Академический Документы
Профессиональный Документы
Культура Документы
BIDDING DOCUMENTS
Construction of
Three (3) Units 2Storey Four (4)
Classroom School
Buildings
PROJECT LOCATION : Clark Freeport Zone, Philippines
TABLE OF CONTENTS
1
Section 1: Invitation to Bid
Construction of Three (3) Units 2-Storey Four (4)
Classroom School Buildings
2.
The Clark Development Corporation now invites bids for the Construction of Three
(3) Units 2-Storey Four (4) Classroom School Buildings. Completion of the Works is
required within One Hundred Twenty (120) Calendar Days. Bidders should have
completed, within ten (10) years from the date of submission and receipt of bids, a contract
similar to the Project. The description of an eligible bidder is contained in the Bidding
Documents, particularly, in Section II. Instruction to Bidders.
3.
Bidding will be conducted through open competitive bidding procedures using nondiscretionary pass/fail criterion as specified in the Implementing Rules and Regulations
(IRR) of Republic Act 9184 (RA 9184), otherwise known as the Government Procurement
Reform Act.
Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations
with at least seventy five percent (75%) interest or outstanding capital stock belonging to
citizens of the Philippines.
4.
5.
A complete set of Bidding Documents may be purchased by interested Bidders from the
address below and upon payment of a nonrefundable fee for the Bidding Documents in the
amount of Php 15,000.00.
Clark Development Corporation
It may also be downloaded from the website of the Philippine Government Electronic
Procurement System (PhilGEPS) and the website of the Procuring Entity, provided that bidders
shall pay the fee for the Bidding Documents not later than the submission of their bids.
6. The Clark Development Corporation- Bids and Awards Committee will hold a Pre-Bid
Conference on January 31, 2012 (10:00 a.m.) at CDC Board Room, Ground Floor Bldg.
2125 E. Quirino Avenue corner C.P. Garcia Street, CDC Corporate Center, Clark Freeport Zone,
Philippines 2023 which shall be open to all interested parties who have purchased the Bidding
Documents.1
7. Bids must be delivered to the address below on or before February 13, 2012 (10:00 a.m.)
at CDC Board Room, Ground Floor Bldg. 2125 E. Quirino Avenue corner C.P. Garcia Street,
CDC Corporate Center, Clark Freeport Zone, Philippines 2023. All bids must be accompanied by
a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18.
Bids will be opened in the presence of the bidders representatives who choose to attend at the
address below. Late bids shall not be accepted.
8. The CDC Minimum Required equipments in good working condition are as follows:
Quantity
1 unit
2. Concrete Vibrators
1 unit
1 unit
1 unit
5. Welding Machine
1 unit
1 unit
9. The CDC minimum required Key Personnel with each their complete qualifications (Form INFR48), Letter to Procuring Entity (Form INFR-45), Notarized Certificate of Employment( Form
INFR-46), Bio-data (Form INFR-47) and Photocopy of Valid Professional License (for
Professionals) are as follows:
1. Project Manager/Engineer
2. Materials Engineer duly accredited by DPWH
3. Electrical Engineer
4. Safety Engineer/ Occupational Safety and Health Officer
5. Construction Foreman
1May be deleted in case the ABC is less than One Million Pesos (PhP1,000,000) where the Procuring Entity may not hold a pre-bid conference.
Clark Development Corporation
4. The Clark Development Corporation- Bids and Awards Committee reserves the right
to accept or reject any bid, to annul the bidding process, and to reject all bids at any time
prior to contract award, without thereby incurring any liability to the affected bidder or
bidders.
5. For further information, please refer to:
Ms. Ma. Zoraida G. Camello (OIC)
Office of the Bids and Awards Secretariat
Ground Floor Bldg. 2127 C. P. Garcia St.,
CDC Corporate Center, Clark Freeport Zone, Philippines 2023
Trunkline: (045) 599-9000 local 932/Telefax: (045) 599-7028
e-mail: bacsecretariat@clark.com.ph
website: www.clark.com.ph
Ernesto S. Gorospe
Chairman
TABLE OF CONTENTS
A. GENERAL ........................................................................................ 7
1.
2.
3.
4.
5.
6.
7.
8.
F. AWARD OF CONTRACT...................................................................... 31
30.
31.
32.
33.
Contract Award.................................................................................... 31
Signing of the Contract......................................................................... 32
Performance Security ........................................................................... 33
Notice to Proceed................................................................................. 33
6
Clark Development Corporation
A.
1.
2.
General
Scope of Bid
1.1.
The Procuring Entity as defined in the BDS, invites bids for the
construction of Works, as described in Section VI Specifications. The
name and identification number of the Contract is provided in the BDS.
1.2.
Source of Funds
The Procuring Entity has a budget or has applied for or received funds from
the Funding Source named in the BDS, and in the amount indicated in the
BDS. It intends to apply part of the funds received for the Project, as defined
in the BDS, to cover eligible payments under the Contract for the Works.
3.
defines, for purposes of this provision, the terms set forth below
as follows:
(i)
(ii)
3.2.
(iii)
(iv)
(v)
obstructive practice is
(aa)
(bb)
(b)
(c)
Further, the Procuring Entity will seek to impose the maximum civil,
administrative, and/or criminal penalties available under the applicable
8
4.
Furthermore, the Funding Source and the Procuring Entity reserve the
right to inspect and audit records and accounts of a contractor in the
bidding for and performance of a contract themselves or through
independent auditors as reflected in the GCC Clause 34.
Conflict of Interest
4.1.
(b)
(c)
(d)
(e)
(f)
(g)
(b)
(c)
(d)
5.
Eligible Bidders
5.1.
(b)
(c)
(d)
(e)
The Procuring Entity may also invite foreign bidders when provided for
under any Treaty or International or Executive Agreement as specified
in the BDS.
5.3.
5.4.
(a) Unless otherwise provided in the BDS, 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 adjusted to current prices using the National
Statistics Office consumer price index.
(b) For Foreign-funded Procurement, the Procuring Entity and the
foreign government/foreign or international financing institution may
agree on another track record requirement, as specified in the BDS.
For this purpose, contracts similar to the Project shall be those
described in the BDS, and completed within the period stated in the
Invitation to Bid and ITB Clause12.1 (a) (iii).
5.5.
11
Clark Development Corporation
6.
Bidders Responsibilities
6.1.
6.2.
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
risk
6.3.
The Bidder, by the act of submitting its bid, shall be deemed to have
inspected the site, determined the general characteristics of the
contract works and the conditions for this Project and examine all
instructions, forms, terms, and project requirements in the Bidding
Documents.
6.4.
6.5.
6.6.
Before submitting their bids, the Bidders are deemed to have become
familiar with all existing laws, decrees, ordinances, acts and regulations
of the Philippines which may affect the contract in any way.
6.7.
The Bidder shall bear all costs associated with the preparation and
submission of his bid, and the Procuring Entity will in no case be
responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
13
6.8.
7.
Bidders should note that the Procuring Entity will only accept bids only
from those that have paid the nonrefundable fee for the Bidding
Documents at the office indicated in the Invitation to Bid.
8.
Subcontracts
8.1.
8.2.
8.3.
B.
9.
Pre-Bid Conference
9.1.
9.2.
9.3.
Any statement made at the pre-bid conference shall not modify the
terms of the bidding documents unless such statement is specifically
identified in writing as an amendment thereto and issued as a
Supplemental/Bid Bulletin.
C.
Preparation of Bids
Philippines, in which case the English translation shall govern, for purposes of
interpretation of the Bid.
Eligibility Documents
Class "A" Documents:
(i)
(ii)
(iii)
16
Clark Development Corporation
(iii.10) percentages
of
planned
accomplishments, if applicable;
and
actual
(v)
(vi)
(b)
Technical Documents
(i)
17
Clark Development Corporation
(i.2)
(ii)
(iii)
(b)
13.2. (a) Unless indicated in the BDS, all Bids that exceed the ABC shall not
be accepted.
(b)
18
Clark Development Corporation
19
Clark Development Corporation
(b)
(c)
(d)
Proportionate to share
of form with respect to
total amount of security
For biddings conducted by local government units, the Bidder may also
submit bid securities in the form of cashiers/managers check, bank
21
Clark Development Corporation
if a Bidder:
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(b)
(vii)
(viii)
(ix)
refusal to clarify or validate in writing its bid during postqualification within a period of seven (7) calendar days
from receipt of the request for clarification;
(x)
(xi)
(xii)
(ii)
19.3. The Bidder shall prepare an original of the first and second envelopes
as described in ITB Clauses 12 and 13. In addition, the Bidder shall
submit copies of the first and second envelopes. In the event of any
discrepancy between the original and the copies, the original shall
prevail.
19.4. The bid, except for un-amended printed literature, shall be signed, and
each and every page thereof shall be initialed, by the duly authorized
representative/s of the Bidder.
19.5. Any interlineations, erasures, or overwriting shall be valid only if they
are signed or initialed by the duly authorized representative/s of the
Bidder.
20.2. 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.
20.3. 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.
20.4. All envelopes shall:
(a)
(b)
(c)
(d)
(e)
bear a warning DO NOT OPEN BEFORE the date and time for
the opening of bids, in accordance with ITB Clause 21.
24
20.5. 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.
D.
26
Clark Development Corporation
E.
27
Clark Development Corporation
(b)
(b)
27.4. Based on the detailed evaluation of bids, those that comply with the
above-mentioned requirements shall be ranked in the ascending order
of their total calculated bid prices, as evaluated and corrected for
computational errors, discounts and other modifications, to identify the
Lowest Calculated Bid. Total calculated bid prices, as evaluated and
corrected for computational errors, discounts and other modifications,
which exceed the ABC shall not be considered, unless otherwise
indicated in the BDS.
28
Clark Development Corporation
27.5.
The Procuring Entitys evaluation of bids shall only be based on the bid
price quoted in the Financial Bid Form.
(b)
(c)
(d)
(b)
(c)
If the physical
changed so
economically,
determined by
(ii)
(iii)
(b)
(c)
All bids fail to comply with all the bid requirements or fail postqualification; or
(d)
F.
Award of Contract
31
Clark Development Corporation
(a)
(ii)
Valid PCAB license and registration for the type and cost
of the contract to be bid for foreign bidders, within thirty
(30) calendar days, if allowed under a Treaty or
International or Executive Agreement mentioned in ITB
Clause 12.1. (a) (iv);
(b)
(c)
(d)
Contract Agreement;
(b)
Bidding Documents;
(c)
(d)
Performance Security;
(e)
(f)
(g)
Amount of
Performance Security
(Equal to Percentage
of the Total Contract
Price)
Proportionate to share
of form with respect to
total amount of
security
34
Clark Development Corporation
35
2.
The Funding Source is: The Government of the Philippines (GOP) through
CDC Corporate Operating Expenditures Budget for CY 2011 in the amount of
Php 10,459,313.31
The name of the Project is Construction of Three (3) Units 2-Storey
Four (4) Classroom School Buildings.
3.1.
No further instructions.
5.1.
No Further Instructions.
5.2.
5.4.
No Further Instructions.
For this purpose, similar contracts shall refer to Construction of New
Building.
8.1.
8.2.
Not applicable.
9.1.
The Procuring Entity will hold a pre-bid conference for this Project on
January 31, 2012 (10:00 a.m.) at CDC Board Room, Ground Floor Bldg.
2125 , E. Quirino St. corner C.P. Garcia Street ,CDC Corporate Center, Clark
Freeport Zone, Philippines 2023.
10.1
10.3.
12.1.
e-mail: bacsecretariat@clark.com.ph
website: www.clark.com.ph
No further instructions.
The first envelope shall contain the eligibility and technical documents stated
in the ITB Clause. However, if the Bidder maintains a current and updated
file of his Class A Documents with the Procuring Entity, a written letter of
intent may be submitted in lieu of the Class A Documents; otherwise, it
shall submit an application for eligibility and its latest Class A Documents on
or before the submission of bids. Any application for eligibility or updates
submitted after the deadline for the submission of the letter of intent shall
not be considered for the bidding at hand.
The List of contractors personnel (viz, Project Manager/ Engineers, Electrical
Engineer, Materials Engineer, and Foremen), to be assigned to the contract
to be bid, should attach their complete qualifications, Letter to Procuring
Entity, Notarized Certificate of Employment, Bio-data and Photocopy of Valid
Professional License (for Professionals) using the following prescribed forms:
1. Sample Form INFR-48 : Qualification of Proposed Key Personnel
to be assigned to the Contract;
2. Sample Form INFR-45 : Contractors Letter Certificate to
Procuring Entity (for each personnel);
3. Sample Form INFR-46 : Notarized Key Personnels Certificate of
Employment (for each personnel); and
4. Sample Form INFR-47: Key Personnel Format of Bio-data
(for each personnel)
Duly Signed Bid Bulletins would form part of the Technical Documents, if any.
12.1.(a)
(i)
12.1.(a)
(iv)
No further instructions.
13.1.
No Further Instructions.
13.1(b).
37
Clark Development Corporation
No further instructions.
15.4.
No further instructions.
16.1.
17.1.
Bids will be valid until 120 calendar days upon submission of bids.
18.1.
18.2.
The bid security shall be valid until 120 calendar days upon the submission of
Bids.
20.3.
Each Bidder shall submit One (1) original and Two (2) copies of the first and
second components of its bid.
21.
The address for submission of bids is CDC Board Room, Ground Floor Bldg.
2125 E. Quirino Avenue corner C.P. Garcia Street, CDC Corporate Center, Clark
Freeport Zone, Philippines 2023.
Deadline for submission of bids: February 13, 2012 (10:00 a.m.)
24.1.
The place of bid opening is at CDC Board Room, Ground Floor Bldg. 2125 E.
Quirino Avenue corner C.P. Garcia Street, CDC Corporate Center, Clark
Freeport Zone, Philippines 2023.
The date & time of bid opening is 10:00 a.m. on February 13, 2012
The official time would be the Time keeping Machine located at the left side
of Bldg. 2125.
24.2.
No further instructions.
38
Clark Development Corporation
27.3.(b)
27.4.
No further instructions.
28.2.(b)
1.
2.
In the absence of EFPS- filed Tax Returns, in lieu thereof, submit the
following certified true copies:
a.
Tax Returns as specified above- manually filed or stamped
received by the BIR or its authorized agents; and
b. Proof of application/registration with EFPS.
The latest income and business tax returns are those within the last six (6)
months preceding the date of bid submission.
28.2(d)
31.4.(g)
No Further Instructions.
Additional contract documents relevant to the Project that may be required
by existing laws and/or the Procuring Entity
Construction schedule and S-curve, manpower schedule, construction
methods, equipment utilization schedule, construction safety and health
program approved by the Department of Labor and Employment, and
PERT/CPM.
39
Clark Development Corporation
40
TABLE OF CONTENTS
1. DEFINITIONS ....................................................................................43
2. INTERPRETATION ............................................................................45
3. GOVERNING LANGUAGE AND LAW .............................................46
4. COMMUNICATIONS .........................................................................46
5. POSSESSION OF SITE .....................................................................46
6. THE CONTRACTORS OBLIGATIONS ............................................47
7. PERFORMANCE SECURITY .............................................................48
8. SUBCONTRACTING ..........................................................................49
9. LIQUIDATED DAMAGES ..................................................................49
10.SITE INVESTIGATION REPORTS ..................................................50
11.THE PROCURING ENTITY, LICENSES AND PERMITS ..............50
12.CONTRACTORS RISK AND WARRANTY SECURITY ................50
13.LIABILITY OF THE CONTRACTOR ................................................52
14.PROCURING ENTITYS RISK .........................................................53
15.INSURANCE .......................................................................................53
16.TERMINATION FOR DEFAULT OF CONTRACTOR .....................55
17.TERMINATION FOR DEFAULT OF PROCURING ENTITY .........56
18.TERMINATION FOR OTHER CAUSES ...........................................56
19.PROCEDURES FOR TERMINATION OF CONTRACTS ................58
20.FORCE MAJEURE, RELEASE FROM PERFORMANCE .................60
21.RESOLUTION OF DISPUTES ..........................................................61
22.SUSPENSION OF LOAN, CREDIT, GRANT, OR
APPROPRIATION ..............................................................................61
23.PROCURING ENTITYS REPRESENTATIVES DECISIONS ......62
24. APPROVAL OF DRAWINGS AND TEMPORARY WORKS BY THE PROCURING ENTITYS
REPRESENTATIVE .......................................................................................................... 62
25. ACCELERATION AND DELAYS ORDERED BY THE PROCURING ENTITYS
REPRESENTATIVE .......................................................................................................... 63
42
Clark Development Corporation
1.
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 21.
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.
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.
1.7.
1.8.
1.9.
1.10. Day works are varied work inputs subject to payment on a time basis
for the Contractors 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 Entitys 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
43
Clark Development Corporation
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 mean 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
Entitys Representative; (iii) and the carrying out of all duties and
obligations of the Contractor imposed by this Contract as described in
the SCC.
2.
Interpretation
2.1.
2.2.
4.
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.
3.2.
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.
5.
Possession of Site
5.1.
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 Entitys 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.
5.2.
5.3.
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.
5.4.
46
Clark Development Corporation
6.
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.
6.2.
6.3.
The Contractor shall be responsible for the safety of all activities on the
Site.
6.4.
The Contractor shall carry out all instructions of the Procuring Entitys
Representative that comply with the applicable laws where the Site is
located.
6.5.
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.
6.6.
6.7.
6.8.
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.
6.9.
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.
47
Performance Security
7.1.
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.
7.2.
7.3.
7.4.
(b)
(c)
7.5.
7.6.
8.
9.
Subcontracting
8.1.
8.2.
8.3.
Liquidated Damages
9.1.
9.2.
11.
12.
(b)
(c)
(d)
(e)
51
Clark Development Corporation
Form of Warranty
(a) Cash or letter of credit issued by
12.7. The warranty security shall be stated in Philippine Pesos and shall
remain effective for one year from the date of issuance of the
Certificate of Final Acceptance by the Procuring Entity, and returned
only after the lapse of said one year period.
12.8. In case of structural defects/failure occurring during the applicable
warranty period provided in GCC Clause 12.5., the Procuring Entity
shall undertake the necessary restoration or reconstruction works and
shall be entitled to full reimbursement by the parties found to be liable
for expenses incurred therein upon demand, without prejudice to the
filing of appropriate administrative, civil, and/or criminal charges
against the responsible persons as well as the forfeiture of the
warranty security posted in favor of the Procuring Entity.
13.
52
Clark Development Corporation
14.
(b)
15.
(ii)
Insurance
15.1. The Contractor shall, under his name and at his own expense, obtain
and maintain, for the duration of this Contract, the following insurance
coverage:
(a)
(b)
(c)
(d)
53
Clark Development Corporation
15.3. The Contractor shall notify the insurers of changes in the nature,
extent, or program for the execution of the Works and ensure the
adequacy of the insurances at all times in accordance with the terms of
this Contract and shall produce to the Procuring Entitys Representative
the insurance policies in force including the receipts for payment of the
current premiums.
The above insurance policies shall be obtained from any reputable
insurance company approved by the Procuring Entitys Representative.
15.4. If the Contractor fails to obtain and keep in force the insurances
referred to herein or any other insurance which he may be required to
obtain under the terms of this Contract, the Procuring Entity may
obtain and keep in force any such insurances and pay such premiums
as may be necessary for the purpose. From time to time, the
Procuring Entity may deduct the amount it shall pay for said premiums
including twenty five percent (25%) therein from any monies due, or
which may become due, to the Contractor, without prejudice to the
Procuring Entity exercising its right to impose other sanctions against
the Contractor pursuant to the provisions of this Contract.
15.5. In the event the Contractor fails to observe the above safeguards, the
Procuring Entity may, at the Contractors expense, take whatever
measure is deemed necessary for its protection and that of the
Contractors personnel and third parties, and/or order the interruption
of dangerous Works. In addition, the Procuring Entity may refuse to
make the payments under GCC Clause 40 until the Contractor complies
with this Clause.
15.6. The Contractor shall immediately replace the insurance policy obtained
as required in this Contract, without need of the Procuring Entitys
demand, with a new policy issued by a new insurance company
acceptable to the Procuring Entity for any of the following grounds:
(a)
become bankrupt;
(ii)
(iii)
(iv)
54
Clark Development Corporation
(v)
16.
(b)
(c)
(d)
(e)
16.5. All materials on the Site, Plant, Equipment, and Works shall be deemed
to be the property of the Procuring Entity if this Contract is rescinded
because of the Contractors default.
55
Clark Development Corporation
17.
18.
(a)
(b)
The Contractor stops work for twenty eight (28) days when no
stoppage of work is shown on the current Program of Work and
the stoppage has not been authorized by the Procuring Entitys
Representative;
(b)
(c)
(e)
(f)
(g)
(h)
(ii)
(iii)
(iv)
18.4. The Funding Source or the Procuring Entity, as appropriate, will seek to
impose the maximum civil, administrative and/or criminal penalties
available under the applicable law on individuals and organizations
deemed to be involved with corrupt, fraudulent, or coercive practices.
18.5. When persons from either party to this Contract gives notice of a
fundamental breach to the Procuring Entitys Representative in order
to terminate the existing contract for a cause other than those listed
under GCC Clause 18.3., the Procuring Entitys Representative shall
decide whether the breach is fundamental or not.
57
Clark Development Corporation
(b)
(ii)
(iii)
(iv)
(d)
(e)
(f)
(b)
Employment
of
competent
technical
personnel,
competent engineers and/or work supervisors;
(ii)
(iii)
(v)
(c)
(d)
(e)
(i)
(ii)
60
Clark Development Corporation
(b)
(c)
20.5. The net balance due shall be paid or repaid within a reasonable time
period from the time of the notice of termination.
21.
Resolution of Disputes
21.1. If any dispute or difference of any kind whatsoever shall arise between
the parties in connection with the implementation of the contract
covered by the Act and this IRR, the parties shall make every effort to
resolve amicably such dispute or difference by mutual consultation.
21.2. If the Contractor believes that a decision taken by the PROCURING
Entitys Representative was either outside the authority given to the
PROCURING Entitys Representative by this Contract or that the
decision was wrongly taken, the decision shall be referred to the
Arbiter indicated in the SCC within fourteen (14) days of the
notification of the PROCURING Entitys Representatives decision.
21.3. Any and all disputes arising from the implementation of this Contract
covered by the 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, disputes that are within the competence of
the Construction Industry Arbitration Commission to resolve shall be
61
Clark Development Corporation
23.
(a)
(b)
If the Contractor has not received sums due it for work already done
within forty five (45) days from the time the Contractors claim for
payment has been certified by the Procuring Entitys Representative,
the Contractor may immediately issue a suspension of work notice in
accordance with GCC Clause 45.2.
24.
25.
Acceleration and
Representative
Delays
Ordered
by
the
Procuring
Entitys
25.1. When the Procuring Entity wants the Contractor to finish before the
Intended Completion Date, the Procuring Entitys Representative will
obtain priced proposals for achieving the necessary acceleration from
the Contractor. If the Procuring Entity accepts these proposals, the
Intended Completion Date will be adjusted accordingly and confirmed
by both the Procuring Entity and the Contractor.
25.2. If the Contractors Financial Proposals for acceleration are accepted by
the Procuring Entity, they are incorporated in the Contract Price and
treated as a Variation.
26.
27.
Right to Vary
27.1. The Procuring Entitys Representative with the prior approval of the
Procuring Entity may instruct Variations, up to a maximum cumulative
amount of ten percent (10%) of the original contract cost.
27.2. Variations shall be valued as follows:
(a)
(b)
(c)
63
Clark Development Corporation
(d)
28.
29.
Day works
29.1. Subject to GCC Clause 43 on Variation Order, and if applicable as
indicated in the SCC, the Day works rates in the Contractors Bid shall
be used for small additional amounts of work only when the Procuring
Entitys Representative has given written instructions in advance for
additional work to be paid for in that way.
29.2. All work to be paid for as Day works shall be recorded by the
Contractor on forms approved by the Procuring Entitys Representative.
Each completed form shall be verified and signed by the Procuring
Entitys Representative within two days of the work being done.
29.3. The Contractor shall be paid for Day works subject to obtaining signed
Day works forms.
30.
Early Warning
30.1. The Contractor shall warn the Procuring Entitys Representative at the
earliest opportunity of specific likely future events or circumstances
that may adversely affect the quality of the work, increase the Contract
Price, or delay the execution of the Works. The Procuring Entitys
Representative may require the Contractor to provide an estimate of
the expected effect of the future event or circumstance on the Contract
Price and Completion Date. The estimate shall be provided by the
Contractor as soon as reasonably possible.
30.2. The Contractor shall cooperate with the Procuring Entitys
Representative in making and considering proposals for how the effect
of such an event or circumstance can be avoided or reduced by anyone
involved in the work and in carrying out any resulting instruction of the
Procuring Entitys Representative.
31.
Program of Work
31.1. Within the time stated in the SCC, the Contractor shall submit to the
Procuring Entitys Representative for approval a Program of Work
64
Clark Development Corporation
showing the general methods, arrangements, order, and timing for all
the activities in the Works.
31.2. An update of the Program of Work shall the show the actual progress
achieved on each activity and the effect of the progress achieved on
the timing of the remaining work, including any changes to the
sequence of the activities.
31.3. The Contractor shall submit to the Procuring Entitys Representative for
approval an updated Program of Work at intervals no longer than the
period stated in the SCC. If the Contractor does not submit an
updated Program of Work within this period, the PROCURING Entitys
Representative may withhold the amount stated in the SCC from the
next payment certificate and continue to withhold this amount until the
next payment after the date on which the overdue Program of Work
has been submitted.
31.4. The Procuring Entitys Representatives approval of the Program of
Work shall not alter the Contractors obligations. The Contractor may
revise the Program of Work and submit it to the Procuring Entitys
Representative again at any time. A revised Program of Work shall
show the effect of any approved Variations.
31.5. When the Program of Work is updated, the Contractor shall provide the
Procuring Entitys Representative with an updated cash flow forecast.
The cash flow forecast shall include different currencies, as defined in
the Contract, converted as necessary using the Contract exchange
rates.
31.6. All Variations shall be included in updated Program of Work produced
by the Contractor.
32.
Management Conferences
32.1. Either the Procuring Entitys Representative or the Contractor may
require the other to attend a Management Conference.
The
Management Conference shall review the plans for remaining work and
deal with matters raised in accordance with the early warning
procedure.
32.2. The Procuring Entitys Representative shall record the business of
Management Conferences and provide copies of the record to those
attending the Conference and to the Procuring Entity. The
responsibility of the parties for actions to be taken shall be decided by
the PROCURING Entitys Representative either at the Management
Conference or after the Management Conference and stated in writing
to all who attended the Conference.
65
Clark Development Corporation
33.
Bill of Quantities
33.1. The Bill of Quantities shall contain items of work for the construction,
installation, testing, and commissioning of work to be done by the
Contractor.
33.2. The Bill of Quantities is used to calculate the Contract Price. The
Contractor is paid for the quantity of the work done at the rate in the
Bill of Quantities for each item.
33.3. If the final quantity of any work done differs from the quantity in the
Bill of Quantities for the particular item and is not more than twenty
five percent (25%) of the original quantity, provided the aggregate
changes for all items do not exceed ten percent (10%) of the Contract
price, the Procuring Entitys Representative shall make the necessary
adjustments to allow for the changes subject to applicable laws, rules,
and regulations.
33.4. If requested by the Procuring Entitys Representative, the Contractor
shall provide the Procuring Entitys Representative with a detailed cost
breakdown of any rate in the Bill of Quantities.
34.
35.
Identifying Defects
The Procuring Entitys Representative shall check the Contractors work and
notify the Contractor of any defects that are found. Such checking shall not
affect the Contractors responsibilities. The Procuring Entitys Representative
may instruct the Contractor to search uncover defects and test any work that
66
Clark Development Corporation
Cost of Repairs
Loss or damage to the Works or Materials to be incorporated in the Works
between the Start Date and the end of the Defects Liability Periods shall be
remedied by the Contractor at the Contractors cost if the loss or damage
arises from the Contractors acts or omissions.
37.
Correction of Defects
37.1. The Procuring Entitys Representative shall give notice to the
Contractor of any defects before the end of the Defects Liability Period,
which is One (1) year from project completion up to final acceptance
by the Procuring Entitys.
37.2. Every time notice of a defect is given, the Contractor shall correct the
notified defect within the length of time specified in the Procuring
Entitys Representatives notice.
37.3. The Contractor shall correct the defects which he notices himself
before the end of the Defects Liability Period.
37.4. The Procuring Entity shall certify that all defects have been corrected.
If the Procuring Entity considers that correction of a defect is not
essential, he can request the Contractor to submit a quotation for the
corresponding reduction in the Contract Price. If the Procuring Entity
accepts the quotation, the corresponding change in the SCC is a
Variation.
38.
Uncorrected Defects
38.1. The Procuring Entity shall give the Contractor at least fourteen (14)
days notice of his intention to use a third party to correct a Defect. If
the Contractor does not correct the Defect himself within the period,
the Procuring Entity may have the Defect corrected by the third party.
The cost of the correction will be deducted from the Contract Price.
38.2. The use of a third party to correct defects that are uncorrected by the
Contractor will in no way relieve the Contractor of its liabilities and
warranties under the Contract.
39.
Advance Payment
39.1. The Procuring Entity shall, upon a written request of the contractor
which shall be submitted as a contract document, make an advance
payment to the contractor in an amount not exceeding fifteen percent
67
Clark Development Corporation
(15%) of the total contract price, to be made in lump sum or, at the
most two, installments according to a schedule specified in the SCC.
39.2. The advance payment shall be made only upon the submission to and
acceptance by the Procuring Entity of an irrevocable standby letter of
credit of equivalent value from a commercial bank, a bank guarantee
or a surety bond callable upon demand, issued by a surety or
insurance company duly licensed by the Insurance Commission and
confirmed by the Procuring Entity.
39.3. The advance payment shall be repaid by the Contractor by an amount
equal to the percentage of the total contract price used for the
advance payment.
39.4. The contractor may reduce his standby letter of credit or guarantee
instrument by the amounts refunded by the Monthly Certificates in the
advance payment.
39.5. The Procuring Entity will provide an Advance Payment on the Contract
Price as stipulated in the Conditions of Contract, subject to the
maximum amount stated in SCC Clause 39.1.
40.
Progress Payments
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 Entitys 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. An affidavit should be submitted for each progress billings
that the said labor, equipment and materials are already been paid.
40.2. The Procuring Entity shall deduct the following from the certified gross
amounts to be paid to the contractor as progress payment:
(a)
(b)
(c)
(d)
(e)
40.3. Payments shall be adjusted by deducting there from the amounts for
advance payments and retention. The Procuring Entity shall pay the
Contractor the amounts certified by the Procuring Entitys
68
Clark Development Corporation
Representative within twenty eight (28) days from the date each
certificate was issued. No payment of interest for delayed payments
and adjustments shall be made by the Procuring Entity.
40.4. The first progress payment may be paid by the Procuring Entity to the
Contractor provided that at least twenty percent (20%) of the work
has been accomplished as certified by the Procuring Entitys
Representative.
40.5. Items of the Works for which a price of 0 (zero) has been entered
will not be paid for by the Procuring Entity and shall be deemed
covered by other rates and prices in the Contract.
41.
Payment Certificates
41.1. The Contractor shall submit to the Procuring Entitys Representative
monthly statements of the estimated value of the work executed less
the cumulative amount certified previously.
41.2. The Procuring Entitys Representative shall check the Contractors
monthly statement and certify the amount to be paid to the Contractor.
41.3. The value of Work executed shall:
(a)
(b)
(c)
41.4. The Procuring Entitys Representative may exclude any item certified in
a previous certificate or reduce the proportion of any item previously
certified in any certificate in the light of later information.
42.
Retention
42.1. The Procuring Entity shall retain from each payment due to the
Contractor an amount equal to a percentage thereof using the rate as
specified in ITB Sub-Clause 42.2.
42.2. Progress payments are subject to retention of ten percent (10%),
referred to as the retention money. Such retention shall be based on
the total amount due to the Contractor prior to any deduction and shall
be retained from every progress payment until fifty percent (50%) of
the value of Works, as determined by the Procuring Entity, are
completed. If, after fifty percent (50%) completion, the Work is
satisfactorily done and on schedule, no additional retention shall be
69
Clark Development Corporation
Variation Orders
43.1. Variation Orders may be issued by the Procuring Entity to cover any
increase/decrease in quantities, including the introduction of new work
items that are not included in the original contract or reclassification of
work items that are either due to change of plans, design or alignment
to suit actual field conditions resulting in disparity between the
preconstruction plans used for purposes of bidding and the as staked
plans or construction drawings prepared after a joint survey by the
Contractor and the Procuring Entity after award of the contract,
provided that the cumulative amount of the Variation Order does not
exceed ten percent (10%) of the original project cost. The
addition/deletion of Works should be within the general scope of the
project as bid and awarded. The scope of works shall not be reduced
so as to accommodate a positive Variation Order. A Variation Order
may either be in the form of a Change Order or Extra Work Order.
43.2. A Change Order may be issued by the implementing official to cover
any increase/decrease in quantities of original Work items in the
contract.
43.3. An Extra Work Order may be issued by the implementing official to
cover the introduction of new work necessary for the completion,
improvement or protection of the project which were not included as
items of Work in the original contract, such as, where there are
70
Clark Development Corporation
(b)
44.
(c)
(d)
If, after review of the plans, quantities and estimated unit cost
of the items of work involved, the proper office of the procuring
entity empowered to review and evaluate Change Orders or
Extra Work Orders recommends approval thereof, Head of the
Procuring Entity or his duly authorized representative, believing
the Change Order or Extra Work Order to be in order, shall
approve the same.
(e)
Contract Completion
Once the project reaches an accomplishment of ninety five (95%) of the total
contract amount, the Procuring Entity may create an inspectorate team to
make preliminary inspection and submit a punch-list to the Contractor in
preparation for the final turnover of the project. Said punch-list will contain,
among others, the remaining Works, Work deficiencies for necessary
corrections, and the specific duration/time to fully complete the project
considering the approved remaining contract time. This, however, shall not
preclude the claim of the Procuring Entity for liquidated damages.
45.
Suspension of Work
45.1. The Procuring Entity shall have the authority to suspend the work
wholly or partly by written order for such period as may be deemed
necessary, due to force majeure or any fortuitous events or for failure
on the part of the Contractor to correct bad conditions which are
unsafe for workers or for the general public, to carry out valid orders
given by the Procuring Entity or to perform any provisions of the
contract, or due to adjustment of plans to suit field conditions as found
necessary during construction. The Contractor shall immediately
comply with such order to suspend the work wholly or partly.
45.2. The Contractor or its duly authorized representative shall have the
right to suspend work operation on any or all projects/activities along
the critical path of activities after fifteen (15) calendar days from date
72
Clark Development Corporation
(b)
(c)
(d)
(e)
Payment on Termination
46.1. If the Contract is terminated because of a fundamental breach of
Contract by the Contractor, the Procuring Entitys Representative shall
issue a certificate for the value of the work done and Materials ordered
less advance payments received up to the date of the issue of the
certificate and less the percentage to apply to the value of the work
not completed, as indicated in the SCC. Additional Liquidated Damages
shall not apply. If the total amount due to the Procuring Entity
exceeds any payment due to the Contractor, the difference shall be a
debt payable to the Procuring Entity.
73
Clark Development Corporation
Price Adjustment
Except for extraordinary circumstances as determined by NEDA and approved
by the GPPB, no price adjustment shall be allowed. Nevertheless, in cases
where the cost of the awarded contract is affected by any applicable new
laws, ordinances, regulations, or other acts of the GOP, promulgated after the
date of bid opening, a contract price adjustment shall be made or appropriate
relief shall be applied on a no loss-no gain basis.
49.
Completion
The Contractor shall request the Procuring Entitys Representative to issue a
certificate of Completion of the Works, and the Procuring Entitys
Representative will do so upon deciding that the work is completed.
50.
Taking Over
The Procuring Entity shall take over the Site and the Works within seven (7)
days from the date the Procuring Entitys Representative issues a certificate of
Completion.
75
Clark Development Corporation
51.
76
Clark Development Corporation
77
Clark Development Corporation
The Intended Completion Date is within 120 Calendar Days upon effective
date of Contract. (The effective date of contract is within seven (7) calendar days
upon receipt of Notice to Proceed).
1.21
The Procuring Entity is Clark Development Corporation Bldg. 2122 E. Quirino St.
CDC Corporate Center, Clark Freeport Zone, Philippines.
1.22
1.23
1.27
1.30
The Works involves the construction of new two (2) Storey Four (4) Classroom
School Buildings.
2.2
No further instructions.
5.1.
The Procuring Entity shall give possession of all parts of the Site to the
Contractor upon receipt of Notice to Proceed.
6.5.
The Contractor shall employ the following Key Personnel: [List key personnel by
name and designation]
7.4(c)
1. Project Manager/Engineer:
2. Materials Engineer:
3. Electrical Engineer:
4. Safety Engineer:
5. Construction Foreman:
No further instructions.
7.1.
No further instructions.
78
Clark Development Corporation
7.7
No further instructions.
8.1.
No further instructions.
10.0.
12.3
No further instructions.
12.5
13.
No additional provision. or, if the Contractor is a joint venture, All partners to the
joint venture shall be jointly and severally liable to the Procuring Entity.
18.3 (h)(i)
No further instructions.
21.2.
29.1.
Day works are applicable at the rate shown in the Contractors original Bid.
31.1.
The Contractor shall submit the Program of Work to the Procuring Entitys
Representative within seven (7) calendar days of delivery of the Notice to Proceed.
The Program of Work should include the As-Staked Plans and As-Staked Quantities
for all items of work for the project.
31.3.
The period between Program of Work updates is seven (7) calendar days. The
amount to be withheld for late submission of an updated Program of Work is 1% of
every Progress Billing of the Contractor.
34.3.
39.1.
40.1.
Materials and equipment delivered on the site but not completely put in place shall
be included for payment.
51.1.
The date by which operating and maintenance manuals are required is within seven
(7) working days upon satisfactory completion. The date by which as built
drawings are required is within seven (7) working days upon satisfactory
completion.
51.2.
79
Clark Development Corporation
80
Clark Development Corporation
PROJECT TITLE
The construction procedures shall be done in accordance with the DPWH Standard
Specifications Volume III, and in full compliance with the approved plans and
specifications.
Pertinent notes appearing in the Contract Plans or Drawings shall also be considered as
part and parcel of the technical specifications. Such notes shall take precedence over the
General Specifications
PART A EARTHWORK
803 Structure Excavation
This item shall consist of the necessary excavation for foundation of building
structures, and other structures not otherwise provided for in the Specifications.
Except as otherwise provided for pipe culverts, the backfilling of completed
structures and the disposal of all excavated surplus materials, shall be in
accordance with these Specifications and in reasonably close conformity with the
Plans or as established by the Engineer.
This item shall also include necessary diverting of live streams, bailing, pumping,
draining, sheeting, bracing, and the placing of all necessary backfill.
Prior to starting excavation operations in any area, all necessary clearing and
grubbing in that area shall have been performed in accordance with item 800,
Clearing and Grubbing.
Trenches or foundation pits for structures or structure footings shall be excavated
to the lines and grades or elevations shown on the approved plan or as staked by
the Engineer. They shall be of sufficient size to permit the placing of structures or
structure footings of the full width and length shown. Any excavation carried
beyond the limits shown or described on the drawings or specifications or beyond
the dimension resulting from adjustments made by the Engineer shall be backfilled
with materials acceptable and as directed by the Engineer.
81
Clark Development Corporation
The volume of excavation to be paid for will be the number of cubic meters
measured in original position of material acceptably excavated in conformity with
the plans or as directed by the Engineer.
PART B1 -
82
Clark Development Corporation
83
Clark Development Corporation
Concrete shall have a consistency such that it will be workable in the required
position. It shall be of such a consistency that it will flow around reinforcing steel
but individual particles of the coarse aggregate when isolated shall show a
coating of mortar containing its appropriate amount of sand.
The quantity of structural concrete to be paid for will be the final quantity in
Cubic Meter placed and accepted in the completed structure.
PART B2 -
METAL STRUCTURES
84
Clark Development Corporation
Structural steel shall conform to American Society of Testing Materials (ASTM) A36, with Fy of 248 Mpa. Electrodes for welding shall conform to the latest code
requirements of the American Welding Society (AWS).
Surfaces to be welded shall be free from loose scale, slag, rust, grease, paint and
any other foreign material. All butt welds shall be full penetration welds.
Joint surfaces shall be free from fins and tears. Any shop paint on surfaces
adjacent to joints to be field welded shall be wire brushed to reduce the paint
film to a minimum.
Thermal cutting and welding shall be done in accordance with the latest Standard
code for "Welding in Building Construction" of the American Welding
Society
(AWS).
No permanent welding shall be done until as much of the structure as will be
stiffened thereby has been properly aligned.
Painting shall conform to the requirements of item 1032. Apply one (1) coat of
metal primer paint and two (2) coats of quick drying enamel paint.
The quantity of metal structures to be paid for will be the final quantity in kilos
for item (a) & (b); in Square Meter for item (c); and each for item (f) placed and
accepted in the completed structure.
Part C -
FINISHING
85
Clark Development Corporation
with Type 1 working solution after it has been compacted and set to required
elevation.
Use 30 ml. of concentrated chemical per 1 (one) liter of water (dilution) or 1 liter
of concentrated chemical per 33.33 liter of water. Chemical to be used shall be
100% efficacy in 5 (five) years upon completion of work.
STORM DRAINAGE AND SEWERAGE SYSTEM
All sanitary/plumbing works shall be done under the supervision of a
Mechanical/Sanitary Engineer and in strict accordance with these specifications
and of the methods as prescribed by the latest edition of the Philippine Plumbing
Code, Sanitary Code of the Philippine and the Mechanical Code of the Philippines.
All items not specifically mentioned in the specifications or noted on the drawings
but which are obviously necessary to make a complete working installation shall
be included.
Item 1001.2 (a) to (d) PVC Pipes and Fittings
This item shall consist of furnishing all materials, equipment and labor for the
complete installation of all sanitary sewer piping and accessories including hanger
and supports.
All sewer pipes shall be polyvinyl chloride (PVC) pipes series 1000 branded or
approved equal. Fittings shall be PVC conforming to ASTM D1784 and solvent
cement joint materials shall conform to ASTM 2564. Sewer pipe shall be tested
according to Plumbing Code. All testing shall be witnessed by CDC authorized
representative.
The quantities to be paid for all PVC pipes including its supports and
accessories shall be measured by the meter along their axes installed in place
and accepted by the Engineer.
Item 1001.2 (e) & (f) Septic Vault and Catch Basin
This item shall consist of furnishing all materials, equipment and labor for the
complete installation of septic vault and grease trap with steel grating.
All concrete works for the septic vault and grease trap shall conform to item
900(a), all reinforcing bars to item 404, and steel grating to item 403(b). Concrete
Hollow Blocks shall be machine made and shall have a nominal size of 125mm (5)
thick x 200mm (8) x 400mm (16) conforming to the requirements of ASTM C 90.
86
Clark Development Corporation
The quantities to be paid for septic vault and grease trap shall be the number
of unit/set installed and accepted by the Engineer.
PLUMBING SYSTEM
Item 1002 (a) to (e)
This item shall consist of furnishing all materials, tools, equipment and fixtures
required as shown on the plans for the satisfactory performance of the entire
plumbing system including installation in accordance with the latest edition of
the National Plumbing Code, Mechanical Code of the Philippines, and this
Specification.
All water supply pipes and accessories shall be uPVC pipes, blue color.
Water Closet shall be Tank Type with bowl flange, stop valve, supply hose,
cover and complete mounting accessories. Model make and color shall be
submitted for approval prior to delivery at jobsite by the Engineer.
Lavatory shall be wall-hung type as indicated on the approved plans, complete
with mounting, fittings and accessories.
Urinal shall be wall-hung type as indicated on the approved plans, complete
with mounting fittings and accessories.
The quantities to be paid for plumbing system shall be the number of linear
meter for pipes and each/set for fixtures installed and accepted by the
Engineer.
CARPENTRY AND JOINERY WORKS
Item 1003 Ceiling Board, metal furring and hanger
The work under this item shall consist of furnishing all required materials, tools,
equipment and labor all operations necessary for the satisfactory completion of
all carpentry and joinery works in strict accord with applicable drawings, details
and these Specifications.
Ceiling Boards shall be 4.5mm. thick cement fiber board, 0.4 thick double metal
furring and use perforated tape for all joints.
Perimeter Angle or Perimeter Channel is fixed to the walls around the edge of
the room providing a location for the Ceiling Furring Channel. Primary 1.0mm
thick Channel is suspended at a maximum of 1200mm centres using Adjustable
Rod Sets.
87
Clark Development Corporation
The work commenced under this item shall be measured the ceiling area in
square meter. The quantity determined shall be paid for at the Contract Unit
Price which constitutes full compensation including labor, materials, tools and
equipment.
DOORS AND WINDOWS
Item 1010 (a) to (d)
This item shall consist of furnishing all materials, hardware, tools, labor and
services necessary for complete fabrication and installation of wooden doors
and the type and size as shown on the Plans and in accordance with the
specifications and applicable specification under Item 1003 on Carpentry and
Joinery Works.
Lumber of doors, jambs and panels when required, shall be kiln-dried with
moisture content of not more than 14 %.
Wooden doors and frames, shall be fabricated in accordance with the designs
and sizes shown on the Plans. The fabricated products shall be finished square,
smoothly sanded and free from damage or warpage.
Flush type hollow core doors shall be adequately framed with stiles and top
and bottom rails having a minimum thickness of 44mm and width 75mm. Two
intermediate rails at least 44mm wide shall be provided for stiffness.
Frames of doors shall be measured and paid for on the basis of number of sets
completely installed and accepted by the Engineer.
Item 1010 (e) Jalousie Windows
This item shall consist of furnishing all jalousie window materials, labor, tools
and equipment required as show on the Plans and undertaking the proper
installation in accordance with this Specification.
Jalousie metal frame shall be made of extruded aluminum section true to
details conforming to the specifications requirements defined in ASTM B211.
Glass slats shall be 5.6mm thick clear view of 100mm wide smooth edge glass.
All window frames shall be in place and rigidly anchored in a prepared opening
mechanism/jalousies metal frames to avoid cutting of members.
All works performed under this item shall be measured in square meters
installed complete with glass slats and ready for service.
88
Clark Development Corporation
CERAMIC TILES
Item 1018 (a)
This item shall consist of furnishing all ceramic tiles, materials, tools and
equipment including labor required in undertaking the proper installation of
walls and floor tiles as shown on the Plans and in accordance with this
Specification.
Glazed tiles and trims shall have an impervious face of ceramic materials fused
onto the body of the tiles and trims. The glazed surface may be clear white or
colored depending on the color scheme approved by the Engineer. Glazed tiles
are used principally for walls.
Unglazed tiles shall be hard dense tile of homogeneous composition. Its color
and characteristics area determined by the materials used in the body, the
method of manufacture and the thermal treatment. It is used primarily for floor
and walks.
89
Clark Development Corporation
Trims are manufactured to match wall tile color, texture and to coordinate with
it in dimension.
Mortar mix for scratch coat and setting bed shall consist of one part Portland
cement part lime and 3 parts sand by volume. Surface to receive tile must
be level, true to elevation, dry, free from dirt, oil and other ointments. Allow at
least seven days curing of scratch coat and setting bed.
Installation work shall not be allowed to proceed until unsatisfactory conditions
are corrected.
Tiles shall have laid in place for at least 24 hours before grouting of the joints
is started. Grouting mortar shall be white Portland cement or blended with
pigments to acquire the color appropriate for the ceramic tile.
All works performed under this item shall be measured in square meters for
areas actually laid with ceramic tiles and accepted to the satisfaction of the
Engineer.
90
Clark Development Corporation
91
Clark Development Corporation
Workmanship in General:
a. All paints shall be evenly applied. Coats shall be of proper consistency
and well brushed out so as to show a minimum of brush marks.
b. All coats shall be thoroughly dry before the succeeding coat is applied.
c. Where surfaces are not fully covered or cannot be satisfactorily finished
in the number of coats specified such preparatory coats and subsequent
coats as may be required shall be applied to attain the desire evenness
of surface without extra cost to the owner.
d. Where surface is not in proper condition to receive the coat the
Engineer shall be notified immediately. Work on the questioned
portion(s) shall not start until clearance be proceed is ordered by the
Engineer
e. Hardware, lighting fixture and other similar items shall be removed or
protected and re-installed after completion of the work.
The areas of concrete, wood and metal surfaces applied with varnish, paint
and related coating materials shall be measured in square meters as desired
and accepted to the satisfaction of the Engineer.
PART D - ELECTRICAL
General
All works shall be done under the direct supervision of an Electrical Engineer and
in strict accordance with these specifications and of the methods as prescribed by
the latest edition of the Philippine Electrical Code.
All items not specifically mentioned in the specifications as noted on the drawing
but which are obviously necessary to make a complete working installation shall be
included.
CONDUITS, BOXES AND FITTINGS
Item 1100 (1) to (9)
This Item shall consist of the furnishing and installation of the complete conduit
work consisting of electrical conduits; conduit boxes such as junction boxes, pull
boxes, utility boxes, octagonal and square boxes; conduit fittings such as
couplings, locknuts and bushings, adapter, secondary rack with three spool
insulator and other electrical materials needed to complete the conduit roughing
in work of this project.
92
Clark Development Corporation
Material Requirements
All materials shall be brand new and shall be of the approved type meeting all the
requirements of the Philippine Electrical Code and bearing the Philippine Standard
Agency (PSA) mark.
Conduits
Conduit shall be standard rigid steel, zinc coated or galvanized, and shall be
Schedule 40. Electrical metal conduit may be used if shown or specified on the
approved Plans. PVC conduit if required shall be Schedule 40. Enamel coated steel
conduits and conduits with rough inner surfaces are not acceptable.
UPVC. Plastic duct for concrete encased burial shall be PVC schedule 40 and shall
conform to NEMA standards. Endbell fittings and adapter shall conform to NEMA
standards.
No conduits shall be used in any system smaller than 12 mm diameter electrical
trade size nor shall have more than four (4) 90-degree bends in any one run and
where necessary, pull boxes shall be provided.
On exposed work, all pipes and outlet boxes shall be secured by means of
galvanized metal clamps which shall be held in place by means of machine screws.
Conduit Boxes
All conduit boxes shall be code gauge steel and galvanized. Outlet boxes shall be
galvanized pressed steel of standard make. In general, outlet boxes shall be at
least 100 mm square or octagonal, 55 mm deep and 16 minimum gauge.
Conduit Fittings
All conduit fittings such as locknuts and bushings shall be galvanized of standard
make.
Lighting Fixtures and Lamp
All lighting fixtures and lamps are as specified and listed on lighting fixture
schedule.
For fluorescent lamp, it shall be 36-watt rapid start daylight white. All fluorescent
ballast shall be 108-277 v auto volt, electronic ballast, high power factor, of good
quality materials and approved by the Bureau of Product Standards (BSP).
93
Clark Development Corporation
Auxiliary Systems
All auxiliary system such as telephone, internet, fire alarm system installations
shall be done in accordance with the approved design.
All materials to be used shall conform to the Bureau of Product Standard (BPS)
Specifications.
94
Clark Development Corporation
shown and sizes as indicated in the plans. All connections shall be mechanically
and electrically sound and secure by split type copper bolts and wire nuts of
approved type. Grounding wire shall be made of stranded copper, soft drawn wire
and shall be installed in one continuous length without splices or joint inside
conduit. Ground rods shall be made of copper-clad steel and shall be driven in full
length into the earth, sizes of which shall be indicated on the Plans grounding
details.
Kilowatt hour base meter shall be four jaw and self-contained.
Grounding
All non-current carrying metallic parts like conduits, cabinets and equipment
frames shall be properly grounded in accordance with the Philippine Electrical
Code, latest edition.
The size of the ground rods and ground wires shall be as shown on the approved
plans. The ground resistance shall not be more than 5 ohms.
Test and Guarantee
Upon completion of the electrical construction work, the contractor shall provide all
test equipment and personnel and to submit written copies of all test results.
The contractor shall guarantee the electrical installation are done and in
accordance with the approved plans and specifications. The contractor shall
guarantee that the electrical systems are free from all grounds and from all
defective workmanship and materials and will remain so for a period of one year
from date of acceptance of works. Any defects shall be remedied by the contractor
at his own expense.
Part J SPECIAL ITEMS
SPL -1- Construction Safety and Health
The contractor shall, at his own expense, furnish his workers with protective
equipment for eyes, face, hands and feet, lifeline, safety belt/harness, protective
shields and barriers whenever necessary by reason of the hazardous work process
or environment, chemical or radiological or other mechanical irritants of hazards
capable of causing injury or impairment in the function of any part of the body
through absorption, inhalation or physical agent.
All Personal Protective Equipment and Devices shall be in accordance with the
requirement of the Occupational Safety and Health Standards (OSHS) and should
pass the test conducted and/or standards sets by the Occupational Safety and
Health Center (OSHC).
96
Clark Development Corporation
97
Clark Development Corporation
98
118
Bid Form
Date: ____________________
IAEB2 No: _________________
119
(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 than 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 of:
Signed:
Duly authorized to sign the Bid for and on behalf of:
Date: ___________
120
THIS Contract, made and entered into this _____ day of _________,2011, by and between:
CLARK DEVELOPMENT CORPORATION, a government-owned and controlled
corporation duly organized and existing under the laws of the Philippines, with principal
address at Building 2122, E. Quirino St., Clark Freeport Zone, Philippines, represented
herein by its President & Chief Executive Officer, Atty. Felipe Antonio B. Remollo , duly
authorized for the purpose of this Agreement, and hereinafter called the Procuring
Entity;
and
(Name of Authorized Signatory), of legal age, Filipino, a sole proprietor/or company and
doing business under the name of (Company Name) with principal address at (address of
Company), and duly authorized for the purpose of this Agreement, hereinafter called the
Contractor .
-WITNESSETHWHEREAS, the Procuring Entity caused the procurement of the needed Services for the
Construction of Three (3) Units 2-Storey Four (4) Classroom School Buildings,
Pampanga, hereinafter called the Works through Competitive Public Bidding in accordance with
Republic Act No. 9184;
WHEREAS, after Bid Evaluation and Post-Qualification, the Contractors bid in the amount of
________________________________ ( Php _________), hereinafter called the Contract
Price, turned out to be the Lowest Calculated and Responsive Bid;
WHEREAS, the Procuring Entity is desirous that the Contractor undertakes the Works, hence this
Agreement;
NOW THEREFORE, for and in consideration of the foregoing premises, parties hereto hereby
mutually bind themselves to abide and comply with the following terms and conditions, to wit:
1. In this Contract, words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents shall be deemed attached to form and be read and construed as
part of this Agreement, to wit:
(a) General and Special Conditions of Contract;
(b) Drawings/Plans;
121
(c)
(d)
(e)
(f)
(g)
(h)
Contractors Name
By:
___________________________
___________________________
122
ACKNOWLEDGEMENT
On this ______ day of ___________, 2011 personally appeared before me the following:
Name
Contractor
In his capacity as _______
of ______________
known to me and to me known and identified by me through competent evidence of identity with
photo to be the same persons who executed the foregoing instrument and they acknowledge to
me that the same is their free act and voluntary deed and the true and voluntary act of the entities
they respectively represent.
This agreement refers to a Contract for the Construction of Three (3) Units 2-Storey Four
(4) Classroom School Buildings and consists of three (3) pages including the one on which
the acknowledgment is written, all of which have been signed by the parties and their
instrumental witnesses on each and every page thereof.
IN WITNESS WHEREOF, I have hereunto affixed my signature and my notarial seal on the date
and place first written above.
Doc. No.
Page No.
Book No.
Series of
______;
______;
______;
______.
123
)
) S.S.
AFFIDAVIT
I,
[Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at
[Address of Affiant], after having been duly sworn in accordance with law, do hereby
depose and state that:
2. Select one, delete the other:
If a sole proprietorship: I am the sole proprietor of [Name of Bidder] with office
address at [address of Bidder];
If a partnership, corporation, cooperative, or joint venture: I am the duly
authorized and designated representative of [Name of Bidder] with office address
at [address of Bidder];
3. Select one, delete the other:
If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I
have full power and authority to do, execute and perform any and all acts
necessary to represent it in the bidding for [Name of the Project] of the [Name of
the Procuring Entity];
If a partnership, corporation, cooperative, or joint venture: I am granted full
power and authority to do, execute and perform any and all acts necessary and/or
to represent the [Name of Bidder] in the bidding as shown in the attached [state
title of attached document showing proof of authorization (e.g., duly notarized
Secretarys Certificate issued by the corporation or the members of the joint
venture)];
4. [Name of Bidder] is not blacklisted or barred from bidding by the Government of
the Philippines or any of its agencies, offices, corporations, or Local Government
Units, foreign government/foreign or international financing institution whose
blacklisting rules have been recognized by the Government Procurement Policy
Board;
5. Each of the documents submitted in satisfaction of the bidding requirements is an
authentic copy of the original, complete, and all statements and information
provided therein are true and correct;
124
6. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly
authorized representative(s) to verify all the documents submitted;
7. Select one, delete the rest:
If a sole proprietorship: I am not related to the Head of the Procuring Entity,
members of the Bids and Awards Committee (BAC), the Technical Working Group,
and the BAC Secretariat, the head of the Project Management Office or the enduser unit, and the project consultants by consanguinity or affinity up to the third
civil degree;
If a partnership or cooperative: None of the officers and members of [Name of
Bidder] is related to the Head of the Procuring Entity, members of the Bids and
Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat,
the head of the Project Management Office or the end-user unit, and the project
consultants by consanguinity or affinity up to the third civil degree;
If a corporation or joint venture: None of the officers, directors, and controlling
stockholders of [Name of Bidder] is related to the Head of the Procuring Entity,
members of the Bids and Awards Committee (BAC), the Technical Working Group,
and the BAC Secretariat, the head of the Project Management Office or the enduser unit, and the project consultants by consanguinity or affinity up to the third
civil degree;
8. [Name of Bidder] complies with existing labor laws and standards; and
9. [Name of Bidder] is aware of and has undertaken the following responsibilities as a
Bidder:
a) Carefully examine all of the Bidding Documents;
b) Acknowledge all conditions, local or otherwise, affecting the implementation of the
Contract;
c) Made an estimate of the facilities available and needed for the contract to be bid, if
any; and
d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project].
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________,
Philippines.
_____________________________________
Bidders Representative/Authorized Signatory
[JURAT]
125
Project Title: Construction of Three (3) Units 2-Storey Four (4) Classroom School
Buildings
Location:
ELIGIBILITY DOCUMENTS
Class A Documents
Registration certificate from SEC, Department of Trade and Industry (DTI) for sole
proprietorship, or CDA for cooperatives ;
Mayors permit issued by the city or municipality where the principal place of business
of the prospective bidder is located;
Valid Philippine Contractors Accreditation Board (PCAB) license and registration for the
type and cost of the contract to be bid (Sample Form No. SF-INFR-09).
Statement of all its on-going government and private contracts including contracts
awarded but not yet started reckoned from the submission of bids , supported with
any of the following: Notice of Award, Notice to Proceed issued by the Owner (Sample
Forms No. SF-INFR 15).
Statement of similar completed government and private contracts within ten (10)
years from submission of bids, the statement shall be supported by the Constructors
Performance Evaluation System (CPES) rating sheets, and/or certificates of completion
and owners acceptance, if applicable (Sample Forms No. SF-INFR 16).
Audited financial statements, showing, among others, the prospective total and
current assets and liabilities, stamped received by the BIR or its duly accredited and
126
authorized institutions, for the preceding calendar year which should not be earlier
than two (2) years from the date of bid submission.
Contracting Capability
Any one of the Following:
o Computation of Net Financial Contracting Capacity (NFCC) which must be equal
to ABC (Sample Form No. SF-INFR 19) , OR
o
Class B Documents
If applicable, valid Joint Venture Agreement (JVA) or, in lieu thereof, duly notarized
statements from all the potential joint venture partners stating that they will enter
into and abide by the provisions of the JVA in the instance that the bid is successful
shall be included in the bid.
TECHNICAL DOCUMENTS
Bid Security
Any one of the following:
Php 209,186.27 (2% of ABC), if bid security is in cash,
cashiers/managers check, bank draft/guarantee confirmed by a
Universal or Commercial bank;
Sterling Insurance
Stronghold Insurance
Financial Bid Form in accordance with the form prescribed in Section IX Bidding
Forms;
Detailed Estimates including a summary sheet indicating the unit prices of
construction materials, labor rates and equipment rentals used in coming up with the
bid in the prescribed format (Section VIII Bill of Quantities)
Duly Signed Cash Flow and Payment Schedule; and
Duly Signed Day Work Schedule.
128
129
: ___________________________________________________
Business Address
: ___________________________________________________
Name of Contract/
Project Cost
a.
b.
c.
Owners Name
Address
Telephone Nos.
a.
b.
c.
Bidders Role
Nature of Work
Description
Date Awarded
Date Started
Date of
Completion
% of
Accomplishment
Planned
Value of Outstanding
Works / Undelivered
Portion
Actual
Government
Private
Total Cost
Submitted by
: ___________________________________________________
Designation
Date
: ___________________________________________________
: ___________________________________________________
130
Php
: ___________________________________________________
Business Address
: ___________________________________________________
Name of Contract
a.
b.
c.
Owners Name
Address
Telephone Nos.
Bidders Role
Nature of Work
Description
Government
Private
Certificates of Completion
Submitted by
: ___________________________________________________
Designation
Date
: ___________________________________________________
: ___________________________________________________
131
a.
Amount at
Award
b. Amount at
Completion
%
c. Duration
a. Date Awarded
b. Contract Effectivity
c. Date Completed
Summary of the Applicant Firms/Contractors assets and liabilities on the basis of the attached income tax return
and audited financial statement, stamped RECEIVED by the Bureau of Internal Revenue or BIR authorized
collecting agent, for the immediately preceding year and a certified copy of Schedule of Fixed Assets particularly
the list of construction equipment.
Year 2010
1.
2.
3.
4.
5.
6.
B.
Total Assets
Current Assets
Total Liabilities
Current Liabilities
Total Net Worth (1-3)
Current Net Worth or Net Working Capital
(2-4)
The Net Financial Contracting Capacity (NFCC) based on the above data is computed as follows:
NFCC = K (current asset current liabilities) minus value of all outstanding works under ongoing contracts
including awarded contracts yet to be started
NFCC = P _______________________________________
K = 10 for a contract duration of one year or less, 15 for more than one year up to two years and 20 for more
than two years or a Commitment from a licensed bank to extend to it a credit line if awarded the contract or a
cash deposit certificate in the amount of at least 10% of the proposed project to bid.
Name of Bank: ________________________________ Amount: ___________________
Herewith attached are certified true copies of the income tax return and audited financial statement: stamped
RECEIVED by the BIR or BIR authorized collecting agent for the immediately preceding year and the cash deposit
certificate or certificate of commitment from a licensed bank to extend a credit line.
Submitted by:
__________________________________
Name of Firm / Contractor
_________________________________________
Signature of Authorized Representative
Date : _____________________________
NOTE:
1. If Partnership or Joint Venture, each Partner or Member Firm of Joint Venture shall submit the above
requirements.
132
ADDRESS
:_______________________________
________________________________
BANK/FINANCING INSTITUTION
ADDRESS
:_______________________________
:_______________________________
________________________________
AMOUNT
:_______________________________
This is to certify that the above Bank/Financing Institution with business address indicated above,
commits to provide the Contractor, if awarded the above-mentioned Contract, a credit line in the amount
specified above which shall be exclusively used to finance the performance of the above-mentioned
Contract, subject to our terms, conditions and requirements.
The credit line shall be available within fifteen (15) calendar days after receipt by the Contractor of
the Notice of Award and such line of credit shall be maintained until the project is completed by the
Contractor.
This Certification is being issued in favor of said Contractor in connection with the bidding
requirement of Clark Development Corporation for the above-mentioned Contract. We are aware that
any false statements issued by us make us liable for perjury.
Name and Signature of Authorized
Financing Institution Officer
Official Designation
: _______________________
: _______________________
Concurred By:
Name & Signature of Contractors
Authorized Representative
Official Designation
: _______________________
: _______________________
133
3 The bidder should insert the amount of the guarantee in words and figures, denominated in the currency of the Entitys country or an
equivalent amount in a freely convertible currency. This figure should be the same as shown of the Instructions to Bidders.
134
his demand the Entity will note that the amount claimed by it is due to the occurrence of
any one or combination of the three (3) conditions stated above.
The Guarantee will remain in force up to and including the date _______________4 days
after the deadline for submission of Bids as such deadline is stated in the
4 Usually 28 days after the end of the validity period of the Bid. Date should be inserted by the Entity before the bidding documents
are issued.
135
if the Principal withdraws his Bid during the period of bid validity specified
in the Form of Bid; or
2)
if the Principal does not accept the correction of arithmetical errors of his
bid price in accordance with the Instructions to Bidders: or
136
3)
if the Principal having been notified of the acceptance of his Bid and award
of contract to him by the Entity during the period of bid validity:
a)
b)
then the Entity shall call on the bond upon a written demand to the Surety, and the
Surety shall pay the Entity up to amount of the Bond, upon receipt by the Surety of a
written demand from the Entity, without the Entity having to substantiate its demand,
provided that in the demand, the Entity will note that the sum claimed by it is due to the
occurrence of any or combination of the three conditions stated above. In this case, this
obligation shall remain in full force and effect, otherwise it shall be null and void.
PROVIDED HOWEVER, that the Surety shall not be:
a)
b)
liable for a greater sum than the specified penalty of this bond, nor
liable for a greater sum that the difference between the amount of
the said Principals Bid and the amount of the Bid that is accepted by
the Entity.
WITNESS OUR HANDS AND SEALS this _______ day of _______, 20 _____, at
_____________________, Philippines.
By:
____________________
____________________
____________________
137
OUTLINE
NARRATIVE DESCRIPTION
OF
CONSTRUCTION METHODS
1.0
INTRODUCTION
Refer to Bidding, etc.
2.0
3.0
Program of Work
CPM, Progress Bar Schedule and Development Schedules submitted.
3.3
Financial Program
Cash flow schedules, provision for working capital, schedule of receipts, etc.
138
2.
3.
That said Engineer shall employ the best care, skill and ability in performing his
duties in accordance with the Contract Agreement, Conditions of Contract, Plans,
Specifications, Special Provisions, and other provisions embodied in the proposed
contract.
4.
That said Engineer shall be personally present at the jobsite to supervise the
phase of the construction work pertaining to this assignment as (Designation), all
the time.
5.
That, in order to guarantee that said Engineer shall perform his duties properly
and be personally present in the Job Site, he is hereby required to secure a
certificate of appearance for the Procuring Entity Engineer at the end of every
month.
139
That, in the event that I/we elect or choose to replace said (Designation) with
another Engineer, the Procuring Entity will be accordingly notified by us in writing
at least twenty one (21) days before making the replacement. We will submit to
the Procuring Entity, for prior approval, the name of the proposed new
(Designation), his qualifications, experience, list of projects undertaken and other
relevant information.
6.
That any willful violation on my/our part of the herein conditions may prejudice
my/our standing as a reliable contractor in future bidding of the Procuring Entity.
_____________________________
(Authorized Representative of Bidder)
CONCURRED IN:
___________________________
(Name of Engineer)
_______________________
(Address)
140
OWNER
COST
___________________
___________________
___________________
___________________
____________
____________
____________
____________
________
________
________
________
DATE COMPLETED
________________
________________
________________
________________
OWNER
COST
DATE COMPLETED
___________________
___________________
____________
____________
________
________
________________
________________
141
___________________
___________________
____________
____________
________
________
________________
________________
S.S.
Notary Public
Until December 31, 2012
Doc. No. ________;
Page No. ________;
Book No. ________;
Series of _________;
142
KEY PERSONNEL
(FORMAT OF BIO-DATA)
Give the detailed information of the following personnel who are scheduled to be
assigned as full-time field staff for the project. Fill up a form for each person.
-
1.
Name
2.
Date of Birth:
____________________________________________
3.
Nationality:
____________________________________________
4.
5.
Specialty :
____________________________________________
6.
Registration
7.
8.
Years of Experience:
9.
If Item 7 is less than ten (10) years, give name and length of service with previous
employers for a ten (10)-year period (attached additional sheet/s), if necessary:
____________________________________________
____________________________________________
:_____Year from____(months) _____ (year)
To
____ (months) _____ (year)
____________________________________________
Length of Service
_________________________
_________________________
_________________________
143
10. Experience:
This should cover the past ten (10) years of experience. (Attached as many pages
as necessary to show involvement of personnel in projects using the format below).
1.
Name
____________________________________________
2.
3.
4.
5.
6.
Position :
7.
8.
Assignment Period
____________________________________________
:
:
___________________________
Name and Signature of Employee
It is hereby certified that the above personnel can be assigned to this project, if the
contract is awarded to our company.
___________________________________
(Place and Date)
____________________________________
(The Authorized Representative)
144
Name
Address
Date of Birth
Employed Since
Experience
Previous
Employment
Education
PRC License
Materials Engineer
145
Foreman
Construction Safety
and Health Personnel
Electrical Engineer
under
Purchase
: ___________________________________________________
: ___________________________________________________
Description
Model/Year
Capacity /
Performance /
Size
Plate No.
Motor No. /
Body No.
Location
Condition
Proof of
Ownership /
Lessor or Vendor
A. Owned
i.
ii.
iii.
iv.
B. Leased
i.
ii.
iii.
iv.
C. Under Purchase Agreements
i.
ii.
iii.
146
DAYWORK SCHEDULE
PROJECT
LOCATION
CONTRACTOR
ADDRESS
A. LABOR
: Pampanga, Philippines
:
:
Buildings
PARTICULAR
a) Direct Supervision
b) Skilled Workers
c) Unskilled Laborers
BILLING RATE/HOUR
REMARKS
B. EQUIPMENT
ITEM
DESCRIPTION
C. MATERIALS
PARTICULAR
BILLING RATE
REMARKS
NOTES:
A)
Skilled worker's rates include the use of ordinary tools and gadgets in their respective
trades like carpenter tools, masonry tools, etc.
B)
Unskilled worker's rates include the use of ordinary tools provided by Contractor like
pick and shovels, crowbars, wheel barrow, etc.
C)
Prices of materials will be subject to actual canvass and evaluation if no longer valid
at time of application and are inclusive of overhead, profit, storage, handling, etc.
ready or use at site.
SUBMITTED:
CONTRACTOR:
BY _______________
147
Contract
Name
Location
: Construction of Three (3) Units 2-Storey Four (4) Classroom School Buildings
: Pampanga, Philippines
%
WT.
1ST QUARTER
2ND QUARTER
ACCOMPLISHMENT
CASH FLOW
CUMULATIVE ACCOMPLISHMENT
CUMULATIVE CASH FLOW
Submitted by:
Name of the Representative of the Bidder
Position
Name of the Bidder
Date: _______________
148
3RD QUARTER
4TH QUARTER