You are on page 1of 5
ctor Witnesses For the Cont M, REYES MARIA MONAL} ‘Accountant 1V For the Entity RENATO R. CASTANEDA Authorized Maraging Officer 32 =? i i oe DEPARTMENT OF PUBLIC WORKS: AND HIGHWAYS — REGION XI Department of Public Works and Highways (DPWH) Conwect 10 sq0-0104 ContactName Construction of spat Road - Davao Oty Coastal Bypas Roed, (ago Aaya ~ Times Beach Section), Package 12, Davao Cty ccaton ofthe Ceriect : Deve0 St) CONTRACT AGREEMENT KNOW ALL MEN BY THESE PRESENTS: ‘THIS CONTRACT AGREEMENT, made this oJ Liby de 8 uid 2019, by and between: ‘The GOVERNMENT OF THE REPUBLIC OF THE PHILIPPINES through the Department of Public Works and Highways (DPWH), Regional Office XI, represented herein by ALLAN S. BORROMEO, CESO TV, Regional Director, duly authorized for this purpose, with main office address at R. Magsaysay Avenue, Davao City, hereinafter referred to as the “PROCURING Snr Verne agntieicont vo user ad Uy itis or lve of he Temas Oe Philippines, with main office address at Km. 7 Tigatto Road, Buhangin Davao City, represented herein by RENATO R._CASTANEDA, Authorized Managing Officer, duly authorized for this purpose, hereinafter refeired to as the "CONTRACTOR" WITNESSETH: WHEREAS, the PROCURING ENTITY js desrous, that the CONTRACTOR execute the works under (Gace Anlava = Times Beach Section), Package 12, Davao Cl, the PROCURING Entity has” accepted the Calculated Bid of the CONTRACTOR for the execution and Completion of the Works at the calculated unt bid prices shown in the attached Bil of Quantites, a total Contract price of Three Hundred Eiaht Million Five Hundred Twenty Two Thousand Eiahty One Pesos and 22/200 (Php 308,522,082.22) to be completed within Three Hundred Twenty (320) salendar days, NOW, THEREFORE, for arc consideration of the foregoing premises, the parties hereto agree as follows: 1. In this CONTRACT AGREEMENT, words and expressions shell have the same meaning as are respectively assigned to them in the Conditions of Contract hereinafter referred to. 2, The following documents shall be attached, deemed to form, and be tead and construed as part of this CONTRACT AGREEMENT, and shall be interpreted in the following order of priority: a. This Contract Agreement b. Documents forming part of the Contract Agreement: (1) Notice of Award (NOA) with the CONTRACTOR's signed “conforme” (Annex "D") (2) Contractor's Bid in the Form of Bid, including its Technical and Financial Proposals, as ‘calculated by the Pracuring Entity and conformed to by the Contractor through the NA (Annex “B") (@) Bidding Documents with Bid Bulletins (4) Specifications (5) Drawings (© Special Conditions of Contract (SCC) (7) General Conditions of the Contract (GCC) (® Performance Security (Annex "E") (9) _ Integrity Pledge under Department Order No. 86, series of 2013 (10) Other Documents (@) Construction Methods (b) Construction Schedule in the form of PERT/CPM Diagram or Precedence Diagram ‘and Bar Chart with S-Curve or other approved tools of project scheduling, and Gash Flow & (Annex"G”) (©) Mangower Schedule (@) Equipment Utilization Schedule (©) Construction Safety and Health Program initially approved by the Head of the Procuring Entity (9. Contracto's’ All Risk Insurance (CARI) Page 1 of 5 says ae “Department of Public Works and Highways (DPWH) contact 19100104 Corre Nome Corsten of spit Road ~ Davo Cy Coastal Bypass oa, (8ao Aplaya~ Times Beach Sector, Package 12, Davao cy Location ofthe Contract: Davee 3. _In consideration of the payments to be made by the PROCURING ENTITY to the CONTRACTOR as hereinafter mentioned, the CONTRACTOR hereby covenants with the PROCURING ENTITY to ‘execute and complete the Works and remedy any defects therein in conformity with the provisions Of this CONTRACT AGREEMENT in ail respects, ‘The following are the quantities and items of Work included in the scope of work: For the Contractor | Teno Deseition ae | ait | VECO TH Aout = Part A: FACILITIES FOR ENGINEER 7 A113) Construction of Field Office for the Engineer 1.00 Ls. | 222,817.80 222,817.80) g race) |Guemion Nattrence of Fe Ofester | so9/ a. | s.4oe0| 10306000 z Part B : OTHER GENERAL REQUIREMENT sae : 2 8.4(1) | Construction Survey and Staking 037|km.[ 37,238.11[ 13,778.10) 3 B.5___| Project Biliboara/Signboard 2.00/ Each] 5,931.66 11,863.32 “M5 8.7(2) | Occupational Safety and Health Program 1.00| Ls. 185,238.90] 185,238.90) § 8.8(2)__| Traffic Management. [_1.00|~_Ls. | 422,868.60| 422,868.60) zg "89 | Noblaton/Deooaton 1.00) Ls.| 385,140.00 385,140.00 2 § B.15(1) | Detour/Access Road [ts 139,757.80 4,139,757.09) 5 iz B.18(2)_| Craneway [-tnm. | 88,427.91] _ 2,652,837.30] [ | Geteect Seam eso [tna [sm 77a ae ca |PareC: EARTHWORKS iS 1001) _| Gearing and Grubbing 006 [Ha] 18408040] 11,084.82 38 101(2) | Removal of Actus Strucures/Obstructon 2.00| each | 1408.01] 2,816.02 a5 ‘Removal of Actual Structures/Obstruction, ] aE gy |_amons [Gemaaieislsrumestnarsin, | a330] sam| 2720] _soaeaa7 Ea gs 102(1) | Unsuitable Excavation i 793.00 | Cum.| _255.77| 200,267.91] 2 2 <2 103(1)a__| Structure Excavation (Common Soll) 201.81] Cum. 191.38 38,622.40] : ‘\ 5 2 103(3)___| Folindation Fil 53.45| cum.| _096.47| 47,916.32 g8 ¢ 3 1G |Cmmene 44732| cum.| 259.03] 115,860.30) 83 lites | 2 gs Embankment from Roadway Excavation Be | om | Gann 8400| cum.| 21947| 18,435.48] < | oaGpa__[ Embankment trom Borrow (Common Soi) | 19,26400| Cam.| 2,161.34 el 105(a)a | Subgrade Preparation (Common Materia) | 225.00] Sqm.| 16.42 58 Part D : SUB-BASE & BASE COURSE 200(1) | Agoregate Subbase Course 39300[ Cum| 1,203.32] 1,074,56476 202(1) | Crushed Aggreyate Base Course 747.70] Cum.| 1,334.07) 997,484.14 >, _ [Parte :surraces courses = Bituminous Prime Coat - MC Cut Back | 8 30101) | sphait (Grade 79) iat [Fain Sskos| isp a B Lamm Canes TACK Coat RC CHEBACKASERAM) 3.970.70| sqm.| 96.58 | 297,437.43 : Bituminous Concrete Surface Wearing al er BS | siome | Sarees tad comm tice 3,073.70) Sam.| 1,241.98 | 3,824,925. Bituminous Concrete Suface Binder Course 3102) | (Hot Laid), 50 men thick Poxtiand Cement Concrete Pavement (Unreinforced), 0.283 m thick, 14 days 4,118.00] sqm.| 1,241.86] 5,113,979.49 1,205.46} Sqm.| 1,368.40| —1,649,551.46| DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS — REGION XI Page 2 of § e Depa' 50i(1) | Underdrain, 150 mm dia. z 155,.00[ tnm.| 2,363.71] 366,375.05)" z gy [325 _| Manno 1220 mm cle. 10.00] ach) —4426407| 2,640.70 a g g 505(2)a__ | Grouted Riprap, Cl355.A [107.85] cum. | 3,697.03 4,040,362.19 3 Zo [__ 507) | Rubble Concrete ~ [569.20 cum. | 4,742.66 _ 2,699,522.07) = g 2 508(1) | Hand Laid Rock Enibankment 297.00| Cum.| 1,503.37| 446,500.89) g 2 | soba _ | sheet Pils, Stee, Slope Protection 4,168.00 _un.m.| 6,645.38 | 10,087,803.84 2 511G) | FiterCloth 2,653.20| Sam.| 253.08| 671,471.86] Z Part H: MISCELLANEOUS STRUCTURE 2 a 23 600(1) | Concrete Curb (Cast in place) [356.00 tnm.[ 1,246.84[ 443,875.04 8 600(4) | Curb and Gutter (Cact in place) _| 175.84 |" Meter| 1,155.99 203,269.26] Bg 601(1) | Sidewalk, 100 mm ° ick 24595| Sam.| 765.20] 168,200.94 a ‘Metal Guardrail (M~ 1 Beam) Including Post coset | Site When 990.60) unm.) 3,324.36) 3,293,111.02! 603(4)b_| Metal Seam End Pie (Bull Nose) 16.00| Each) 22,501.03| 360,016.48] 604(5) | Concrete Fence inc! ding Post 1,788.80| Sam.| 3,002.33] _§,370,567.90 ! 2 Regulatory Signs (€0 mm x 1000 mm), | iB 605(2)u2__| RS-IPC, Parking Sie S.No parking 2.00] Each) 6,301.63 12,603.26) te a (Pilipino Worded) (I te) ie 5 Regulatory Signs (F 9 mm), RE-8B, Hy 9 8 S05@)a2 | Miscellaneous Sign edestian Crossing | 2-00) Each) 6,301.63 12,603.26} . : Reflectorized Therr plastic Pavement | i te 6121) || Renae cane) 288.00) sqm.) 81454) 234,587.52 g / Reflectorzed Therr sles Pavement | is hawks Cen) 411.00] sam) i973] 9,017.69 g Roadway Lighting 1.00/ Ls. [5,073,579.00| _5,073,579.00] iz = i Page 3 5 Department of Public Works and Highways (DPWH) conn 0 + 100104 cena Home Corse fh Rox ~ Dave Cy Cota ps on, Tee each Set Package |2, avao City. bec i teconete conn : Eason = it 7 tem No. :seription Gey. | nie | Une et [ Total amount [Part I: MATERIALS DETATLS fis 706(1) | Concrete, Clay, Plastic and Fiber Pipe 155.00| inm.| 18,270.00 715) eee meg (easel Reinforcement | 14,567.46] sam.| 699.24) 10,186 150.73 Drainage Geotexties (Biaxial Separation 715(3) | and Protection Non-Woven Geotextles for | 2,882.88] Sqm.| 496.63] 1,431,724. | Geotube) 725(5) | Hydraulic Fiter, Geotube 497772| Sqm.| 3,111.83] 15 489,61843) 1002(1)h | Galvanized Iron Pipes with iting, 100 men 17.00 | _inm.| 1,346.25 22,886.25) 1406(1) | Deflector Wall 398.00|" inm.|~ 22,742.15 | 4502,945.79 14073) | Hexapod 2,490.00 | Pece 42,906 136.20 4501(1) _ | Rock Works (Giass I Rocks) 4,326.00 | Ton 17,653,800.36) 415012) | Rock Works (Class TT Rocks) 2,692.00 | Ton 9,092,418.44 45013) _ | Rock Works (Class III Rocks) 5,305.00 | Ton 13,967,799.75| 1705(2) | Backfill Sand [19,428.00 Cum. 39,311,003.76| a GRAND TOTAL = Php 308,522,081.22) 4. In consideration of the execution and completion of the Works by the CONTRACTOR, the PROCURING ENTITY. heveby covenants to pay the CONTRACTOR, the unit prices in the ‘CONTRACTOR’s CalculateJ Bid, as applied to the actual quantities accomplished as certified by the PROQURING ENTITY under the provisions of the CONTRACT AGREEMENT at the times and in the manner prescribed by this CONTRACT AGREEMENT. 5. Unjustified SLIPPAGE of more than 30 days in the original schedule would result in non-payment, the cancellation of the CONTRACT, biacklsting of the erring CONTRACTOR, and the entry of a NEW CONTRACTOR who will irish the project. 6. The CONTRACTOR warrants that he has not given nor promised to give any money or gift to any employees of the ENTITY (or any Philippine Government Instrumentality) to secure this contract. 7. The CONTRACTOR shall pay taxes in full and on time and that failure to do so will entitle the Government to suspend payment for the services delivered by the contracting party. 8. The CONTRACTOR shall liewise regularly present within the duration of the contract, a tax Clearance from the BIR 3 well as a copy ofits income and business tax returns duly stamped and received by the BIR and culy validated with tax payments made thereon. IN WITNESS WHEREOF, the parties hereto set their respective hands on the day, month and year first before writen, PROCURING ENTITY: CONTRACTOR: Represented by: ROMEO, cESO1V RENATO R. CASTANEDA recor Authorized Managing Officer : Witnesses ; rage 4003 SS Dejiactitient of Public Works and Highways (DPWH) corwect 0 son0 Gare tame Consructin of 6tsphat Road ~ Daeo Cty Coastal Bypass Road, (Bago Aaya ~ Tnes Beach Sete). Pesage 1, Dave Gy locaton fe contact: Dave 2 8 6 ACKNOWLEDGMENT & 3 Republic of Philippines) 3 ity of ) £ = zt Before me, 2 Notary Public for and inthe Cy of Davao, personally appeared: 2 : ‘NAME COMM. TAX CERT.NO, _DATE/PLACE ISSUED => & ALANS. BORROMEO 23567852 ____Janvary 10, 2019/Dave0 City a8 RENATO R. CASTANEDA z a8 E 2 o 3s known to me and to me known to be the same persons who executed the foregoing instrument = & which consist of five (5) pages including this page on which this Acknowledgment is written and & = acknowledged to me that the saine is their free and voluntary act and deed. a WITNESS MY HAND ANO SEAL, this Wh 2019 in the city _s __ Plippines. 25 : z 62 A a gs 3 2 rel & ee OR 9 Ze 8 BS coc 7! a Page No. S Book No, Rags Series of Cm DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS ~ REGION XI Page 5 of 5

You might also like