Вы находитесь на странице: 1из 5

CONTRACT

This Contract made and entered into this


by and between:

21st

day of

May, 2014

The Department of Public Works & Highways, National Capital Region,


represented by
Mr. TIBURCIO L. CANLAS, OIC- Asst. Regional Director
with office address at Department of Public Works & Highways NCR, 2 nd
Street, Port Area, Manila and hereinafter referred to as the PARTY OF THE
FIRST PART;
- and
NORTHERN BUILDERS represented by MR. VICTOR M. ANGELES,
General Manager with business address at Km. 131 Carlos P. Romulo
Highway, Brgy. Baras-Baras, Tarlac City and hereinafter referred to as the
PARTY OF THE SECOND PART;
WHEREAS, THE PARTY OF THE FIRST PART is desirous that certain works
should be constructed namely:
IMPROVEMENT/REHABILITATION OF PAYATAS ROAD
(INTERMITTENT SECTIONS) QUEZON CITY, K0022+
(-721) - K0022 + (-121); K0027 + 066- K0027 + 556,
(SO5179LZ)(CONTRACT ID NO. 14O00001)
and has accepted the bid by the Contractor for the construction and completion
of such work in the corrected amount of THIRTY THREE MILLION SIX
HUNDRED SIXTY ONE THOUSAND ONE HUNDRED FORTY PESOS AND
57/100(P33,661,140.57) ONLY.
The whole works comprised in the contract shall be completed within
Three
Hundred (300) CALENDAR DAYS in accordance with the provision of bid
documents.
THIS AGREEMENT WITNESSETH as follows:
1. The following documents shall be deemed to form and be interpreted
and construed as part of this Agreement, viz:
a.
b.
c.
d.

Conditions of Contract
Drawings/Plans
Invitation to Bid
Bid Form including the following annexes:
1. SEC for corporation/DTI for Sole Proprietorship or CDA for Coop.
2. Mayors Permit
3. Statement of on-going and completed projects within the last
10years
Including newly awarded contracts but not yet started
4. PBAC License
5. Audited Financial Statement stamped and Received by the BIR

6.
7.
8.
9.
10.
11.

NFCC
Bid Form
Bid Prices in the Bill of Quantities
Detailed Estimates
Project Organizational Chart
List of Contractors Personnel and duly signed Contractors
Certification of Key Personnel, with key Personnels
Affidavit of Commitment to work on the Contract
12. Equipment Utilization Schedule and duly executed contract
of lease of all equipment and machineries which shall be
intended for use exclusively for the project, if any
13. Cash Flow by Quarter and Payment Schedule
14. Omnibus Sworn Statement
15. Health and Safety Program of the Contractor
e. Performance Security
f. Notice to Award of Contract and Contractors Conforme thereto
g. D.O. No. 51, series of 1990, pursuant to R.A. No. 6685
i. D.O. No. 37, series of 1987 `SETTLEMENT OF DISPUTES`
h. BAC Resolution No. 0009-2014
2. In consideration of the payment to be made by the Owner to the
Contractor hereby covenants with the Owner to construct and complete
the work in conformity in all respects with the provision of the contract
ITEM NO.
I
101(3)a.2
101(3)b
102(1)
105
204
311
612(1)
II
101(3)a.2
101(3)b
102(1)
105

2.1 Scope of Work


DESCRIPTION

UNIT

QTY.

ROADS (Sta. 21+340 to 21+940)


Removal of Existing
sq.m.
6,777.0
Concrete Pavement
0
Removal of Existing
sq.m.
6,777.0
Asphalt Pavement
0
Roadway Excavation
cu.m.
2,478.0
(Common)
0
Subgrade Preparation
sq.m.
6,777.0
(Common)
0
Cement Treated Base
cu.m.
2,072.0
Course (CTB)
0
PCC Pavement,
sq.m.
6,777.0
(t=360mm, 7 days
0
3500psi)
Reflectorized
sq.m.
232.00
Thermoplastic Pavement
Markings (White)
ROADS (Sta. 27+066 to 27+556)
Removal of Existing
sq.m.
3,430.0
Concrete Pavement
0
Removal of Existing
su.m.
1,917.0
Asphalt Pavement
0,
Roadway Excavation
sq.m.
3,430.0
(Common)
0
Subgrade Preparation
sq.m.
162.00
(Common)

UNIT
COST

TOTAL

139.21

943,426.17

97.54

661,028.58

185.61

459,941.58

22.73

154,041.21

1,981.12

4,104,880.64

2,054.04

13,920,229.0
8

962.15

223,218.80

139.21

477,490.30

185.61

355,814.37

22.73

77,963.90

903.44

146,357.28

204

3 -

Spl-3

Cement treated Base


cu.m.
Course (CTB)
PCC Pavement,
Sq.m.
(t=360mm, 7 days
3500psi)
Concrete Curb & Gutter
l.m.
Concrete Sidewalk
Sq.m.
Reflectorized
Sq.m.
Thermoplastic Pavement
Markings (White)
OTHER GENERAL REQUIREMENTS
Provision of Field Office
Mo.
Construction Safety &
l.s.
Health
Traffic Management
l.s.

Spl-4

DPWH Project Billboard

Pc.

4.00

Spl-5

Mobilization/Demobilizati
on
COA Billboard

l.s.

1.00

Pc.

2.00

311
600
601
612(1)
III
Spl-1
Spl-2

Spl-6

1,029.0
0
3,430.0
0
980.00
980.00
172.00

10.00
1.00
1.00

1,981.12

2,038,572.48

2,051.20

7,035,616.0
0

752.87
643.96
962.15

737,812.60
631,080.80
165,489.80

27,574.75
233,766.9
5
466,997.9
0
7,005.00

275,747.50
233,766.95

509,634.6
3
7,005.00

509,634.63

TOTAL - - -

466,997.90
28,020.00

14,010.00

P 33,661,140.57

3. The owner hereby covenants to pay the Contractor in consideration of


the construction and completion of the work the contract price at the
times and in the manner prescribed by the Contract and specified in
the bid.
4. This contract is subject to the provisions of RA #9184 and its
implementing rules and regulations, other existing laws, decrees,
executive and administrative orders, circulars, issued by proper
authorities affecting government construction projects, as well as the
guidelines for the completion and payment of price escalation on
infrastructure contracts adopted by the government, shall be made and
formed as integral part of this contract.
5. Within a period of one year after completion and final acceptance of
the project the Contractor shall remain liable for any damages or
defects discovered on the works due to faulty construction or the use of
materials of inferior quality or violation of the term of the contract. A
Surety Bond in any amount equal to ten (10%) percent of the contract
cost shall immediately be posted by the Contractor for the purpose of
answering for such damages, otherwise, the retention shall not be
released and shall be made answerable for the same purpose. The
bond posted shall be co-terminus with the period of warranty.
6. The Contractor warrants that he has not given nor promised to give any
money or gift to any employee of the Owner to secure this contract.
7. That pursuant to Section 6 of R.A. 6685, failure without good cause by
the Contractor to comply with the requirements of Section 1,4 & 5 of
this Act shall be penalized by a fined of TWENTY THOUSAND PESOS
(P20,000.00) for the first offense; suspension of one (1) year from
participating in public works bidding for the second offense, and

perpetual disqualification from participating in public works bidding for


the third offense.
8. The Contractor shall comply with and strictly observe all laws regarding
workmens health and safety, workmens welfare, compensation for
injuries, minimum wage, hours of labor, and other labor laws.

4 -

IN WITNESS WHEREOF, the parties have hereunto set their hands on the day,
month and year first above written
DEPT. OF PUBLIC WORKS & HIGHWAYS NCR
PARTY OF THE FIRST PART
By:

NORTHERN BUILDERS
PARTY OF THE SECOND PART
By:

TIBURCIO L. CANLAS
OIC-Asst. Regional Director

VICTOR M. ANGELES
General Manager

SIGNED IN THE PRESENCE OF:


LUTY S. NONAY
MA. JOCELYN R. BACUAL
Administrative Officer V
OIC, Construction Division
Per LOI #968 dtd. 12/17/79

MINERVA D. RECTO
Chief Accountant
A P P R O V E D :

REYNALDO G. TAGUDANDO
Regional Director
A C K N O W L E D G M E N T
REPUBLIC OF THE PHILIPPINES)
CITY OF MANILA
) S.S.
BEFORE ME, a Notary Public for and within the City of Manila, personally appeared TIBURCIO
L. CANLAS, OIC- Assistant Regional Director, representing the Republic of the Philippines,
with PRC License No. 0041014 issued on July 18, 1985 and VICTOR M. ANGELES,
General Manager,
representing NORTHERN BUILDERS., with Tax Identification No.
___________, known to me to be the same person who executed the foregoing Contract and
Agreement and acknowledge to me that the same is their true act and deed for and in behalf of
the parties they represented.
The instrument consist of four (4) pages including this page, on which this acknowledgement is
written duly signed by the contracting parties and their witnesses on the left margin of the other
pages.

IN WITNESS WHEREOF, I have hereto affixed my signature and seal this


2014.
Doc. No. ________
Page No. ________
Book No. ________
Series of 2014.

27th

day of

May ,

Вам также может понравиться