridges, flyovers, aircraft movement
areas, ports, dams, tunnels, filtration and treatment plants, sewerage systems, power plants, transmission and
communication towers, railway systems and other similar permanent structures: Fifteen (15) years. In case of semi-
permanent structures, such as buildings of types 1, 2 and 3 as classified under the National Building Code of the Philippines
concrete/asphalt roads, concrete river control, drainage, irrigation lined canals, river landing, deep wells, rock causeway,
pedestrian overpass, and other similar semi-permanent structures: Five (5) years In case of other structures, such as Bailey
and wooden bridges, shallow well, spring developments, and other similar structures: Two (2) years
13 “ No additional provision
21.2 The Arbiter is: Construction Industry Arbitration Commission
21.3 Any and all disputes arising from the implementation of this Contract covered by R.A. 9184 and its IRR shall be
submitted to arbitration in the Philippines according to the provisions of Republic Act No. 876, otherwise known
as the “ Arbitration Law” and Republic Act 9285, otherwise known as the “ Alternative Dispute Resolution Act of
2004”: Provided, however, that are within the competence of the Construction Industry Arbitration Commission
to resolve shall be referred thereto. The process of arbitration shall be incorporated as a provision in this contract
that will be executed pursuant to the provisions of the Act and its IRR: Provided, further, that, by mutual
agreement, the parties may agree in writing to resort to other alternative modes of dispute resolution. Additional
instructions on resolution of disputes, if any, shall be indicated in the SCC
34.3 The funding source is the Government of the Philippines
`
37.1 The Procuring Entity’s Representative shall give notice to the contractor of any defects before the end of the
defects liability period, which begins at the completion date up to final acceptance by the procuring entity’s
unless otherwise specified in the SCC. The Defects liability period shall be extended for as long as defects remain
to be corrected.

40.1 The Contractor may submit a request for payment for work accomplished. Such request for payment shall be
verified and certified by the Procuring Entity’s Representative/Project Engineer. Except otherwise stipulated in
the SCC, materials and equipment delivered on the site but not completely put in place shall not be included for
payment

AB – DUO CONSTRUCTION
`
DAVAO CITY
Leon Ma. Guerrero Street, Davao City

Contract ID No. : 18LB0066


Contract Name: Construction/Various DPWH Proposed Project Standard Three- Storey
School Building (15-Classrooms), Baganga, Davao Oriental

ABC: Php 39,719,551.44

Location of the Contract: District 1, Davao Oriental

PART II-SECTION V: SPECIFICATIONS

A. DPWH Standards

The DPWH standard specifications for Public works and highways (Blue Book) shall be the
basis for the Standard codes to be met by the goods and materials furnished and work
performed or tested for the contract. In particular, Volume II (2004 edition ) of these
specifications shall be used if the contract pertains to Highways, Bridges and Airports.
Volume III (1995 edition) shall be used if the contract pertains to Buildings, Flood Control
and Drainage and Water supply.

B. Modifications of the Standards:

b.1 Modifications of standard and codes as stated in the DPWH Standard Specifications for
Public Works and Highways, Volume, if any included in the enclosed supplemental
specifications, which is part of the Bidding documents.

b.2 Entries in the Supplemental Specifications are numbered to coincide with the item
numbering in the DWH Standards Specifications for Public Works and Highways.

C. Safety & Health Program

PART II- SECTION VI: DRAWINGS

Actual drawings including site plans are in separate folder.


`
AB – DUO CONSTRUCTION
DAVAO CITY
Leon Ma. Guerrero Street, Davao City

Contract ID No. : 18LB0066


Contract Name: Construction/Various DPWH Proposed Project Standard Three- Storey
School Building (15-Classrooms), Baganga, Davao Oriental

ABC: Php 39,719,551.44

Location of the Contract: District 1, Davao Oriental

SPECIFICATIONS
Part 1: Other General Requirements:

The contractor shall provide and maintain such offices, stores, workshops latrines, housing
and messing accommodations as are necessary. These should be located in the Contractor’s
compound, distinct and separate from the Engineer’s compound. The location dimensions and
layout of such buildings and places shall be subject to the approval of the Engineer. The contractor
shall not be permitted to erect temporary buildings or structures on the site without the specific
dimensions of such buildings or structures.
The contractor shall provide and maintain throughout the duration of contract, a medical
room together with all necessary supplies to be sited in the Contractor’s main area.
The contractor shall employ permanently on the site a fully trained medical aide and safety
health officer who shall be responsible from medical duties and safety precaution in the area.

Part 2: Earthworks

Item 100: Clearing and Grubbing

This item shall consist of clearing, grubbing, removing and disposing all vegetation and
debris as designated in the Contract, except those objects that are designated to remain in place or
are to be removed in consonance with other provisions of this specification. Clearing shall extend
one (1) meter beyond the toe of the fill slopes or beyond rounding of cut slopes as the case maybe
for the entire length of the project unless otherwise shown on the plans or as directed by the
engineer and provided it is within the right of way limits of the project.

Item 101: Removal of structures and obstructions

This item shall consist of the removal wholly or in part, and satisfactory disposal of all
buildings, fences, structures, old pavements, abandoned pipe lines, and any other obstructions
which are not designated or permitted to remain, except for the obstructions to be removed and
disposed off under other items in the Contract. It shall also include the salvaging of designated
materials and backfilling the resulting trenches, holes, and pits.

Item 102- Excavation

This item shall consist of roadway and drainage and borrow excavation and the disposal of
material and in conformity with the lines, grades and dimensions shown on the plans or established
by the engineer. Roadway excavation will include excavation and grading for roadways, parking
areas, intersections, approaches, slope rounding, benching, waterways and ditches: removal of
unsuitable material from the roadbed and beneath embankment areas; and excavating selected
material found in the roadway as ordered by the Engineer for specific use in the improvement.
`
All suitable material removed from the excavation shall be used the formation of the
embankments., subgrade , shoulders, slopes bedding, and backfill for structures, and for other
purposes shown on the plans or as directed.
Excavation ares and borrow pits may be prewatered before excavating the material. When
prewatering is used, the areas to be excavated shall be moistened to the full depth, from the surface
to the bottom of excavation.

Item 103: Structure Excavation

This item shall consist of the necessary excavation for foundation of bridges, culverts, under
drains and other structures not otherwise provided for in the specifications. It shall also include the
furnishing and placing of approved foundation fill material to replace unsuitable material
encountered below the foundation elevation of structures.

Item 104-Embankment

This item shall consist of the construction of embankment and in conformity with the lines,
grades and dimensions shown on the plans or established by the Engineer. Before commencing the
formation of embankments, the contractor shall submit in writing to the Engineer for approval his
proposals for the compaction of each type of fill material to be used in the works. The contractor
shall carry out full scale compactions trials on areas not less than 10 m wide and 50 m long as
required by the Engineer and using his proposed procedures or such amendments thereto as may be
found necessary to satisfy the Engineer that all the specified requirements regarding compaction can
be consistently achieved.

Item 105-Subgrade preparation

This item shall consist of the preparation to a full width of the roadway. Prior to
commencing preparation of the subgrade, all culverts, cross drains, ducts and the like (including
their fully compacted backfill), ditches, drains and drainage outlets shall be completed. Any wok on
the preparation of the subgrade shall not be started unless prior work herein described shall have
been approved by the Engineer.

Item 107- Overhaul

This item shall consist of authorized hauling in excess of the free haul distance. Free Hal
distance is the specified distance that excavated material shall be hauled without additional
compensation. The free haul distance shall be 600 meters.

Part 3- Subbase and Base Course

Item 200: Aggregate Subbase Course

This item shall consist of furnishing, placing and compacting an aggregate subbase course on
a prepared subgrade and the lines, grades and cross-sections shown on the plans, or as directed by
the Engineer. Aggregate for subbase shall consist of hard, durable particles or fragments of crushed
stone, crushed slag, or crushed or natural gravel and filler of natural or crushed sand or other finely
divided mineral matter.

Item 311- Portland Cement Concrete Pavement

This item shall consist of pavement of Portland Cement Concrete with or without
reinforcement, constructed on the prepared base and in conformity with lines, grades, thickness and
typical cross-section shown on the plans. It shall conform to the applicable requirements of item
700, Hydraulic Cement, only type 1 Portland cement shall be used unless otherwise provided for in
the Special Provisions. Different brands or the same brands from different mills shall not mixed nor
`
shall they be used alternately unless the mix is approved by the Engineer. Water used in mixing,
curing or other designated application shall be reasonably clean and free of oil, salt, acid, alkali, grass
or other substances injurious to the finished product. Tie bars shall be deformed bars. Dowels shall
be plain round vars. Before delivery to the site of work, one-half of the length of each dowel shall be
painted with one coat of approved lead or tar paint. The contractor shall be responsible for the
quality control of all materials during the handling, blending, and mixing and placement operations.

The concrete shall be placed with an approved paver designated to spread, consolidate,
screed and float finish the freshly placed concrete in one complete pass of the machine in such
manner that a minimum of and finishing will be necessary to provide a dense and homogeneous
pavement in conformance with the plans and specifications. Forms shall be set sufficiently in
advance of the point where concrete is being placed. After the forms have been set to correct grade,
the grade shall be thoroughly tamped, mechanically or by hand, at both the inside and outside edges
of the base of the forms.
The alignment and grade elevations of the forms shall be checked and corrections made by the
contractor immediately before placing the concrete. Testing as to crown and elevation, prior to
placing of concrete can be made by means of holding an approved template in a vertical position
and moved backward and forward on the forms. The contractor shall protect the pavement and its
appurtenances against both public traffic and traffic caused by his own employees and agents. This
include watchmen to direct traffic and the erection of and maintenance of warning signs, lights,
pavement bridges or cross-overs, etc.

Part 4: Bridge Construction


Item 400: Piling

This item shall consist of piling, furnished, driven or placed, cut and spliced in and in
reasonably close conformity with the plans.
Test piles, the contractor may drive at the location of the regular piles indicated on the plans
such test piles as he may consider necessary in addition to the test piles specified in the contract and
shall be considered as regular piles
Concrete piles shall conform to the requirements of item 405, Structural Concrete, concrete
shall be class C unless otherwise specified in ht plans. Concrete shall be proportioned to achieve a
range of 6”-8” (150 mm to 200 mm) slump, self-compacting mix.
Steel Piles shall meet the requirements of AASHTO M 202 (ASTM A 328), or AASHTO M 323.
All other sheet piles shall meet the requirements prescribed above the particular material specified.
The joints shall be practically water tight when the piles are in place. Splices shall be of the same
quality as the materials used for the pile itself and shall follow the requirements given on the plan.
Pile shall be driven where indicated on the plans or as directed by the Engineer. Pile length and
bearing capacity shall be determined by the Engineer from the results of the test piling and load test.
They shall be driven within an allowed variation of 20mm per meter of pile from the vertical
or batter as shown on the plans. The maximum allowable variation at the butt end of the pile shall
be 75 mm in any direction from the location shown on the plans as directed by the Engineer.

Part 5- Drainage and Slope protection


Item 500- Pipe Culverts and Storm Drains
This item shall consists of the construction or reconstruction of pipe culverts and storm
drains, hereinafter referred to as conduit in accordance with this specification and in conformity
with the lines and grades shown on the plans. Joint Mortar for concrete pipe shall consist of 1 part
by volume of Portland Cement and two (2) parts of approved sand with water as necessary to obtain
the required consistency. The bedding shall conform to one of the classes specified, the
requirements for Class C bedding shall apply. The conduit laying shall begin at the downstream end
of the conduit line. The materials use for backfilling on each side of the conduit for the full trench
width and to an elevation of 300 mm above the top of the conduit shall be fine, readily compactible
soil or granular material selected from the excavation or from a source of the Contractor’s choice.

Item 505- Riprap and Grouted Riprap


This item shall consist of the furnishing and placing of riprap with or without grout as the
case may be, with or without filter backing, furnished and constructed in accordance with this
`
specifications and to the lines and grades and dimensions shown on the plans. Stones for riprap shall
consist of rock as nearly as rectangular in section as is practical, except that of Class A may consist of
round natural stones.
`
AB – DUO CONSTRUCTION
DAVAO CITY
Leon Ma. Guerrero Street, Davao City

Contract ID No. : 18LB0066


Contract Name: Construction/Various DPWH Proposed Project Standard Three- Storey
School Building (15-Classrooms), Baganga, Davao Oriental

ABC: Php 39,719,551.44

Location of the Contract: District 1, Davao Oriental


GCC
Clause
26.1 The Procuring Entity’s Representative shall extend the Intended Completion Date if a
Variation is issued which makes it impossible for the intended completion date to be
achieved by the Contractor without taking steps to accelerate the remaining work, which
would cause the Contractor to incur additional costs. Unless specified in the SCC, no
payment shall be made for any event which may warrant the extension of the Intended
Completion Date.

40.1 The Contractor may submit a request for payment for Work accomplished. Such request
for payment shall be verified and certified by the Procuring Entity’s
Representative/Project Engineer. Except as otherwise stipulated in the SCC, materials and
equipment delivered on the site but not completely put in place shall not be included for
payment.

No further instructions.

40.3 Payments shall be adjusted by deducting there from the amounts

34.3 The funding source is the Government of the Philippines


37.1 The Procuring Entity’s Representative shall give notice to the contractor of any defects
before the end of the defects liability period, which begins at the completion date up to
final acceptance by the procuring entity’s unless otherwise specified in the SCC. The
Defects liability period shall be extended for as long as defects remain to be corrected.
No further instructions

40.1 The Contractor may submit a request for payment for work accomplished. Such request
for payment shall be verified and certified by the Procuring Entity’s
Representative/Project Engineer. Except otherwise stipulated in the SCC, materials and
equipment delivered on the site but not completely put in place shall not be included for
payment

No further instructions
`
AB – DUO CONSTRUCTION
DAVAO CITY
Leon Ma. Guerrero Street, Davao City

Contract ID No. : 18LB0066


Contract Name: Construction/Various DPWH Proposed Project Standard Three- Storey
School Building (15-Classrooms), Baganga, Davao Oriental

ABC: Php 39,719,551.44

Location of the Contract: District 1, Davao Oriental


Date: January 21, 2018

BID FORM
To: Donabel Demdam
BAC Chairman
DPWH-D1,Davao Oriental

We, the undersigned , declare that:

(a) We have examined and have no reservation to the Bidding Documents, including Addenda,
for the Contract _________________________________________________________
(b) We offer to execute the Works for this Contract in accordance with the Bid and Data Sheet,
General and Special Conditions of contract accompanying this Bid;
The total price of our Bid, excluding any discounts offered in item (d) below is:
_____________________________________________________________________
The discounts offered and the methodology for their application are: (none)
(c) Our Bid shall be valid for a period of 122 days from the date fixed for the Bid submission
deadline in accordance with the Bidding Documents, and it shall remain binding upon us and
may be accepted at any time before expiration of that period;
(d) If our Bid is accepted, we commit to obtain a Performance Security in the amount of (insert
percentage) percent of the contract price for the due of the contract;
(e) Our firm, including any subcontractors or suppliers for any part of the contract, have
nationalities from the following eligible countries; (Insert information);
(f) We are not participating, as Bidders, in more than one Bid in this Bidding process, other that
alternative offers in accordance with the Bidding documents;
(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part
of the Contract, has not been declared ineligible by the funding source;
(h) We understand that this Bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract
is prepared and executed; and
(i) We understand that you are not bound to accept the Lowest Evaluated Bid or any other Bid
that you may receive.

Name : _________________________
In the capacity: ______________________________
Signed:

Duly authorized to sign the Bid for and on behalf of : ______________________________

Date: ______________________________
`

BID DATA SHEET


ITB Clause
1.1 The Procuring Entity is DPWH, District 1, Davao Oriental
The scope of works under this contract is:
Other General Requirement
Earthworks
Sub-base & Base Course
Surface Courses
Drainage and Slope Protection Structures
Miscellaneous Structures

Contract ID No. : 18LB0066


Contract Name: Construction/Various DPWH Proposed Project Standard Three-
Storey School Building (15-Classrooms), Baganga, Davao Oriental

ABC: Php 39,719,551.44

Location of the Contract: District 1, Davao Oriental


Contract Duration: 122 CAL. DAYS
The approved budget for the Contract is Php 39,719,551.44 in source of Government of the
Philippines.
17.2 Contract ID No. : 18LB0066
Contract Name: Construction/Various DPWH Proposed Project Standard Three-
Storey School Building (15-Classrooms), Baganga, Davao Oriental

ABC: Php 39,719,551.44

Location of the Contract: District 1, Davao Oriental

18 The address for receipt of Bids is The BAC CHAIRMAN, DPWH, District 1, Davao Oriental
Venue: DPWH,D1-D.O., Conference Room
The deadline for receipt of bids is 10:00 A.M. on January 22, 2018
1.24 The Procuring Entity is DPWH, Davao City District Engineering Office, Leon Ma Guerrero
Street, Davao City
1.26 The Site is located as describe from the contract plans
2.2 The Contract specifies sectional completion and the contractor shall complete each defined
section on the dates indicated ( as required in the contract)
5.1 The Procuring Entity shall give the possession of the site to the contractor on:
10 The site investigation reports are: (List here or state none)
6.5 The contractor shall employ the following key personnel: (List Key personnel by name and
designation)
21.1 The place of opening of bids is DPWH,D1-D.O. Conference Room
The date and time of opening of bids are January 10, 2018 @ 10:00 A.M.

30.1 No day works are applicable to the contract


32.1 The Contractor shall submit a report on the progress of the activities in the PERT/CPM
Network diagram of the works.
47.2c The expected number of rainy/unworkable days for each month in the vicinity of the site is
given below:
Apr. _______ days
May. _______ days
Jun. _______ days
51.1 The date by which the As-Built Drawings are required is :
51.2 The amount to be withheld for failing to supply the As-Built Drawings by the date required is
_________ or equal to 10% of the contract.
`

BID DATA SHEET


ITB Clause
SPL 1 Construction Safety and Health attached at Technical Proposal “stamped
received” with DOLE.

15.1 Bids shall be valid until ________________ not later than One Hundred
Twenty (120) calendar days from the date of set for the bids opening.
15 There is no provision for a value engineering change proposal .
14.2 & 14.4 Bids shall be valid until ___________________ not later than One Hundred
Twenty (120) calendar days from the date of set for the bids opening.
17.2 The specific identification of this bidding process is
Contract ID No. : 18LB0066
Contract Name: Construction/Various DPWH Proposed Project Standard
Three- Storey School Building (15-Classrooms), Baganga,
Davao Oriental

ABC: Php 39,719,551.44

Location of the Contract: District 1, Davao Oriental


Contract Duration: 122 CAL. DAYS
18 The address for receipt of Bids is The BAC CHAIRMAN, DPWH, DCDEO, Leon Ma.
Guerrero Street, Davao City
Venue: DPWH, D1-D.O. , Conference Room
The deadline for receipt of bids is 10:00 A.M., January 22, 2018
21.1 The place of opening of bids is DPWH, D1-D.O., Conference Room
The date and time of opening of bids are January 22, 2018 @ 10:00 A.M.
44 Priority programs and infrastructure projects funded out of the annual GAA which
are intended for implementation within the province shall be subject to the same
public bidding and to the procurement processes prescribed in this IRR. For
purposes of this section Engineering District Infrastructure projects and priority
programs fully funded by the Government and identified in consultation with the
concerned members of Congress, shall constitute “ provincial projects” and shall
be governed by this Section

In accordance with section 45 of the Act, the right to match accorded to provincial
bidders is no longer available after 26 January 2008.
26 To assist in the evaluation, comparison and post-qualification of bids, the procuring
entity may ask in writing any bidder for a clarification of its bid. All responses to
requests for clarification shall be in writing. Any clarification submitted by a bidder
in respect to its bid and that is not in response to a request by the procuring entity
shall not be considered.
25 Members of the BAC, including its staff and personnel, as well as its Secretariat and
TWG, are prohibited from making or accepting any kind of communication with any
bidder regarding the evaluation of their bids until the issuance of the Notice of award,
unless otherwise allowed in the BDS or in the case of ITB Clause 26.

Any effort by a bidder to influence the Procuring Entity in the Procuring Entity’s
decision in respect of bid evaluation, Bid comparison or contract award will result in
the rejection of the Bidder’s Bid.
`
AB – DUO CONSTRUCTION
DAVAO CITY
Leon Ma. Guerrero Street, Davao City

Contract ID No. : 18LB0066


Contract Name: Construction/Various DPWH Proposed Project Standard Three- Storey
School Building (15-Classrooms), Baganga, Davao Oriental

ABC: Php 39,719,551.44

Location of the Contract: District 1, Davao Oriental

BILL OF QUANTITIES
Part No.___________________ Part Description ________________
`

AB – DUO CONSTRUCTION
DAVAO CITY
Leon Ma. Guerrero Street, Davao City

Contract ID No. : 18LB0066


Contract Name: Construction/Various DPWH Proposed Project Standard Three- Storey
School Building (15-Classrooms), Baganga, Davao Oriental

ABC: Php 39,719,551.44

Location of the Contract: District 1, Davao Oriental

BILL OF QUANTITIES
Part No.___________________ Part Description ________________

(Columns (1), (2), (3) and (4) are to be Columns (5) and (6) are to be filled
Filled up by the Procuring Entity) up by the Bidder
Pay Item Description Unit Quantity Unit Price Amount
No. (Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)
GENERAL REQUIREMENTS
In words: Pesos In words: Pesos

B.4(1) Construction Survey and Staking km 0.494


In figures: PhP In figures: PhP

In words: Pesos In words: Pesos

Project Billboard/Signboard (4"x8"


4.000
B.5 DPWH Billboard/ 8"x8" COA Billboard) each
In figures: PhP In figures: PhP

In words: Pesos In words: Pesos

B.7 Occupational Safety and Health Program mo 3.000


In figures: PhP In figures: PhP

In words: Pesos In words: Pesos

B.8 Traffic Management month 3.000


In figures: PhP In figures: PhP

In words: Pesos In words: Pesos

B.9 Mobilization and Demobilization l.s. 1.000


In figures: PhP In figures: PhP

PART A. EARTHWORKS
In words: Pesos In words: Pesos

Removal of Actual
Structures/Obstruction (PCC Pavement,
101(3)a2 0.20m thk) sq.m 95.00
In figures: PhP In figures: PhP

Submitted by:

Name & Signature of Bidder's Representative Date

Position
`

AB – DUO CONSTRUCTION
DAVAO CITY
Leon Ma. Guerrero Street, Davao City

Contract ID No. : 18LB0066


Contract Name: Construction/Various DPWH Proposed Project Standard Three- Storey
School Building (15-Classrooms), Baganga, Davao Oriental

ABC: Php 39,719,551.44

Location of the Contract: District 1, Davao Oriental


BILL OF QUANTITIES
Part No.___________________ Part Description ________________

(Columns (1), (2), (3) and (4) are to be Columns (5) and (6) are to be filled
Filled up by the Procuring Entity) up by the Bidder
Pay Item Description Unit Quantity Unit Price Amount
No. (Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)
In words: Pesos In words: Pesos

Removal of Actual
Structures/Obstruction (PCC Pavement, sq.m 2,653.50
101(3)a3 0.23m thk)
In figures: PhP In figures: PhP

In words: Pesos In words: Pesos

102(2) Surplus Common Excavation cu.m 4,956.00


In figures: PhP In figures: PhP

In words: Pesos In words: Pesos

sq.m 2,799.40
105(1) Subgrade Preparation
In figures: PhP In figures: PhP

PART D. SUB-BASE & BASE COURSE


200(1)
In words: Pesos In words: Pesos

200(1) Aggregate Subbase Course cu.m 712.00


In figures: PhP In figures: PhP

PART F. SURFACE COURSES


In words: Pesos In words: Pesos

PCC Pavement (Unreinforced), 0.28m


sq.m. 2,799.40
311(1) e1 thk., 3500 psi @ 14 day concrete
In figures: PhP In figures: PhP

Submitted by:

Name & Signature of Bidder's Representative Date

Position
`
AB – DUO CONSTRUCTION
DAVAO CITY
Leon Ma. Guerrero Street, Davao City

Contract ID No. : 18LB0066


Contract Name: Construction/Various DPWH Proposed Project Standard Three- Storey
School Building (15-Classrooms), Baganga, Davao Oriental

ABC: Php 39,719,551.44

Location of the Contract: District 1, Davao Oriental

BILL OF QUANTITIES
Part No.___________________ Part Description ___________________

(Columns (1), (2), (3) and (4) are to be Columns (5) and (6) are to be filled
Filled up by the Procuring Entity) up by the Bidder
Pay Item Description Unit Quantity Unit Price Amount
No. (Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)
PART H. MISCELLANEOUS
In words: Pesos In words: Pesos

600 (4) Curb and Gutter (Cast in Place) ln.m. 488.00


In figures: PhP In figures: PhP

In words: Pesos In words: Pesos

600(1) Sidewalk (100 mm thick) sq.m. 732.00


In figures: PhP In figures: PhP

Submitted by:

Name & Signature of Bidder's Representative Date

Position
`

AB – DUO CONSTRUCTION
DAVAO CITY
Leon Ma. Guerrero Street, Davao City

Contract ID No. : 18LB0066


Contract Name: Construction/Various DPWH Proposed Project Standard Three- Storey
School Building (15-Classrooms), Baganga, Davao Oriental

ABC: Php 39,719,551.44

Location of the Contract: District 1, Davao Oriental


`

Subject: General Conditions of the Contract

Definitions

For purposes of this Clause, boldface type is used to identify defined terms.

1.1. The Arbiter is the person appointed jointly by the Procuring Entity and the Contractor
to resolve disputes in the first instance, as provided for in GCC Clause.

1.2. Bill of Quantities refers to a list of the specific items of the Work and their
corresponding unit prices, lump sums, and/or provisional sums.

1.3. The Completion Date is the date of completion of the Works as certified by the
Procuring Entity’s Representative, in accordance with.

1.4. The Contract is the contract between the Procuring Entity and the Contractor to
execute, complete, and maintain the Works.

1.5. The Contract Price is the price stated in the Letter of Acceptance and thereafter to be
paid by the Procuring Entity to the Contractor for the execution of the Works in
accordance with this Contract.

1.6. Contract Time Extension is the allowable period for the Contractor to complete the
Works in addition to the original Completion Date stated in this Contract.

1.7. The Contractor is the juridical entity whose proposal has been accepted by the
Procuring Entity and to whom the Contract to execute the Work was awarded.

1.8. The Contractor’s Bid is the signed offer or proposal submitted by the Contractor to
the Procuring Entity in response to the Bidding Documents.

1.9. Days are calendar days; months are calendar months.

1.10. Dayworks are varied work inputs subject to payment on a time basis for the
Contractor’s employees and Equipment, in addition to payments for associated
Materials and Plant.

1.11. A Defect is any part of the Works not completed in accordance with the Contract.

1.12. The Defects Liability Certificate is the certificate issued by Procuring Entity’s
Representative upon correction of defects by the Contractor.

1.13. The Defects Liability Period is the one year period between project completion and
final acceptance within which the Contractor assumes the responsibility to undertake
the repair of any damage to the Works at his own expense.

1.14. Drawings are graphical presentations of the Works. They include all supplementary
details, shop drawings, calculations, and other information provided or approved for
the execution of this Contract.

1.15. Equipment refers to all facilities, supplies, appliances, materials or things required for
the execution and completion of the Work provided by the Contractor and which shall
not form or are not intended to form part of the Permanent Works.
`
1.16. The Intended Completion Date refers to the date specified in the SCCwhen the
Contractor is expected to have completed the Works. The Intended Completion Date
may be revised only by the Procuring Entity’s Representative by issuing an extension
of time or an acceleration order.

1.17. Materials are all supplies, including consumables, used by the Contractor for
incorporation in the Works.

1.18. The Notice to Proceed is a written notice issued by the Procuring Entity or the
Procuring Entity’s Representative to the Contractor requiring the latter to begin the
commencement of the work not later than a specified or determinable date.

1.19. Permanent Works all permanent structures and all other project features and
facilities required to be constructed and completed in accordance with this Contract
which shall be delivered to the Procuring Entity and which shall remain at the Site
after the removal of all Temporary Works.

1.20. Plant refers to the machinery, apparatus, and the like intended to form an integral
part of the Permanent Works.

1.21. The Procuring Entity is the party who employs the Contractor to carry out the Works
stated in the SCC.

1.22. The Procuring Entity’s Representative refers to the Head of the Procuring Entity or
his duly authorized representative, identified in the SCC, who shall be responsible for
supervising the execution of the Works and administering this Contract.

1.23. The Site is the place provided by the Procuring Entity where the Works shall be
executed and any other place or places which may be designated in the SCC, or
notified to the Contractor by the Procuring Entity’s Representative as forming part of
the Site.

1.24. Site Investigation Reports are those that were included in the Bidding Documents and
are factual and interpretative reports about the surface and subsurface conditions at
the Site.

1.25. Slippage is a delay in work execution occurring when actual accomplishment falls
below the target as measured by the difference between the scheduled and actual
accomplishment of the Work by the Contractor as established from the work
schedule. This is actually described as a percentage of the whole Works.

1.26. Specifications means the description of Works to be done and the qualities of
materials to be used, the equipment to be installed and the mode of construction.

1.27. The Start Date, as specified in the SCC, is the date when the Contractor is obliged to
commence execution of the Works. It does not necessarily coincide with any of the
Site Possession Dates.

1.28. A Subcontractor is any person or organization to whom a part of the Works has been
subcontracted by the Contractor, as allowed by the Procuring Entity, but not any
assignee of such person.

1.29. Temporary Works are works designed, constructed, installed, and removed by the
Contractor that are needed for construction or installation of the Permanent Works.

1.30. Work(s)refer to the Permanent Works and Temporary Works to be executed by the
Contractor in accordance with this Contract, including (i) the furnishing of all labor,
materials, equipment and others incidental, necessary or convenient to the complete
execution of the Works; (ii) the passing of any tests before acceptance by the
`
Procuring Entity’s Representative; (iii) and the carrying out of all duties and
obligations of the Contractor imposed by this Contract as described in the SCC.

1. Interpretation

1.1. In interpreting the Conditions of Contract, singular also means plural, male also means
female or neuter, and the other way around. Headings have no significance. Words
have their normal meaning under the language of this Contract unless specifically
defined. The Procuring Entity’s Representative will provide instructions clarifying
queries about the Conditions of Contract.

1.2. If sectional completion is specified in the SCC, references in the Conditions of Contract to
the Works, the Completion Date, and the Intended Completion Date apply to any
Section of the Works (other than references to the Completion Date and Intended
Completion Date for the whole of the Works).

2. Governing Language and Law

2.1. This Contract has been executed in the English language, which shall be the binding and
controlling language for all matters relating to the meaning or interpretation of this
Contract. All correspondence and other documents pertaining to this Contract which
are exchanged by the parties shall be written in English.

2.2. This Contract shall be interpreted in accordance with the laws of the Republic of the
Philippines.

3. Communications

Communications between parties that are referred to in the Conditions shall be effective only
when in writing. A notice shall be effective only when it is received by the concerned party.

4. Possession of Site

4.1. On the date specified in the SCC, the Procuring Entity shall grant the Contractor
possession of so much of the Site as may be required to enable it to proceed with the
execution of the Works. If the Contractor suffers delay or incurs cost from failure on
the part of the Procuring Entity to give possession in accordance with the terms of this
clause, the Procuring Entity’s Representative shall give the Contractor a Contract Time
Extension and certify such sum as fair to cover the cost incurred, which sum shall be
paid by Procuring Entity.

4.2. If possession of a portion is not given by the date stated in the SCC Clause 4.1, the
Procuring Entity will be deemed to have delayed the start of the relevant activities.
The resulting adjustments in contact time to address such delay shall be in accordance
with GCC Clause.

4.3. The Contractor shall bear all costs and charges for special or temporary right-of-way
required by it in connection with access to the Site. The Contractor shall also provide
at his own cost any additional facilities outside the Site required by it for purposes of
the Works.

4.4. The Contractor shall allow the Procuring Entity’s Representative and any person
authorized by the Procuring Entity’s Representative access to the Site and to any place
where work in connection with this Contract is being carried out or is intended to be
carried out.
`
5. The Contractor’s Obligations

5.1. The Contractor shall carry out the Works properly and in accordance with this Contract.
The Contractor shall provide all supervision, labor, Materials, Plant and Contractor's
Equipment, which may be required. All Materials and Plant on Site shall be deemed
to be the property of the Procuring Entity.

5.2. The Contractor shall commence execution of the Works on the Start Date and shall carry
out the Works in accordance with the Program of Work submitted by the Contractor,
as updated with the approval of the Procuring Entity’s Representative, and complete
them by the Intended Completion Date.

5.3. The Contractor shall be responsible for the safety of all activities on the Site.

5.4. The Contractor shall carry out all instructions of the Procuring Entity’s Representative
that comply with the applicable laws where the Site is located.

5.5. The Contractor shall employ the key personnel named in the Schedule of Key Personnel,
as referred to in the SCC, to carry out the supervision of the Works. The Procuring
Entity will approve any proposed replacement of key personnel only if their relevant
qualifications and abilities are equal to or better than those of the personnel listed in
the Schedule.

5.6. If the Procuring Entity’s Representative asks the Contractor to remove a member of the
Contractor’s staff or work force, for justifiable cause, the Contractor shall ensure that
the person leaves the Site within seven (7) days and has no further connection with
the Work in this Contract.

5.7. During Contract implementation, the Contractor and his subcontractors shall abide at all
times by all labor laws, including child labor related enactments, and other relevant
rules.

5.8. The Contractor shall submit to the Procuring Entity for consent the name and particulars
of the person authorized to receive instructions on behalf of the Contractor.

5.9. The Contractor shall cooperate and share the Site with other contractors, public
authorities, utilities, and the Procuring Entity between the dates given in the schedule
of other contractors particularly when they shall require access to the Site. The
Contractor shall also provide facilities and services for them during this period. The
Procuring Entity may modify the schedule of other contractors, and shall notify the
Contractor of any such modification thereto.

5.10.Should anything of historical or other interest or of significant value be unexpectedly


discovered on the Site, it shall be the property of the Procuring Entity. The Contractor
shall notify the Procuring Entity’s Representative of such discoveries and carry out the
Procuring Entity’s Representative’s instructions in dealing with them.

6. Performance Security

6.1. Unless otherwise specified in the SCC, within ten (10) calendar days from receipt of the
Notice of Award from the Procuring Entity but in no case later than the signing of the
contract by both parties, the Contractor shall furnish the performance security in any
the forms prescribed in ITB Clause.

6.2. The performance security posted in favor of the Procuring Entity shall be forfeited in the
event it is established that the Contractor is in default in any of its obligations under
the Contract.
`
6.3. The performance security shall remain valid until issuance by the Procuring Entity of the
Certificate of Final Acceptance.

6.4. The performance security may be released by the Procuring Entity and returned to the
Contractor after the issuance of the Certificate of Final Acceptance subject to the
following conditions:

6.5. There are no pending claims against the Contractor or the surety company
filed by the Procuring Entity;

6.6. The Contractor has no pending claims for labor and materials filed against it;
and

6.7. Other terms specified in the SCC.

6.8. The Contractor shall post an additional performance security following the amount and
form specified in ITB Clause, to cover any cumulative increase of more than ten
percent (10%) over the original value of the contract as a result of amendments to
order or change orders, extra work orders and supplemental agreements, as the case
may be. The Contractor shall cause the extension of the validity of the performance
security to cover approved contract time extensions.

6.9. In case of a reduction in the contract value or for partially completed Works under the
contract which are usable and accepted by the Procuring Entity the use of which, in
the judgment of the implementing agency or the Procuring Entity, will not affect the
structural integrity of the entire project, the Procuring Entity shall allow a proportional
reduction in the original performance security, provided that any such reduction is
more than ten percent (10%) and that the aggregate of such reductions is not more
than fifty percent (50%) of the original performance security.

6.10.The Contractor, by entering into the Contract with the Procuring Entity, acknowledges
the right of the Procuring Entity to institute action pursuant to Act 3688 against any
subcontractor be they an individual, firm, partnership, corporation, or association
supplying the Contractor with labor, materials and/or equipment for the performance
of this Contract.

7. Subcontracting

7.1. Unless otherwise indicated in the SCC, the Contractor cannot subcontract Works more
than the percentage specified in ITB Clause.

7.2. Subcontracting of any portion of the Works does not relieve the Contractor of any liability
or obligation under this Contract. The Contractor will be responsible for the acts,
defaults, and negligence of any subcontractor, its agents, servants or workmen as fully
as if these were the Contractor’s own acts, defaults, or negligence, or those of its
agents, servants or workmen.

7.3. Subcontractors disclosed and identified during the bidding may be changed during the
implementation of this Contract, subject to compliance with the required
qualifications and the approval of the Procuring Entity.

8. Liquidated Damages

8.1. The Contractor shall pay liquidated damages to the Procuring Entity at the rate per day
stated in the SCC for each day that the Completion Date is later than the Intended
Completion Date. The total amount of liquidated damages shall not exceed the
amount defined in the SCC. The Procuring Entity may deduct liquidated damages from
payments due to the Contractor. Payment of liquidated damages shall not affect the
Contractor. Once the cumulative amount of liquidated damages reaches ten percent
`
(10%) of the amount of this Contract, the Procuring Entity shall rescind this Contract,
without prejudice to other courses of action and remedies open to it.

8.2. If the Intended Completion Date is extended after liquidated damages have been paid,
the Engineer of the Procuring Entity shall correct any overpayment of liquidated
damages by the Contractor by adjusting the next payment certificate. The Contractor
shall be paid interest on the overpayment, calculated from the date of payment to
the date of repayment, at the rates specified in GCC Clause.

9. Site Investigation Reports

The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports referred to in
the SCC supplemented by any information obtained by the Contractor.

10. The Procuring Entity, Licenses and Permits

The Procuring Entity shall, if requested by the Contractor, assist him in applying for permits,
licenses or approvals, which are required for the Works.

11. Contractor’s Risk and Warranty Security

11.1.The Contractor shall assume full responsibility for the Works from the time project
construction commenced up to final acceptance by the Procuring Entity and shall be
held responsible for any damage or destruction of the Works except those occasioned
by force majeure. The Contractor shall be fully responsible for the safety, protection,
security, and convenience of his personnel, third parties, and the public at large, as
well as the Works, Equipment, installation, and the like to be affected by his
construction work.

11.2.The defects liability period for infrastructure projects shall be one year from project
completion up to final acceptance by the Procuring Entity. During this period, the
Contractor shall undertake the repair works, at his own expense, of any damage to
the Works on account of the use of materials of inferior quality within ninety (90) days
from the time the Head of the Procuring Entity has issued an order to undertake
repair. In case of failure or refusal to comply with this mandate, the Procuring Entity
shall undertake such repair works and shall be entitled to full reimbursement of
expenses incurred therein upon demand.

11.3.In case the Contractor fails to comply with the preceding paragraph, the Procuring Entity
shall forfeit its performance security, subject its property (ies) to attachment or
garnishment proceedings, and perpetually disqualify it from participating in any public
bidding. All payables of the GOP in his favor shall be offset to recover the costs.

11.4.After final acceptance of the Works by the Procuring Entity, the Contractor shall be held
responsible for “Structural Defects”, i.e., major faults/flaws/deficiencies in one or
more key structural elements of the project which may lead to structural
failure of the completed elements or structure, or “Structural Failures”,
i.e.,where one or more key structural elements in an infrastructure facility fails or
collapses, thereby rendering the facility or part thereof incapable of withstanding the
design loads, and/or endangering the safety of the users or the general public:

11.5. Contractor – Where Structural Defects/Failures arise due to faults


attributable to improper construction, use of inferior quality/substandard
materials, and any violation of the contract plans and specifications, the
contractor shall be held liable;

11.6. Consultants – Where Structural Defects/Failures arise due to faulty and/or


inadequate design and specifications as well as construction supervision, then
`
the consultant who prepared the design or undertook construction
supervision for the project shall be held liable;

11.7. Procuring Entity’s Representatives/Project Manager/Construction Managers


and Supervisors – The project owner’s representative(s), project manager,
construction manager, and supervisor(s) shall be held liable in cases where
the Structural Defects/Failures are due to his/their willful intervention in
altering the designs and other specifications; negligence or omission in not
approving or acting on proposed changes to noted defects or deficiencies in
the design and/or specifications; and the use of substandard construction
materials in the project;

11.8. Third Parties - Third Parties shall be held liable in cases where Structural
Defects/Failures are caused by work undertaken by them such as leaking
pipes, diggings or excavations, underground cables and electrical wires,
underground tunnel, mining shaft and the like, in which case the applicable
warranty to such structure should be levied to third parties for their
construction or restoration works.

11.9. Users - In cases where Structural Defects/Failures are due to abuse/misuse by


the end user of the constructed facility and/or non–compliance by a user with
the technical design limits and/or intended purpose of the same, then the
user concerned shall be held liable.

11.10. The warranty against Structural Defects/Failures, except those occasioned on force
majeure, shall cover the period specified in the SCC reckoned from the date of
issuance of the Certificate of Final Acceptance by the Procuring Entity.

You might also like