0% found this document useful (0 votes)
112 views

Procurement of Infrastructure Projects: Bagabag Airport Development Project

This document is the bidding document for the Bagabag Airport Development Project in the Philippines. It includes instructions to bidders on how to participate in the bidding process to be awarded the contract for the construction of an administration building and perimeter fence at the Bagabag Airport. The key details are: - The project involves the construction of an administration building and 210 bays of perimeter fence at the Bagabag Airport in Nueva Vizcaya, Philippines. - The approved budget for the contract is 10,957,901.43 Philippine Pesos. - Bids must be submitted by March 29, 2016. The pre-bid conference will be held on March 15, 2016 and bid

Uploaded by

tn0010
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
112 views

Procurement of Infrastructure Projects: Bagabag Airport Development Project

This document is the bidding document for the Bagabag Airport Development Project in the Philippines. It includes instructions to bidders on how to participate in the bidding process to be awarded the contract for the construction of an administration building and perimeter fence at the Bagabag Airport. The key details are: - The project involves the construction of an administration building and 210 bays of perimeter fence at the Bagabag Airport in Nueva Vizcaya, Philippines. - The approved budget for the contract is 10,957,901.43 Philippine Pesos. - Bids must be submitted by March 29, 2016. The pre-bid conference will be held on March 15, 2016 and bid

Uploaded by

tn0010
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 101

PHILIPPINE BIDDING DOCUMENTS

(As Harmonized with Development Partners)

Procurement of
INFRASTRUCTURE
PROJECTS
BAGABAG AIRPORT
DEVELOPMENT PROJECT
(Construction of Administration Building and
Construction of Perimeter Fence, 210 bays)

Government of the Republic of the Philippines

Fourth Edition
December 2010
TABLE OF CONTENTS

SECTION I. INVITATION TO BID ............................................................................3


SECTION II. INSTRUCTIONS TO BIDDERS .............................................................6
SECTION III. BID DATA SHEET ......................................................................... 35
SECTION IV. GENERAL CONDITIONS OF CONTRACT ..................................... 411
SECTION V. SPECIAL CONDITIONS OF CONTRACT ........................................... 75
SECTION VI. SPECIFICATIONS ........................................................................... 78
SECTION VII. DRAWINGS ................................................................................ 155
SECTION VIII. BILL OF QUANTITIES ............................................................ 1775
SECTION IX. BIDDING FORMS ......................................................................... 179

2
Section I. Invitation to Bid

3
Republic of the Philippines
DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

INVITATION TO BID FOR


BAGABAG AIRPORT DEVELOPMENT PROJECT

The Department of Transportation and Communications (DOTC), through its Bids and Awards Committee
(BAC), invites contractors registered with and classified by the Philippine Contractors Accreditation Board
(PCAB) to join in the procurement of the herein project:

Name of Project : BAGABAG AIRPORT DEVELOPMENT PROJECT

Brief Description : Construction of Administration Building and Construction of


Perimeter Fence (210 bays)

Location : Bagabag, Nueva Vizcaya

Source of Fund : GAA 2016

ABC/Duration : Php 10,957,901.43/ 150 calendar days (inclusive of 30


unworkable days)

PCAB Registration : Small B for General Building

1 – Plate Compactor 1 – Payloader


Minimum Equipment 1 – Water Tank Truck 1 – Service Vehicle ( Pick –
Requirement : 2 – One Bagger Concrete up at least 2005 Model )
(OWNED/LEASED) Mixer
2 – Concrete Vibrator
1 – 40KVA Generator Set

The schedule of procurement activities is shown below:

Issuance of Bid Tender Documents 05 March 2016 – 29 March 2016


th
15 March 2016, 10:30 A.M., at Unit 87, 8 Floor,
Pre-Bid Conference
The Columbia Tower, Ortigas Ave., Mandaluyong City
The deadline for submission and receipt of bids is
29 March 2016, until 10:30 A.M.
Submission and Receipt of Bids
Bids may be submitted before 29 March 2016, 10:30
th
A.M. at Unit 153, 15 Floor, The Columbia Tower, Ortigas
Avenue, Mandaluyong City.
th
29 March 2016, 10:30 A.M., Unit 87, 8 Floor, The
Opening of Bids
Columbia Tower, Ortigas Avenue, Mandaluyong City.

Prospective bidders must have an experience of having completed at least one (1) contract that is similar
to the contract to be bid, and whose value, adjusted to current prices using the NSO consumer price
indices, must be at least fifty percent (50%) of the Approved Budget for the Contract (ABC) and have key
personnel and equipment available for the prosecution of the contract.

Bidding will be conducted through open competitive bidding procedures using non-discretionary pass/fail
criteria as specified in the Revised Implementing Rules and Regulations (Revised IRR) of
Republic Act No. 9184 (RA 9184), otherwise known as the “Government Procurement Reform Act”.

4
Bidding is restricted to Filipino citizen/sole proprietorships, partnerships, or organizations with at least
seventy-five percent (75%) interest or outstanding capital stock belonging to citizens of the Philippines.

Interested bidders may obtain further information from the DOTC and inspect the Bidding Documents at
the address given below from Mondays to Fridays, 8:00 AM to 5:00 PM.

A complete set of Bidding Documents may be purchased by interested Bidders at Unit 56, The Columbia
Tower Bldg., Ortigas Avenue, Mandaluyong City, upon payment of a non-refundable fee for the Bidding
Documents in the amount of Twenty-Five Thousand Pesos (P 25,000.00) to the DOTC Cashier. It may
also be downloaded free of charge from the websites of the Philippine Government Electronic
Procurement System (PhilGEPS) at www.philgeps.gov.ph and the DOTC at www.dotc.gov.ph provided
that the bidders shall pay the non-refundable fee for the Bidding Documents not later than the submission
of bids.

The DOTC will hold a Pre-Bid Conference which shall be open to all interested parties.

All bids must be accompanied by the 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’ authorized representatives who choose to attend at the
address as stated above. Late bids shall not be accepted.

The DOTC reserves the right to reject any or all bids, and accept the offer most advantageous to the
Government. The DOTC assumes no responsibility whatsoever to compensate or indemnify bidders for
any expenses incurred in the preparation of the bid.

For further information, please refer to:

Undersecretary Catherine P. Gonzales


Over-all Head, BAC Secretariat
Department of Transportation and Communications
Bids and Awards Committee Office
th
15 Floor, Unit 153, The Columbia Tower
Ortigas Avenue, Mandaluyong City
Tel No.: 654-7725; 790-8300 local 235 or 272
Fax No.: 654-7725
Email Address: [email protected]
Website: www.dotc.gov.ph

(SGD.)
EDWIN R. LOPEZ
Chairman, Bids and Awards Committee
and Undersecretary for Operations and PPP Implementation

5
Section II. Instructions to Bidders

6
TABLE OF CONTENTS

A. GENERAL ................................................................................................... 9
1. Scope of Bid ........................................................................................................9
2. Source of Funds ..................................................................................................9
3. Corrupt, Fraudulent, Collusive, and Coercive Practices .....................................9
4. Conflict of Interest ............................................................................................11
5. Eligible Bidders .................................................................................................12
6. Bidder’s Responsibilities ..................................................................................13
7. Origin of GOODS and Services ........................................................................15
8. Subcontracts ......................................................................................................15
B. CONTENTS OF BIDDING DOCUMENTS ..................................................... 16
9. Pre-Bid Conference ...........................................................................................16
10. Clarification and Amendment of Bidding Documents......................................16
C. PREPARATION OF BIDS ............................................................................ 17
11. Language of Bids ..............................................................................................17
12. Documents Comprising the Bid: Eligibility and Technical Components .........17
13. Documents Comprising the Bid: Financial Component ...................................19
14. Alternative Bids ................................................................................................20
15. Bid Prices ..........................................................................................................21
16. Bid Currencies ...................................................................................................21
17. Bid Validity .......................................................................................................21
18. Bid Security.......................................................................................................22
19. Format and Signing of Bids ..............................................................................24
20. Sealing and Marking of Bids.............................................................................25
D. SUBMISSION AND OPENING OF BIDS ...................................................... 26
21. Deadline for Submission of Bids ......................................................................26
22. Late Bids ...........................................................................................................26
23. Modification and Withdrawal of Bids ..............................................................26
24. Opening and Preliminary Examination of Bids ................................................26
E. EVALUATION AND COMPARISON OF BIDS.............................................. 28
25. Process to be Confidential .................................................................................28
26. Clarification of Bids ..........................................................................................28
27. Detailed Evaluation and Comparison of Bids ...................................................28
28. Post Qualification ..............................................................................................29

7
29. Reservation Clause ............................................................................................30
F. AWARD OF CONTRACT ............................................................................ 31
30. Contract Award .................................................................................................31
31. Signing of the Contract .....................................................................................32
32. Performance Security ........................................................................................32
33. Notice to Proceed ..............................................................................................33

8
A. General

1. Scope of Bid

1.1. The Procuring Entity as defined in the Bid Data Sheet (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. The successful bidder will be expected to complete the Works by the
intended completion date specified in SCC Clause 1.16.

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. Corrupt, Fraudulent, Collusive, and Coercive Practices

3.1. Unless otherwise specified in the BDS, the Procuring Entity, as well as
bidders and contractors, shall observe the highest standard of ethics during
the procurement and execution of the contract. In pursuance of this policy,
the Funding Source:

(a) defines, for purposes of this provision, the terms set forth below as
follows:

(i) "corrupt practice" means behavior on the part of officials in


the public or private sectors by which they improperly and
unlawfully enrich themselves, others, or induce others to do
so, by misusing the position in which they are placed, and
includes the offering, giving, receiving, or soliciting of
anything of value to influence the action of any such
official in the procurement process or in contract execution;
entering, on behalf of the Procuring Entity, into any
contract or transaction manifestly and grossly
disadvantageous to the same, whether or not the public
officer profited or will profit thereby, and similar acts as
provided in Republic Act 3019;

(ii) "fraudulent practice" means a misrepresentation of facts in


order to influence a procurement process or the execution
of a contract to the detriment of the Procuring Entity, and
includes collusive practices among Bidders (prior to or after
Bid submission) designed to establish bid prices at
artificial, non-competitive levels and to deprive the
Procuring Entity of the benefits of free and open
competition;

9
(iii) “collusive practices” means a scheme or arrangement
between two or more bidders, with or without the
knowledge of the Procuring Entity, designed to establish
bid prices at artificial, non-competitive levels; and

(iv) “coercive practices” means harming or threatening to harm,


directly or indirectly, persons, or their property to influence
their participation in a procurement process, or affect the
execution of a contract;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or


concealing of evidence material to an administrative
proceedings or investigation or making false
statements to investigators in order to materially
impede an administrative proceedings or
investigation of the Procuring Entity or any foreign
government/foreign or international financing
institution into allegations of a corrupt, fraudulent,
coercive or collusive practice; and/or threatening,
harassing or intimidating any party to prevent it
from disclosing its knowledge of matters relevant to
the administrative proceedings or investigation or
from pursuing such proceedings or investigation; or

(bb) acts intended to materially impede the exercise of


the inspection and audit rights of the Procuring
Entity or any foreign government/foreign or
international financing institution herein.

(b) will reject a proposal for award if it determines that the bidder
recommended for award has engaged in corrupt or fraudulent
practices in competing for the Contract; and

(c) will declare a firm ineligible, either indefinitely or for a stated


period of time, to be awarded Contract funded by the Funding
Source if it at any time determines that the firm has engaged in
corrupt or fraudulent practices in competing or, or in executing, a
Contract funded by the Funding Source.

3.2. Further, the Procuring Entity will seek to impose the maximum civil,
administrative, and/or criminal penalties available under the applicable
laws on individuals and organizations deemed to be involved in any of the
practices mentioned in Instructions to Bidders (ITB) Clause 3.1(a).

3.3. 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.

10
4. Conflict of Interest

4.1. All bidders found to have conflicting interests shall be disqualified to


participate in the procurement at hand, without prejudice to the imposition
of appropriate administrative, civil, and criminal sanctions. A Bidder may
be considered to have conflicting interests with another Bidder in any of
the events described in paragraphs (a) through (c) and a general conflict of
interest in any of the circumstances set out in paragraphs (d) through (g)
below:

(a) A Bidder has controlling shareholders in common with another


Bidder;

(b) A Bidder receives or has received any direct or indirect subsidy


from any other Bidder;

(c) A Bidder has the same legal representative as that of another


Bidder for purposes of this Bid;

(d) A Bidder has a relationship, directly or through third parties, that


puts them in a position to have access to information about or
influence on the bid of another Bidder or influence the decisions of
the Procuring Entity regarding this bidding process. This will
include a firm or an organization who lends, or temporarily
seconds, its personnel to firms or organizations which are engaged
in consulting services for the preparation related to procurement for
or implementation of the project if the personnel would be involved
in any capacity on the same project;

(e) A Bidder submits more than one bid in this bidding process.
However, this does not limit the participation of subcontractors in
more than one bid;

(f) A Bidder who participated as a consultant in the preparation of the


design or technical specifications of the goods and related services
that are the subject of the bid; or

(g) A Bidder who lends, or temporary seconds, its personnel to firms


or organizations which are engaged in consulting services for the
preparation related to procurement for or implementation of the
project, if the personnel would be involved in any capacity on the
same project.

4.2. In accordance with Section 47 of the IRR of RA 9184, all Bidding


Documents shall be accompanied by a sworn affidavit of the Bidder that it
is not related to the Head of the Procuring Entity, members of the Bids and
Awards Committee (BAC), members of the Technical Working Group
(TWG), members of the BAC Secretariat, the head of the Project
Management Office (PMO) or the end-user unit, and the project
consultants, by consanguinity or affinity up to the third civil degree. On
the part of the bidder, this Clause shall apply to the following persons:

11
(a) If the Bidder is an individual or a sole proprietorship, to the Bidder
himself;

(b) If the Bidder is a partnership, to all its officers and members;

(c) If the Bidder is a corporation, to all its officers, directors, and


controlling stockholders; and

(d) If the Bidder is a joint venture (JV), the provisions of items (a), (b),
or (c) of this Clause shall correspondingly apply to each of the
members of the said JV, as may be appropriate.

Relationship of the nature described above or failure to comply with this


Clause will result in the automatic disqualification of a Bidder.

5. Eligible Bidders

5.1. Unless otherwise indicated in the BDS, the following persons shall be
eligible to participate in this Bidding:

(a) Duly licensed Filipino citizens/sole proprietorships;

(b) Partnerships duly organized under the laws of the Philippines and
of which at least seventy five percent (75%) of the interest belongs
to citizens of the Philippines;

(c) Corporations duly organized under the laws of the Philippines, and
of which at least seventy five percent (75%) of the outstanding
capital stock belongs to citizens of the Philippines;

(d) Cooperatives duly organized under the laws of the Philippines, and
of which at least seventy five percent (75%) of the interest belongs
to citizens of the Philippines; and

(e) Persons/entities forming themselves into a JV, i.e., a group of two


(2) or more persons/entities that intend to be jointly and severally
responsible or liable for a particular contract: Provided, however,
that, in accordance with Letter of Instructions No. 630, Filipino
ownership or interest of the joint venture concerned shall be at least
seventy five percent (75%): Provided, further, that joint ventures in
which Filipino ownership or interest is less than seventy five
percent (75%) may be eligible where the structures to be built
require the application of techniques and/or technologies which are
not adequately possessed by a person/entity meeting the seventy
five percent (75%) Filipino ownership requirement: Provided,
finally, that in the latter case, Filipino ownership or interest shall
not be less than twenty five percent (25%). For this purpose
Filipino ownership or interest shall be based on the contributions of
each of the members of the joint venture as specified in their JVA.

12
5.2. 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. Government Corporate Entities may be eligible to participate only if they


can establish that they (a) are legally and financially autonomous, (b)
operate under commercial law, and (c) are not dependent agencies of the
GOP or the Procuring Entity.

5.4. (a) Unless otherwise provided in the BDS, the Bidder must have
completed a single contract similar to this, equivalent to at least fifty
percent (50%) of the ABC adjusted to current prices using the National
Statistics Office consumer price index. However, contractors under Small
A and Small B categories without similar experience on the contract to be
bid may be allowed to bid if the cost of such contract is not more than fifty
percent (50%) of the Allowable Range on Contract Cost of their
registration based on the guidelines as prescribed by the PCAB.

(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 Clause 12.1(a)(iii).

5.5. The Bidder must submit a computation of its Net Financial Contracting
Capacity (NFCC), which must be at least equal to the ABC to be bid,
calculated as follows:

NFCC = [(Current assets minus current liabilities) (K)] minus the value
of all outstanding or uncompleted portions of the projects under
ongoing contracts, including awarded contracts yet to be started
coinciding with the contract for this Project.

Where:

K = 10 for a contract duration of one year or less, 15 for a contract


duration of more than one year up to two years, and 20 for a contract
duration of more than two years.

The values of the bidder’s current assets and current liabilities shall be
based on the data submitted to the BIR, through its Electronic Filing and
Payment System (EFPS).

6. Bidder’s Responsibilities

6.1. The Bidder or its duly authorized representative shall submit a sworn
statement in the form prescribed in Section IX. Bidding Forms as required
in ITB Clause 12.1(b)(iii).

13
6.2. The Bidder is responsible for the following:

(a) Having taken steps to carefully examine all of the Bidding


Documents;

(b) Having acknowledged all conditions, local or otherwise, affecting


the implementation of the contract;

(c) Having made an estimate of the facilities available and needed for
the contract to be bid, if any;

(d) Having complied with its responsibility to inquire or secure


Supplemental/Bid Bulletin/s as provided under ITB Clause 10.3.

(e) Ensuring that it is not “blacklisted” or barred from bidding by the


GOP or any of its agencies, offices, corporations, or LGUs,
including foreign government/foreign or international financing
institution whose blacklisting rules have been recognized by the
GPPB;

(f) Ensuring that 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;

(g) Authorizing the Head of the Procuring Entity or its duly authorized
representative/s to verify all the documents submitted;

(h) Ensuring that the signatory is the duly authorized representative of


the Bidder, and granted full power and authority to do, execute and
perform any and all acts necessary and/or to represent the Bidder in
the bidding, with the duly notarized Secretary’s Certificate
attesting to such fact, if the Bidder is a corporation, partnership,
cooperative, or joint venture;

(i) Complying with the disclosure provision under Section 47 of the


Act in relation to other provisions of Republic Act 3019; and

(j) Complying with existing labor laws and standards, if applicable.

Failure to observe any of the above responsibilities shall be at the risk of


the Bidder concerned.

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. It shall be the sole responsibility of the prospective bidder to determine


and to satisfy itself by such means as it considers necessary or desirable as
to all matters pertaining to this Project, including: (a) the location and the
nature of the contract, project, or work; (b) climatic conditions; (c)

14
transportation facilities; (c) nature and condition of the terrain, geological
conditions at the site communication facilities, requirements, location and
availability of construction aggregates and other materials, labor, water,
electric power and access roads; and (d) other factors that may affect the
cost, duration and execution or implementation of the contract, project, or
work.

6.5. The Procuring Entity shall not assume any responsibility regarding
erroneous interpretations or conclusions by the prospective or eligible
bidder out of the data furnished by the procuring entity.

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.

6.8. 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.

7. Origin of GOODS and Services

There is no restriction on the origin of Goods, or Contracting of Works or


Services other than those prohibited by a decision of the United Nations Security
Council taken under Chapter VII of the Charter of the United Nations.

8. Subcontracts

8.1. Unless otherwise specified in the BDS, the Bidder may subcontract
portions of the Works to an extent as may be approved by the Procuring
Entity and stated in the BDS. However, subcontracting of any portion shall
not relieve the Bidder from any liability or obligation that may arise from
the contract for this Project.

8.2. Subcontractors must submit the documentary requirements under ITB


Clause 12 and comply with the eligibility criteria specified in the BDS. In
the event that any subcontractor is found by the Procuring Entity to be
ineligible, the subcontracting of such portion of the Works shall be
disallowed.

8.3. The Bidder may identify the subcontractor to whom a portion of the Works
will be subcontracted at any stage of the bidding process or during contract
implementation. If the Bidder opts to disclose the name of the
subcontractor during bid submission, the Bidder shall include the required
documents as part of the technical component of its bid.

15
B. Contents of Bidding Documents

9. Pre-Bid Conference

9.1. (a) If so specified in the BDS, a pre-bid conference shall be held at the
venue and on the date indicated therein, to clarify and address the Bidders’
questions on the technical and financial components of this Project.

(b) The pre-bid conference shall be held at least twelve (12) calendar days
before the deadline for the submission of and receipt of bids. If the
Procuring Entity determines that, by reason of the method, nature, or
complexity of the contract to be bid, or when international participation
will be more advantageous to the GOP, a longer period for the preparation
of bids is necessary, the pre-bid conference shall be held at least thirty (30)
calendar days before the deadline for the submission and receipt of bids, as
specified in the BDS.

9.2. Bidders are encouraged to attend the pre-bid conference to ensure that they
fully understand the Procuring Entity’s requirements. Non-attendance of
the Bidder will in no way prejudice its bid; however, the Bidder is
expected to know the changes and/or amendments to the Bidding
Documents as recorded in the minutes of the pre-bid conference and the
Supplemental/Bid Bulletin.

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.

10. Clarification and Amendment of Bidding Documents

10.1. Bidders who have purchased the Bidding Documents may request for
clarification(s) on any part of the Bidding Documents or for an
interpretation. Such a request must be in writing and submitted to the
Procuring Entity at the address indicated in the BDS at least ten (10)
calendar days before the deadline set for the submission and receipt of
Bids.

10.2. Supplemental/Bid Bulletins may be issued upon the Procuring Entity’s


initiative for purposes of clarifying or modifying any provision of the
Bidding Documents not later than seven (7) calendar days before the
deadline for the submission and receipt of Bids. Any modification to the
Bidding Documents shall be identified as an amendment.

10.3. Any Supplemental/Bid Bulletin issued by the BAC shall also be posted on
the Philippine Government Electronic Procurement System (PhilGEPS)
and the website of the Procuring Entity concerned, if available. Unless,
otherwise provided in the BDS, it shall be the responsibility of all Bidders
who secure the Bidding Documents to inquire and secure
Supplemental/Bid Bulletins that may be issued by the BAC. However,
bidders who have submitted bids before the issuance of the

16
Supplemental/Bid Bulletin must be informed and allowed to modify or
withdraw their bids in accordance with ITB Clause 23.

C. Preparation of Bids

11. Language of Bids

The Bid, as well as all correspondence and documents relating to the Bid
exchanged by the Bidder and the Procuring Entity, shall be written in English. If
the eligibility requirements or statements, the bids, and all other documents
submitted to the BAC are in foreign language other than English, it must be
accompanied by translation of the documents in English. The documents shall be
translated by the relevant foreign agency, the foreign government agency
authorized to translate documents or a registered translator in the foreign bidder’s
country; and shall be authenticated by the appropriate Philippine foreign service
establishment/post or the equivalent office having jurisdiction over the foreign
bidder’s affairs in the Philippines. The English translation shall govern, for the
purposes of interpretation of the Bid.

12. Documents Comprising the Bid: Eligibility and Technical Components

12.1. Unless otherwise indicated in the BDS, the first envelope shall contain the
following eligibility and technical documents:

(a) Eligibility Documents –

Class "A" Documents:

(i) Registration certificate from the Securities and Exchange


Commission (SEC), Department of Trade and Industry
(DTI) for sole proprietorship, or Cooperative Development
Authority (CDA) for cooperatives, or any proof of such
registration as stated in the BDS;

(ii) Mayor’s permit issued by the city or municipality where the


principal place of business of the prospective bidder is
located;

(iii) Statement of all its ongoing government and private


contracts, including contracts awarded but not yet started, if
any, whether similar or not similar in nature and complexity
to the contract to be bid; and

Statement identifying the bidder’s single largest completed


contract similar to the contract to be bid.

The statement shall include, for each contract, the


following:

(iii.1) name of the contract;

(iii.2) date of the contract;

17
(iii.3) contract duration;

(iii.4) owner’s name and address;

(iii.5) nature of work;

(iii.6) contractor’s role (whether sole contractor,


subcontractor, or partner in a JV) and percentage of
participation;

(iii.7) total contract value at award;

(iii.8) date of completion or estimated completion time;

(iii.9) total contract value at completion, if applicable;

(iii.10) percentages of planned and actual accomplishments,


if applicable;

(iii.11) value of outstanding works, if applicable;

(iii.12) the statement shall be supported by the notices of


award and/or notices to proceed issued by the
owners; and

(iii.13) the statement shall be supported by the Owner’s


Certificate of Final Acceptance or the Certificate of
Completion and, whenever applicable, the
Constructors Performance Evaluation Summary
(CPES) Final Rating which must be satisfactory;

(iv) Unless otherwise provided in the BDS, valid Philippine


Contractors Accreditation Board (PCAB) license and
registration for the type and cost of the contract for this
Project;

(v) Audited financial statements, showing, among others, the


prospective total and current assets and liabilities, stamped
“received” by the BIR or its duly accredited and authorized
institutions, for the preceding calendar year which should
not be earlier than two (2) years from the date of bid
submission;

(vi) NFCC computation in accordance with ITB Clause 5.5;

(vii) Tax clearance per Executive Order 398, Series of 2005; and

Class "B" Document:

(viii) 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

18
abide by the provisions of the JVA in the instance that the
bid is successful shall be included in the bid.

(b) Technical Documents –

(i) Bid security as prescribed in ITB Clause 18. If the


Procuring Entity requires the bidder to submit the bid
security in the form of:

(i.1) a bank draft/guarantee or an irrevocable letter of


credit issued by a foreign bank, it shall be
accompanied by a confirmation from a Universal or
Commercial Bank; or

(i.2) a surety bond accompanied by a certification


coming from an authorized Insurance Commission
that a surety or insurance company is authorized to
issue such instrument;

(ii) Project Requirements, which shall include the following:

(ii.1) Organizational chart for the contract to be bid;

(ii.2) List of contractor’s personnel (viz, project Manager,


Project Engineers, Materials Engineers, and
Foremen), to be assigned to the contract to be bid,
with their complete qualification and experience
data; and

(ii.3) List of contractor’s equipment units, which are


owned, leased, and/or under purchase agreements,
supported by certification of availability of
equipment from the equipment lessor/vendor for the
duration of the project; and

(iii) Sworn statement in accordance with Section 25.2(b)(iv) of


the IRR of RA 9184 and using the form prescribed in
Section IX. Bidding Forms.

13. Documents Comprising the Bid: Financial Component

13.1. Unless otherwise stated in the BDS, the financial component of the bid
shall contain the following:

(a) Financial Bid Form in accordance with the form prescribed in


Section IX. Bidding Forms and

(b) Any other document related to the financial component of the bid
as stated in the BDS.

13.2. (a) Unless indicated in the BDS, all Bids that exceed the ABC shall
not be accepted.

19
(b) Unless otherwise indicated in the BDS, for foreign-funded
procurement, a ceiling may be applied to bid prices provided the
following conditions are met:

(i) Bidding Documents are obtainable free of charge on a freely


accessible website. If payment of Bidding Documents is
required by the procuring entity, payment could be made
upon the submission of bids.

(ii) The procuring entity has procedures in place to ensure that the
ABC is based on recent estimates made by the engineer or the
responsible unit of the procuring entity and that the estimates
are based on adequate detailed engineering (in the case of
works) and reflect the quality, supervision and risk and
inflationary factors, as well as prevailing market prices,
associated with the types of works or goods to be procured.

(iii) The procuring entity has trained cost estimators on estimating


prices and analyzing bid variances. In the case of
infrastructure projects, the procuring entity must also have
trained quantity surveyors.

(iv) The procuring entity has established a system to monitor and


report bid prices relative to ABC and engineer’s/procuring
entity’s estimate.

(v) The procuring entity has established a monitoring and


evaluation system for contract implementation to provide a
feedback on actual total costs of goods and works.

14. Alternative Bids

14.1. Alternative Bids shall be rejected. For this purpose, alternative bid is an
offer made by a Bidder in addition or as a substitute to its original bid
which may be included as part of its original bid or submitted separately
therewith for purposes of bidding. A bid with options is considered an
alternative bid regardless of whether said bid proposal is contained in a
single envelope or submitted in two (2) or more separate bid envelopes.

14.2. Bidders shall submit offers that comply with the requirements of the
Bidding Documents, including the basic technical design as indicated in
the drawings and specifications. Unless there is a value engineering clause
in the BDS, alternative bids shall not be accepted.

14.3. Each Bidder shall submit only one Bid, either individually or as a partner
in a JV. A Bidder who submits or participates in more than one bid (other
than as a subcontractor if a subcontractor is permitted to participate in
more than one bid) will cause all the proposals with the Bidder’s
participation to be disqualified. This shall be without prejudice to any
applicable criminal, civil and administrative penalties that may be imposed
upon the persons and entities concerned.

20
15. Bid Prices

15.1. The contract shall be for the whole Works, as described in ITB Clause 1.1,
based on the priced Bill of Quantities submitted by the Bidder.

15.2. The Bidder shall fill in rates and prices for all items of the Works
described in the Bill of Quantities. Bids not addressing or providing all of
the required items in the Bidding Documents including, where applicable,
bill of quantities, shall be considered non-responsive and, thus,
automatically disqualified. In this regard, where a required item is
provided, but no price is indicated, the same shall be considered as non-
responsive, but specifying a "0" (zero) for the said item would mean that it
is being offered for free to the Government.

15.3. All duties, taxes, and other levies payable by the Contractor under the
Contract, or for any other cause, prior to the deadline for submission of
bids, shall be included in the rates, prices, and total bid price submitted by
the Bidder.

15.4. All bid prices for the given scope of work in the contract as awarded shall
be considered as fixed prices, and therefore not subject to price escalation
during contract implementation, except under extraordinary circumstances
as specified in GCC Clause 47. Price escalation may be allowed in
extraordinary circumstances as may be determined by the National
Economic and Development Authority in accordance with the Civil Code
of the Philippines, and upon the recommendation of the Procuring Entity.
Furthermore, 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.

16. Bid Currencies

16.1. All bid prices shall be quoted in Philippine Pesos unless otherwise
provided in the BDS. However, for purposes of bid evaluation, bids
denominated in foreign currencies shall be converted to Philippine
currency based on the exchange rate prevailing on the day of the Bid
opening.

16.2. If so allowed in accordance with ITB Clause 16.1, the Procuring Entity for
purposes of bid evaluation and comparing the bid prices will convert the
amounts in various currencies in which the bid price is expressed to
Philippine Pesos at the exchange rate as published in the BSP reference
rate bulletin on the day of the bid opening.

16.3. Unless otherwise specified in the BDS, payment of the contract price shall
be made in Philippine Pesos.

21
17. Bid Validity

17.1. Bids shall remain valid for the period specified in the BDS which shall not
exceed one hundred twenty (120) calendar days from the date of the
opening of bids.

17.2. In exceptional circumstances, prior to the expiration of the bid validity


period, the Procuring Entity may request Bidders to extend the period of
validity of their bids. The request and the responses shall be made in
writing. The bid security described in ITB Clause 18 should also be
extended corresponding to the extension of the bid validity period at the
least. A Bidder may refuse the request without forfeiting its bid security,
but his bid shall no longer be considered for further evaluation and award.
A Bidder granting the request shall not be required or permitted to modify
its bid.

18. Bid Security

18.1. The procuring entity shall prescribe in the BDS the acceptable forms of bid
security that bidders may opt to use, which shall include the Bid Securing
Declaration or at least one (1) other form, the amount of which shall be
equal to a percentage of the ABC in accordance with the following
schedule:

Amount of Bid Security


Form of Bid Security
(Equal to Percentage of the ABC)
(a) Cash or cashier’s/manager’s
check issued by a Universal or
Commercial Bank.
(b) Bank draft/guarantee or
irrevocable letter of credit
issued by a Universal or
Two percent (2%)
Commercial Bank: Provided,
however, that it shall be
confirmed or authenticated by
a Universal or Commercial
Bank, if issued by a foreign
bank.
(c) Surety bond callable upon
demand issued by a surety or
insurance company duly
Five percent (5%)
certified by the Insurance
Commission as authorized to
issue such security; and/or
(d) Any combination of the Proportionate to share of form
foregoing. with respect to total amount of
security

(e) Bid Securing Declaration No percentage required.

22
For biddings conducted by local government units, the procuring entity
may also require bidders to submit bid securities in the form of
cashier’s/manager’s check, bank draft/guarantee, or irrevocable letter of
credit from other banks certified by the BSP as authorized to issue such
financial statement.

The Bid Securing Declaration mentioned above is an undertaking which


states, among others, that the bidder shall enter into contract with the
procuring entity and furnish the performance security required under ITB
Clause 32.2, from receipt of the Notice of Award, and committing to pay
the corresponding fine, and be suspended for a period of time from being
qualified to participate in any government procurement activity in the
event it violates any of the conditions stated therein as provided in the
guidelines issued by the GPPB.

18.2. The bid security should be valid for the period specified in the BDS. Any
bid not accompanied by an acceptable bid security shall be rejected by the
Procuring Entity as non-responsive.

18.3. No bid securities shall be returned to bidders after the opening of bids and
before contract signing, except to those that failed or declared as post-
disqualified, upon submission of a written waiver of their right to file a
motion for reconsideration and/or protest. Without prejudice on its
forfeiture, Bid Securities shall be returned only after the bidder with the
Lowest Calculated Responsive Bid has signed the contract and furnished
the Performance Security, but in no case later than the expiration of the
Bid Security validity period indicated in ITB Clause 18.2.

18.4. Upon signing and execution of the contract, pursuant to ITB Clause 31,
and the posting of the performance security, pursuant to ITB Clause 32,
the successful Bidder’s Bid security will be discharged, but in no case later
than the Bid security validity period as indicated in ITB Clause 18.2.

18.5. The bid security may be forfeited:

(a) if a Bidder:

(i) withdraws its bid during the period of bid validity specified
in ITB Clause 17;

(ii) does not accept the correction of errors pursuant to ITB


Clause 27.3(b);

(iii) fails to submit the requirements within the prescribed


period, or a finding against their veracity, as stated in ITB
Clause 28.2;

(iv) submission of eligibility requirements containing false


information or falsified documents;

23
(v) submission of bids that contain false information or
falsified documents, or the concealment of such information
in the bids in order to influence the outcome of eligibility
screening or any other stage of the public bidding;

(vi) allowing the use of one’s name, or using the name of


another for purposes of public bidding;

(vii) withdrawal of a bid, or refusal to accept an award, or enter


into contract with the Government without justifiable cause,
after the Bidder had been adjudged as having submitted the
Lowest Calculated and Responsive Bid;

(viii) refusal or failure to post the required performance security


within the prescribed time;

(ix) refusal to clarify or validate in writing its bid during post-


qualification within a period of seven (7) calendar days
from receipt of the request for clarification;

(x) any documented attempt by a bidder to unduly influence the


outcome of the bidding in his favor;

(xi) failure of the potential joint venture partners to enter into


the joint venture after the bid is declared successful; or

(xii) all other acts that tend to defeat the purpose of the
competitive bidding, such as habitually withdrawing from
bidding, submitting late Bids or patently insufficient bid,
for at least three (3) times within a year, except for valid
reasons.

(b) if the successful Bidder:

(i) fails to sign the contract in accordance with ITB Clause 31;

(ii) fails to furnish performance security in accordance with


ITB Clause 32.

19. Format and Signing of Bids

19.1. Bidders shall submit their bids through their duly authorized representative
using the appropriate forms provided in Section IX. Bidding Forms on or
before the deadline specified in the ITB Clause 21 in two (2) separate
sealed bid envelopes, and which shall be submitted simultaneously. The
first shall contain the technical component of the bid, including the
eligibility requirements under ITB Clause 12.1, and the second shall
contain the financial component of the bid.

19.2. Forms as mentioned in ITB Clause 19.1 must be completed without any
alterations to their format, and no substitute form shall be accepted. All
blank spaces shall be filled in with the information requested.

24
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 unamended 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. Sealing and Marking of Bids

20.1. Bidders shall enclose their original eligibility and technical documents
described in ITB Clause 12, in one sealed envelope marked “ORIGINAL -
TECHNICAL COMPONENT”, and the original of their financial
component in another sealed envelope marked “ORIGINAL -
FINANCIAL COMPONENT”, sealing them all in an outer envelope
marked “ORIGINAL BID”.

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) contain the name of the contract to be bid in capital letters;

(b) bear the name and address of the Bidder in capital letters;

(c) be addressed to the Procuring Entity’s BAC identified in ITB


Clause 10.1;

(d) bear the specific identification of this bidding process indicated in


the Invitation to Bid; and

(e) bear a warning “DO NOT OPEN BEFORE…” the date and time
for the opening of bids, in accordance with ITB Clause 21.

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.

25
D. Submission and Opening of Bids

21. Deadline for Submission of Bids

Bids must be received by the Procuring Entity’s BAC at the address and on or
before the date and time indicated in the BDS.

22. Late Bids

Any bid submitted after the deadline for submission and receipt of bids prescribed
by the Procuring Entity, pursuant to ITB Clause 21, shall be declared “Late” and
shall not be accepted by the Procuring Entity.

23. Modification and Withdrawal of Bids

23.1. The Bidder may modify its bid after it has been submitted; provided that
the modification is received by the Procuring Entity prior to the deadline
prescribed for submission and receipt of bids. The Bidder shall not be
allowed to retrieve its original bid, but shall be allowed to submit another
bid equally sealed, properly identified, linked to its original bid marked as
“TECHNICAL MODIFICATION” or “FINANCIAL MODIFICATION”
and stamped “received” by the BAC. Bid modifications received after the
applicable deadline shall not be considered and shall be returned to the
Bidder unopened.

23.2. A Bidder may, through a letter of withdrawal, withdraw its bid after it has
been submitted, for valid and justifiable reason; provided that the letter of
withdrawal is received by the Procuring Entity prior to the deadline
prescribed for submission and receipt of bids.

23.3. Bids requested to be withdrawn in accordance with ITB Clause 23.1 shall
be returned unopened to the Bidders. A Bidder may also express its
intention not to participate in the bidding through a letter which should
reach and be stamped by the BAC before the deadline for submission and
receipt of bids. A Bidder that withdraws its bid shall not be permitted to
submit another bid, directly or indirectly, for the same contract.

23.4. No bid may be modified after the deadline for submission of bids. No bid
may be withdrawn in the interval between the deadline for submission of
bids and the expiration of the period of bid validity specified by the Bidder
on the Financial Bid Form. Withdrawal of a bid during this interval shall
result in the forfeiture of the Bidder’s bid security, pursuant to ITB Clause
18.5, and the imposition of administrative, civil, and criminal sanctions as
prescribed by RA 9184 and its IRR.

24. Opening and Preliminary Examination of Bids

24.1. The BAC shall open the first bid envelopes of Bidders in public as
specified in the BDS to determine each Bidder’s compliance with the
documents prescribed in ITB Clause 12. For this purpose, the BAC shall
check the submitted documents of each bidder against a checklist of

26
required documents to ascertain if they are all present, using a non-
discretionary “pass/fail” criterion. If a bidder submits the required
document, it shall be rated “passed” for that particular requirement. In this
regard, bids that fail to include any requirement or are incomplete or
patently insufficient shall be considered as “failed”. Otherwise, the BAC
shall rate the said first bid envelope as “passed”.

24.2. Unless otherwise specified in the BDS, immediately after determining


compliance with the requirements in the first envelope, the BAC shall
forthwith open the second bid envelope of each remaining eligible bidder
whose first bid envelope was rated “passed”. The second envelope of each
complying bidder shall be opened within the same day. In case one or
more of the requirements in the second envelope of a particular bid is
missing, incomplete or patently insufficient, and/or if the submitted total
bid price exceeds the ABC unless otherwise provided in ITB Clause
13.1(b), the BAC shall rate the bid concerned as “failed”. Only bids that
are determined to contain all the bid requirements for both components
shall be rated “passed” and shall immediately be considered for evaluation
and comparison.

24.3. Letters of withdrawal shall be read out and recorded during bid opening,
and the envelope containing the corresponding withdrawn bid shall be
returned to the Bidder unopened. If the withdrawing Bidder’s
representative is in attendance, the original bid and all copies thereof shall
be returned to the representative during the bid opening. If the
representative is not in attendance, the Bid shall be returned unopened by
registered mail. The Bidder may withdraw its bid prior to the deadline for
the submission and receipt of bids, provided that the corresponding letter
of withdrawal contains a valid authorization requesting for such
withdrawal, subject to appropriate administrative sanctions.

24.4. If a Bidder has previously secured a certification from the Procuring Entity
to the effect that it has previously submitted the above-enumerated Class
“A” Documents, the said certification may be submitted in lieu of the
requirements enumerated in ITB Clause 12.1(a), items (i) to (vi).

24.5. In the case of an eligible foreign Bidder as described in ITB Clause 5, the
Class “A” Documents enumerated in ITB Clause 12.1(a) may be
substituted with the appropriate equivalent documents, if any, issued by
the country of the foreign Bidder concerned.

24.6. Each partner of a joint venture agreement shall likewise submit the
documents required in ITB Clauses 12.1(a)(i) and 12.1(a)(ii). Submission
of documents required under ITB Clauses 12.1(a)(iii) to 12.1(a)(vi) by any
of the joint venture partners constitutes compliance.

24.7. A Bidder determined as “failed” has three (3) calendar days upon written
notice or, if present at the time of bid opening, upon verbal notification
within which to file a request for reconsideration with the BAC: Provided,
however, that the request for reconsideration shall not be granted if it is
established that the finding of failure is due to the fault of the Bidder

27
concerned: Provided, further, that the BAC shall decide on the request for
reconsideration within seven (7) calendar days from receipt thereof. If a
failed Bidder signifies his intent to file a request for reconsideration, the
BAC shall keep the bid envelopes of the said failed Bidder unopened
and/or duly sealed until such time that the request for reconsideration or
protest has been resolved.

E. Evaluation and Comparison of Bids

25. Process to be Confidential

25.1. Members of the BAC, including its staff and personnel, as well as its
Secretariat and TWG, are prohibited from making or accepting any kind of
communication with any bidder regarding the evaluation of their bids until
the issuance of the Notice of Award, unless n the case of ITB Clause 26.

25.2. Any effort by a bidder to influence the Procuring Entity in the Procuring
Entity’s decision in respect of Bid evaluation, Bid comparison or contract
award will result in the rejection of the Bidder’s Bid.

26. Clarification of Bids

To assist in the evaluation, comparison and post-qualification of the bids, the


Procuring Entity may ask in writing any Bidder for a clarification of its bid. All
responses to requests for clarification shall be in writing. Any clarification
submitted by a Bidder in respect to its bid and that is not in response to a request
by the Procuring Entity shall not be considered.

27. Detailed Evaluation and Comparison of Bids

27.1. The Procuring Entity will undertake the detailed evaluation and
comparison of Bids which have passed the opening and preliminary
examination of Bids, pursuant to ITB Clause 24, in order to determine the
Lowest Calculated Bid.

27.2. In evaluating the Bids to get the Lowest Calculated Bid, the Procuring
Entity shall undertake the following:

(a) The detailed evaluation of the financial component of the bids, to


establish the correct calculated prices of the bids; and

(b) The ranking of the total bid prices as so calculated from the lowest
to highest. The bid with the lowest price shall be identified as the
Lowest Calculated Bid.

27.3. The Procuring Entity's BAC shall immediately conduct a detailed


evaluation of all bids rated “passed,” using non-discretionary “pass/fail”
criterion. The BAC shall consider the following in the evaluation of bids:

(a) Completeness of the bid. Unless the ITB specifically allows partial
bids, bids not addressing or providing all of the required items in
the Schedule of Requirements including, where applicable, bill of

28
quantities, shall be considered non-responsive and, thus,
automatically disqualified. In this regard, where a required item is
provided, but no price is indicated, the same shall be considered as
non-responsive, but specifying a "0" (zero) for the said item would
mean that it is being offered for free to the Procuring Entity; and

(b) Arithmetical corrections. Consider computational errors and


omissions to enable proper comparison of all eligible bids. It may
also consider bid modifications if expressly allowed in the BDS.
Any adjustment shall be calculated in monetary terms to determine
the calculated prices.

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.

27.5. The Procuring Entity’s evaluation of bids shall only be based on the bid
price quoted in the Financial Bid Form

27.6. Bids shall be evaluated on an equal footing to ensure fair competition. For
this purpose, all bidders shall be required to include in their bids the cost
of all taxes, such as, but not limited to, value added tax (VAT), income
tax, local taxes, and other fiscal levies and duties which shall be itemized
in the bid form and reflected in the detailed estimates. Such bids,
including said taxes, shall be the basis for bid evaluation and comparison.

28. Post Qualification

28.1. The Procuring Entity shall determine to its satisfaction whether the Bidder
that is evaluated as having submitted the Lowest Calculated Bid (LCB)
complies with and is responsive to all the requirements and conditions
specified in ITB Clauses 5, 12, and 13.

28.2. Within a non-extendible period of three (3) calendar days from receipt by
the Bidder of the notice from the BAC that it submitted the LCB, the
Bidder shall submit the following documentary requirements:

(a) Latest income and business tax returns in the form specified in the
BDS;

(b) Certificate of PhilGEPS Registration or PhilGEPS Registration


Number if the procuring entity is a Philippine foreign office or
post, provided that participating bidders should register with the
PhilGEPS prior to bid opening; and

(c) Other appropriate licenses and permits required by law and stated
in the BDS.

29
Failure of the Bidder declared as LCB to duly submit the requirements
under this Clause or a finding against the veracity of such, shall be ground
for forfeiture of the bid security and disqualification of the Bidder for
award.

28.3. The determination shall be based upon an examination of the documentary


evidence of the Bidder’s qualifications submitted pursuant to ITB Clauses
12 and 13, as well as other information as the Procuring Entity deems
necessary and appropriate, using a non-discretionary “pass/fail” criterion.

28.4. If the BAC determines that the Bidder with the Lowest Calculated Bid
passes all the criteria for post-qualification, it shall declare the said bid as
the Lowest Calculated Responsive Bid, and recommend to the Head of the
Procuring Entity the award of contract to the said Bidder at its submitted
price or its calculated bid price, whichever is lower, subject to ITB Clause
30.3.

28.5. A negative determination shall result in rejection of the Bidder’s Bid, in


which event the Procuring Entity shall proceed to the next Lowest
Calculated Bid to make a similar determination of that Bidder’s
capabilities to perform satisfactorily. If the second Bidder, however, fails
the post qualification, the procedure for post qualification shall be repeated
for the Bidder with the next Lowest Calculated Bid, and so on until the
Lowest Calculated and Responsive Bid is determined for contract award.

28.6. Within a period not exceeding seven (7) calendar days from the date of
receipt of the recommendation of the BAC, the Head of the Procuring
Entity shall approve or disapprove the said recommendation. In the case of
government owned and government-owned and/or -controlled corporations
(GOCCs) and government financial institutions (GFIs), the period
provided herein shall be fifteen (15) calendar days.

29. Reservation Clause

29.1. Notwithstanding the eligibility or post-qualification of a bidder, the


Procuring Entity concerned reserves the right to review its qualifications at
any stage of the procurement process if it has reasonable grounds to
believe that a misrepresentation has been made by the said bidder, or that
there has been a change in the Bidder’s capability to undertake the project
from the time it submitted its eligibility requirements. Should such review
uncover any misrepresentation made in the eligibility and bidding
requirements, statements or documents, or any changes in the situation of
the Bidder which will affect its capability to undertake the project so that it
fails the preset eligibility or bid evaluation criteria, the Procuring Entity
shall consider the said Bidder as ineligible and shall disqualify it from
submitting a bid or from obtaining an award or contract.

29.2. Based on the following grounds, the Procuring Entity reserves the right to
reject any and all Bids, declare a Failure of Bidding at any time prior to the
contract award, or not to award the contract, without thereby incurring any

30
liability, and make no assurance that a contract shall be entered into as a
result of the bidding:

(a) if there is prima facie evidence of collusion between appropriate


public officers or employees of the Procuring Entity, or between
the BAC and any of the bidders, or if the collusion is between or
among the bidders themselves, or between a bidder and a third
party, including any act which restricts, suppresses or nullifies or
tends to restrict, suppress or nullify competition;

(b) if the Procuring Entity’s BAC is found to have failed in following


the prescribed bidding procedures; or

(c) for any justifiable and reasonable ground where the award of the
contract will not redound to the benefit of the Government as
follows:

(i) If the physical and economic conditions have significantly


changed so as to render the project no longer economically,
financially or technically feasible as determined by the head
of the procuring entity;

(ii) If the project is no longer necessary as determined by the


head of the procuring entity; and

(iii) If the source of funds for the project has been withheld or
reduced through no fault of the Procuring Entity.

29.3. In addition, the Procuring Entity may likewise declare a failure of bidding
when:

(a) No bids are received;

(b) All prospective bidders are declared ineligible;

(c) All bids fail to comply with all the bid requirements or fail post-
qualification; or

(d) The bidder with the Lowest Calculated Responsive Bid refuses,
without justifiable cause to accept the award of contract, and no
award is made.

F. Award of Contract

30. Contract Award

30.1. Subject to ITB Clause 28, the Procuring Entity shall award the contract to
the Bidder whose Bid has been determined to be the Lowest Calculated
and Responsive Bid (LCRB).

30.2. Prior to the expiration of the period of Bid validity, the Procuring Entity
shall notify the successful Bidder in writing that its Bid has been accepted,

31
through a Notice of Award received personally or sent by registered mail
or electronically, receipt of which must be confirmed in writing within two
(2) days by the LCRB and submitted personally or sent by registered mail
or electronically to the Procuring Entity.

30.3. Notwithstanding the issuance of the Notice of Award, award of contract


shall be subject to the following conditions:

(a) Submission of the following documents within the prescribed


period from receipt by the Bidder of the notice that it has the
Lowest Calculated and Responsive Bid:

(i) Valid JVA, if applicable, within ten (10) calendar days;

(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) Posting of the performance security in accordance with ITB Clause


32;

(c) Signing of the contract as provided in ITB Clause 31; and

(d) Approval by higher authority, if required.

31. Signing of the Contract

31.1. At the same time as the Procuring Entity notifies the successful Bidder that
its Bid has been accepted, the Procuring Entity shall send the Contract
Form to the Bidder, which Contract has been provided in the Bidding
Documents, incorporating therein all agreements between the parties.

31.2. Within ten (10) calendar days from receipt of the Notice of Award, the
successful Bidder shall post the required performance security, sign and
date the contract and return it to the Procuring Entity.

31.3. The Procuring Entity shall enter into contract with the successful Bidder
within the same ten (10) calendar day period provided that all the
documentary requirements are complied with.

31.4. The following documents shall form part of the contract:

(a) Contract Agreement;

(b) Bidding Documents;

(c) Winning bidder’s bid, including the Technical and Financial


Proposals, and all other documents/statements submitted;

(d) Performance Security;

32
(e) Credit line in accordance with ITB Clause 5.5, if applicable;

(f) Notice of Award of Contract; and

(g) Other contract documents that may be required by existing laws


and/or specified in the BDS.

32. Performance Security

32.1. To guarantee the faithful performance by the winning Bidder of its


obligations under the contract, it shall post a performance security within a
maximum period of ten (10) calendar days from the receipt of the Notice
of Award from the Procuring Entity and in no case later than the signing of
the contract.

32.2. The procuring entity shall prescribe at least two (2) acceptable forms of
performance security taken from two (2) categories below that bidders
may opt to use, denominated in Philippine Pesos and posted in favor of the
Procuring Entity in an amount equal to the percentage of the total contract
price as stated in the BDS in accordance with the following schedule:

Amount of Performance Security


Form of Performance Security (Equal to Percentage of the Total
Contract Price)
(a) Cash or cashier’s/manager’s
check issued by a Universal
or Commercial Bank.
(b) Bank draft/guarantee or
irrevocable letter of credit
issued by a Universal or
Ten percent (10%)
Commercial Bank: Provided,
however, that it shall be
confirmed or authenticated by
a Universal or Commercial
Bank, if issued by a foreign
bank.
(c) Surety bond callable upon
demand issued by a surety or Thirty percent (30%)
insurance company duly
certified by the Insurance
Commission as authorized to
issue such security; and/or
(d) Any combination of the Proportionate to share of form
foregoing. with respect to total amount of
security

32.3. Failure of the successful Bidder to comply with the above-mentioned


requirement shall constitute sufficient ground for the annulment of the
award and forfeiture of the bid security, in which event the Procuring
Entity shall initiate and complete the post qualification of the second
Lowest Calculated Bid. The procedure shall be repeated until the Lowest

33
Calculated and Responsive Bid is identified and selected for contract
award. However if no Bidder passed post-qualification, the BAC shall
declare the bidding a failure and conduct a re-bidding with re-
advertisement.

33. Notice to Proceed

33.1. Within three (3) calendar days from the date of approval of the Contract by
the appropriate government approving authority, the Procuring Entity shall
issue its Notice to Proceed to the Bidder.

33.2. The contract effectivity date shall be provided in the Notice to Proceed by
the Procuring Entity, which date shall not be later than seven (7) calendar
days from the issuance of the Notice to Proceed.

34
Section III. Bid Data Sheet

35
Bid Data Sheet
ITB Clause
1.1 The PROCURING ENTITY is Department of Transportation and
Communications (DOTC).

The name of the Project is Bagabag Airport Development Project


(Construction of Administration Building and Construction of Perimeter
Fence, 210 bays)

2 The Funding Source is 2016 GAA Locally Funded Projects.

The name of the Project is Bagabag Airport Development Project


(Construction of Administration Building and Construction of Perimeter
Fence, 210 bays)

3.1 No further instructions.

5.1 No further instructions.

5.2 Bidding is restricted to eligible bidders as defined in ITB Clause 5.1.

5.4.(a) The bidders must have an experience of having completed at least one (1)
contract that is similar to the contract to be bid, and whose value, adjusted
to current prices using the NSO consumer price indices, must be at least
fifty percent (50%) of the Approved Budget for the Contract.

For this purpose, similar contracts shall refer to General Building.

8.1 Subcontracting is not allowed.

8.2 Not applicable.

9.1 The DOTC will hold a Pre-Bid Conference for this Project on 15 March
2016, 10:30 A.M., at Unit 87, 8th Floor, The Columbia Tower, Ortigas
Avenue, Mandaluyong City.

10.1 The Procuring Entity’s address is:

Department of Transportation and Communications


Secondary Bids and Awards Committee Office (BAC)
The Columbia Tower, Ortigas Avenue, Mandaluyong City
Telefax: 654-7725

10.3 No further instructions.

12.1 No further instructions.


12.1(a)(i) No other acceptable proof of registration is recognized.

36
12.1(a)(ii) No further instructions.

12.1(a)(iii) Bidders must also submit the following:

1. Duly signed Statement of all Ongoing Government & Private


Construction Contracts including contracts awarded but not yet started
(refer to form SF-INFR-15).

Note: This statement shall be supported with:


a. Notice of Award and/or Contract;
b. Notice to Proceed issued by the owner; and
c. Certificate of Accomplishment signed by the owner or Project
Engineer.

2. Duly signed Statement showing the bidder’s Single Largest Completed


Contract which is similar in nature (refer to form SF-INFR-16).

Note: This statement shall be supported with:


a. Contract;
b. CPES rating sheets and/or Certificate of Completion; and
c. Certificate of Acceptance.

12.1(a)(iv) The PCAB Registration for this project is Small B for General Building.

For joint venture bidders, a Joint License issued by the PCAB pursuant to
Section 38 of RA 4566, and not the PCAB license and registration
individually issued to each joint venture partner must be submitted.
Failure of the joint venture bidder to submit a Joint License may be a
ground for its disqualification despite the submission of the individual
licenses of each joint venture partner.

12.1(b)(ii)(ii.2) List of Contractors Personnel to be assigned to the contract to be bid with


their respective curriculum vitae showing, among others, their educational
attainment, professional qualification and experiences (refer to form
SF-INFR-48), as follows:

1. Project Manager;
2. Licensed Civil Engineer;
3. Licensed Architect;
4. Materials Engineer duly accredited by DPWH; and
5.Safety Officer with Certificate of Training in Occupational
Safety and Health

Duly signed Statement of Availability of Key Personnel and Equipment


(refer to form SF-INFR-18).
12.1(b)(ii)(ii.3) List of Contractor’s Equipment, as specified in the Invitation to Bid,
which can be either OWNED/LEASED that are required for this Project
(refer to form SF-INFR-49).

37
13.1 Checklist of Financial Components:

1. Bid Prices in the bill of quantities in the prescribed form;


2. Detailed estimates;
3. Summary sheet indicating the unit prices of construction materials,
labor rates and equipment OWNED/LEASED (please see Invitation to
Bid) used in coming up with the bid; and
4. Cash flow by quarter and payment schedules.
13.1(b) The ABC is Ten Million Nine Hundred Fifty-Seven Thousand Nine
Hundred One and 43/100 Pesos (Php 10,957,901.43). Any bid with a
financial component exceeding this amount shall not be accepted.

14.2 No further instructions.

14.2 No further instructions.

16.1 The bid prices shall be quoted in Philippine Pesos.

17.1 Bids will be valid until One Hundred Twenty (120) calendar days from the
date of the opening of bids.

18.1 Pursuant to Section 27.5 of R.A. No. 9184 and its Revised IRR and GPPB
Resolution No. 25-2013 and GPPB Circular 01-2014, bidders must submit
a duly notarized Bid Securing Declaration, or any other form of Bid
Security in the following amount:

1. Two Hundred Nineteen Thousand One Hundred Fifty Eight and


03/100 Pesos (Php 219,158.03), or two percent (2%) of the ABC, if
Bid Security is in cash, cashier’s/manager’s check, bank
draft/guarantee or irrevocable letter of credit;

2. Five Hundred Forty Seven Thousand Eight Hundred Ninety Five


and 07/100 Pesos (Php 547,895.07), or five percent (5%) of the ABC,
if Bid Security is in Surety Bond;

3. Any combination of the foregoing proportionate to the share of form


with respect to total amount of security; or

4. Bid Securing Declaration in the form prescribed by GPPB.

In no case shall bid security or Bid Securing Declaration be returned later


than the expiration of the bid validity period indicated in the Bidding
Documents, unless it has been extended in accordance with Section 28.2
of the IRR.
18.2 The bid security shall be valid until One Hundred Twenty (120) calendar
days from the date of the opening of bids.

20.3 Each Bidder shall submit One (1) original and Two (2) copies of the first
and second components of its bid.

38
Each set must be properly bound and tabbed for easy reference. Moreover,
all pages of documents submitted must be numbered. Electronic copies of
financial proposal are requested to be submitted for purposes of
evaluation. Failure to comply with binding, tabbing and page numbering
requirement and submission of the electronic copies is not a ground for
disqualification.
21 The address for submission of bids is:

Department of Transportation and Communications


Office of the Over-All Head Bids and Awards Committee Office
15th Floor, Unit 153, The Columbia Tower,
Ortigas Avenue, Brgy. Wack-Wack, Mandaluyong City
Tel No: 654-7725;790-8300 local 235 or 272
Fax No: 654-7725

The deadline for submission of bids is 29 March 2016, 10:30 A.M.


24.1 The place of bid opening is:

Department of Transportation and Communications


Unit 87, 8th Floor, The Columbia Tower,
Ortigas Avenue, Mandaluyong City.

The date and time of bid opening is 29 March 2016, 10:30 A.M.
24.2 No further instructions.

27.3(b) Bid modification is not allowed.

27.4 No further instructions.

28.2(a) Only tax returns filed and taxes paid through the BIR Electronic Filing and
Payment System (EFPS) shall be accepted.

NOTE: The latest income and business tax returns are those within the
last six months preceding the date of bid submission.

28.2(c) Additional document:

Valid Certificate of Registration indicating the Tax Identification


Number and photocopy of TIN Card.

31.4(g) Construction schedule and S-curve, manpower schedule, construction


methods, equipment utilization schedule, construction safety and health
program duly approved by the Department of Labor and Employment, and
PERT/CPM.

32.2 The Performance Security shall be in the following amount:

1. The amount of (10% of the total contract amount), if performance


security is in cash, cashier’s/manager’s check, bank draft/guarantee or

39
irrevocable letter of credit;

2. The amount of (30% of the total contract amount), if performance


security is in Surety Bond; or

3. Any combination of the foregoing proportionate to the share of form


with respect to total amount of security.

40
Section IV. General Conditions of Contract

41
TABLE OF CONTENTS

1. DEFINITIONS ................................................................................................ 44
2. INTERPRETATION ........................................................................................ 46
3. GOVERNING LANGUAGE AND LAW ............................................................. 46
4. COMMUNICATIONS ...................................................................................... 47
5. POSSESSION OF SITE .................................................................................... 47
6. THE CONTRACTOR’S OBLIGATIONS ........................................................... 47
7. PERFORMANCE SECURITY........................................................................... 48
8. SUBCONTRACTING ....................................................................................... 49
9. LIQUIDATED DAMAGES ............................................................................... 50
10. SITE INVESTIGATION REPORTS................................................................... 50
11. THE PROCURING ENTITY, LICENSES AND PERMITS ................................... 50
12. CONTRACTOR’S RISK AND WARRANTY SECURITY .................................... 50
13. LIABILITY OF THE CONTRACTOR ............................................................... 53
14. PROCURING ENTITY’S RISK ........................................................................ 53
15. INSURANCE .................................................................................................. 53
16. TERMINATION FOR DEFAULT OF CONTRACTOR ........................................ 55
17. TERMINATION FOR DEFAULT OF PROCURING ENTITY .............................. 55
18. TERMINATION FOR OTHER CAUSES ........................................................... 56
19. PROCEDURES FOR TERMINATION OF CONTRACTS ..................................... 57
20. FORCE MAJEURE, RELEASE FROM PERFORMANCE .................................. 60
21. RESOLUTION OF DISPUTES .......................................................................... 60
22. SUSPENSION OF LOAN, CREDIT, GRANT, OR APPROPRIATION .................. 61
23. PROCURING ENTITY’S REPRESENTATIVE’S DECISIONS ............................. 61
24. APPROVAL OF DRAWINGS AND TEMPORARY WORKS BY THE PROC
URING ENTITY’S REPRESENTATIVE ............................................................ 61

25. ACCELERATION AND DELAYS ORDERED BY THE PROCURING


ENTITY’S REPRESENTATIVE ....................................................................... 62
26. EXTENSION OF THE INTENDED COMPLETION DATE .................................. 62
27. RIGHT TO VARY........................................................................................... 62
28. CONTRACTOR'S RIGHT TO CLAIM.............................................................. 63

42
29. DAYWORKS .................................................................................................. 63
30. EARLY WARNING ........................................................................................ 63
31. PROGRAM OF WORK ................................................................................... 63
32. MANAGEMENT CONFERENCES .................................................................... 64
33. BILL OF QUANTITIES ................................................................................... 64
34. INSTRUCTIONS, INSPECTIONS AND AUDITS ................................................. 65
35. IDENTIFYING DEFECTS ................................................................................ 65
36. COST OF REPAIRS ........................................................................................ 65
37. CORRECTION OF DEFECTS .......................................................................... 65
38. UNCORRECTED DEFECTS ............................................................................ 66
39. ADVANCE PAYMENT .................................................................................... 66
40. PROGRESS PAYMENTS ................................................................................. 67
41. PAYMENT CERTIFICATES ............................................................................ 67
42. RETENTION .................................................................................................. 68
43. VARIATION ORDERS .................................................................................... 68
44. CONTRACT COMPLETION............................................................................ 70
45. SUSPENSION OF WORK ................................................................................ 70
46. PAYMENT ON TERMINATION ....................................................................... 71
47. EXTENSION OF CONTRACT TIME ................................................................ 72
48. PRICE ADJUSTMENT .................................................................................... 73
49. COMPLETION ............................................................................................... 73
50. TAKING OVER.............................................................................................. 73
51. OPERATING AND MAINTENANCE MANUALS ............................................... 73

43
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 20.

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

1.3. The Completion Date is the date of completion of the Works as certified
by the Procuring Entity’s Representative, in accordance with GCC Clause
49.

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

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

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

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

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

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

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

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

1.12. The Defects Liability Certificate is the certificate issued by Procuring


Entity’s Representative upon correction of defects by the Contractor.

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

44
1.14. Drawings are graphical presentations of the Works. They include all
supplementary details, shop drawings, calculations, and other information
provided or approved for the execution of this Contract.

1.15. Equipment refers to all facilities, supplies, appliances, materials or things


required for the execution and completion of the Work provided by the
Contractor and which shall not form or are not intended to form part of the
Permanent Works.

1.16. The Intended Completion Date refers to the date specified in the SCC
when the Contractor is expected to have completed the Works. The
Intended Completion Date may be revised only by the Procuring Entity’s
Representative by issuing an extension of time or an acceleration order.

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

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

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

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

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

1.22. The Procuring Entity’s Representative refers to the Head of the


Procuring Entity or his duly authorized representative, identified in the
SCC, who shall be responsible for supervising the execution of the Works
and administering this Contract.

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

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

1.25. Slippage is a delay in work execution occurring when actual


accomplishment falls below the target as measured by the difference
between the scheduled and actual accomplishment of the Work by the

45
Contractor as established from the work schedule. This is actually
described as a percentage of the whole Works.

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

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

1.28. A Subcontractor is any person or organization to whom a part of the


Works has been subcontracted by the Contractor, as allowed by the
Procuring Entity, but not any assignee of such person.

1.29. Temporary Works are works designed, constructed, installed, and


removed by the Contractor that are needed for construction or installation
of the Permanent Works.

1.30. Work(s) refer to the Permanent Works and Temporary Works to be


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

2. Interpretation

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

2.2. If sectional completion is specified in the SCC, references in the Conditions


of Contract to the Works, the Completion Date, and the Intended
Completion Date apply to any Section of the Works (other than references
to the Completion Date and Intended Completion Date for the whole of the
Works).

3. Governing Language and Law

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

46
3.2. This Contract shall be interpreted in accordance with the laws of the
Republic of the Philippines.

4. 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
Entity’s Representative shall give the Contractor a Contract Time
Extension and certify such sum as fair to cover the cost incurred, which
sum shall be paid by Procuring Entity.

5.2. If possession of a portion is not given by the date stated in the SCC Clause
5.1, the Procuring Entity will be deemed to have delayed the start of the
relevant activities. The resulting adjustments in contact time to address
such delay shall be in accordance with GCC Clause 46.

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

6. The Contractor’s Obligations

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

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

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

47
6.4. The Contractor shall carry out all instructions of the Procuring Entity’s
Representative that comply with the applicable laws where the Site is
located.

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. If the Procuring Entity’s Representative asks the Contractor to remove a


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

6.7. During Contract implementation, the Contractor and his subcontractors


shall abide at all times by all labor laws, including child labor related
enactments, and other relevant rules.

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.

6.10. Should anything of historical or other interest or of significant value be


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

7. 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. The performance security posted in favor of the Procuring Entity shall be
forfeited in the event it is established that the Contractor is in default in
any of its obligations under the Contract.

7.3. The performance security shall remain valid until issuance by the
Procuring Entity of the Certificate of Final Acceptance.

48
7.4. The performance security may be released by the Procuring Entity and
returned to the Contractor after the issuance of the Certificate of Final
Acceptance subject to the following conditions:

(a) There are no pending claims against the Contractor or the surety
company filed by the Procuring Entity;

(b) The Contractor has no pending claims for labor and materials filed
against it; and

(c) Other terms specified in the SCC.

7.5. The Contractor shall post an additional performance security following the
amount and form specified in ITB Clause 32.2 to cover any cumulative
increase of more than ten percent (10%) over the original value of the
contract as a result of amendments to order or change orders, extra work
orders and supplemental agreements, as the case may be. The Contractor
shall cause the extension of the validity of the performance security to
cover approved contract time extensions.

7.6. In case of a reduction in the contract value or for partially completed


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

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

8. Subcontracting

8.1. Unless otherwise indicated in the SCC, the Contractor cannot subcontract
Works more than the percentage specified in ITB Clause 8.1.

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

8.3. Subcontractors disclosed and identified during the bidding may be


changed during the implementation of this Contract, subject to compliance
with the required qualifications and the approval of the Procuring Entity.

49
9. Liquidated Damages

9.1. The Contractor shall pay liquidated damages to the Procuring Entity for
each day that the Completion Date is later than the Intended Completion
Date. The applicable liquidated damages is at least one-tenth (1/10) of a
percent of the cost of the unperformed portion for every day of delay. The
total amount of liquidated damages shall not exceed ten percent (10%) of
the amount of the contract. The Procuring Entity may deduct liquidated
damages from payments due to the Contractor. Payment of liquidated
damages shall not affect the Contractor. Once the cumulative amount of
liquidated damages reaches ten percent (10%) of the amount of this
Contract, the Procuring Entity shall rescind this Contract, without
prejudice to other courses of action and remedies open to it.

9.2. If the Intended Completion Date is extended after liquidated damages have
been paid, the Engineer of the Procuring Entity shall correct any
overpayment of liquidated damages by the Contractor by adjusting the
next payment certificate. The Contractor shall be paid interest on the
overpayment, calculated from the date of payment to the date of
repayment, at the rates specified in GCC Clause 40.3.

10. Site Investigation Reports

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

11. The Procuring Entity, Licenses and Permits

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

12. Contractor’s Risk and Warranty Security

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

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

50
undertake such repair works and shall be entitled to full reimbursement of
expenses incurred therein upon demand.

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

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

(a) Contractor – Where Structural Defects/Failures arise due to faults


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

(b) Consultants – Where Structural Defects/Failures arise due to faulty


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

(c) Procuring Entity’s Representatives/Project Manager/Construction


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

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

(e) Users - In cases where Structural Defects/Failures are due to


abuse/misuse by the end user of the constructed facility and/or
non–compliance by a user with the technical design limits and/or

51
intended purpose of the same, then the user concerned shall be held
liable.

12.5. The warranty against Structural Defects/Failures, except those occasioned


on force majeure, shall cover the period specified in the SCC reckoned
from the date of issuance of the Certificate of Final Acceptance by the
Procuring Entity.

12.6. The Contractor shall be required to put up a warranty security in the form
of cash, bank guarantee, letter of credit, GSIS or surety bond callable on
demand, in accordance with the following schedule:

Minimum Amount in
Form of Warranty Percentage (%) of Total
Contract Price
(a) Cash or letter of credit issued by
Universal or Commercial bank:
provided, however, that the letter of
credit shall be confirmed or Five Percent (5%)
authenticated by a Universal or
Commercial bank, if issued by a
foreign bank
(b) Bank guarantee confirmed by
Universal or Commercial bank:
provided, however, that the letter of
credit shall be confirmed or Ten Percent (10%)
authenticated by a Universal or
Commercial bank, if issued by a
foreign bank
(c) Surety bond callable upon demand
issued by GSIS or any surety or
Thirty Percent (30%)
insurance company duly certified by
the Insurance Commission

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.

52
13. Liability of the Contractor

Subject to additional provisions, if any, set forth in the SCC, the Contractor’s
liability under this Contract shall be as provided by the laws of the Republic of the
Philippines.

14. Procuring Entity’s Risk

14.1. From the Start Date until the Certificate of Final Acceptance has been
issued, the following are risks of the Procuring Entity:

(a) The risk of personal injury, death, or loss of or damage to property


(excluding the Works, Plant, Materials, and Equipment), which are
due to:

(i) any type of use or occupation of the Site authorized by the


Procuring Entity after the official acceptance of the works;
or

(ii) negligence, breach of statutory duty, or interference with


any legal right by the Procuring Entity or by any person
employed by or contracted to him except the Contractor.

(b) The risk of damage to the Works, Plant, Materials, and Equipment
to the extent that it is due to a fault of the Procuring Entity or in the
Procuring Entity’s design, or due to war or radioactive
contamination directly affecting the country where the Works are
to be executed.

15. 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) Contractor’s All Risk Insurance;

(b) Transportation to the project Site of Equipment, Machinery, and


Supplies owned by the Contractor;

(c) Personal injury or death of Contractor’s employees; and

(d) Comprehensive insurance for third party liability to Contractor’s


direct or indirect act or omission causing damage to third persons.

15.2. The Contractor shall provide evidence to the Procuring Entity’s


Representative that the insurances required under this Contract have been
effected and shall, within a reasonable time, provide copies of the
insurance policies to the Procuring Entity’s Representative. Such evidence
and such policies shall be provided to the Procuring Entity’s through the
Procuring Entity’s Representative.

53
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 Entity’s 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 Entity’s 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 Contractor’s expense, take whatever measure
is deemed necessary for its protection and that of the Contractor’s
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 39 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 Entity’s demand,
with a new policy issued by a new insurance company acceptable to the
Procuring Entity for any of the following grounds:

(a) The issuer of the insurance policy to be replaced has:

(i) become bankrupt;

(ii) been placed under receivership or under a management


committee;

(iii) been sued for suspension of payment; or

(iv) been suspended by the Insurance Commission and its


license to engage in business or its authority to issue
insurance policies cancelled; or

(v) Where reasonable grounds exist that the insurer may not be
able, fully and promptly, to fulfill its obligation under the
insurance policy.

54
16. Termination for Default of Contractor

16.1. The Procuring Entity shall terminate this Contract for default when any of
the following conditions attend its implementation:

16.2. Due to the Contractor’s fault and while the project is on-going, it has
incurred negative slippage of fifteen percent (15%) or more in accordance
with Presidential Decree 1870, regardless of whether or not previous
warnings and notices have been issued for the Contractor to improve his
performance;

16.3. Due to its own fault and after this Contract time has expired, the
Contractor incurs delay in the completion of the Work after this Contract
has expired; or

16.4. The Contractor:

(a) abandons the contract Works, refuses or fails to comply with a


valid instruction of the Procuring Entity or fails to proceed
expeditiously and without delay despite a written notice by the
Procuring Entity;

(b) does not actually have on the project Site the minimum essential
equipment listed on the Bid necessary to prosecute the Works in
accordance with the approved Program of Work and equipment
deployment schedule as required for the project;

(c) does not execute the Works in accordance with this Contract or
persistently or flagrantly neglects to carry out its obligations under
this Contract;

(d) neglects or refuses to remove materials or to perform a new Work


that has been rejected as defective or unsuitable; or

(e) sub-lets any part of this Contract without approval by the Procuring
Entity.

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 Contractor’s default.

17. Termination for Default of Procuring Entity

The Contractor may terminate this Contract with the Procuring Entity if the works
are completely stopped for a continuous period of at least sixty (60) calendar days
through no fault of its own, due to any of the following reasons:

(a) Failure of the Procuring Entity to deliver, within a reasonable time,


supplies, materials, right-of-way, or other items it is obligated to furnish
under the terms of this Contract; or

55
(b) The prosecution of the Work is disrupted by the adverse peace and order
situation, as certified by the Armed Forces of the Philippines Provincial
Commander and approved by the Secretary of National Defense.

18. Termination for Other Causes

18.1. The Procuring Entity may terminate this Contract, in whole or in part, at
any time for its convenience. The Head of the Procuring Entity may
terminate this Contract for the convenience of the Procuring Entity if he
has determined the existence of conditions that make Project
Implementation economically, financially or technically impractical and/or
unnecessary, such as, but not limited to, fortuitous event(s) or changes in
law and National Government policies.

18.2. The Procuring Entity or the Contractor may terminate this Contract if the
other party causes a fundamental breach of this Contract.

18.3. Fundamental breaches of Contract shall include, but shall not be limited to,
the following:

(a) 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 Entity’s
Representative;

(b) The Procuring Entity’s Representative instructs the Contractor to


delay the progress of the Works, and the instruction is not
withdrawn within twenty eight (28) days;

(c) The Procuring Entity shall terminate this Contract if the Contractor
is declared bankrupt or insolvent as determined with finality by a
court of competent jurisdiction. In this event, termination will be
without compensation to the Contractor, provided that such
termination will not prejudice or affect any right of action or
remedy which has accrued or will accrue thereafter to the
Procuring Entity and/or the Contractor. In the case of the
Contractor's insolvency, any Contractor's Equipment which the
Procuring Entity instructs in the notice is to be used until the
completion of the Works;

(d) A payment certified by the Procuring Entity’s Representative is not


paid by the Procuring Entity to the Contractor within eighty four
(84) days from the date of the Procuring Entity’s Representative’s
certificate;

(e) The Procuring Entity’s Representative gives Notice that failure to


correct a particular Defect is a fundamental breach of Contract and
the Contractor fails to correct it within a reasonable period of time
determined by the Procuring Entity’s Representative;

(f) The Contractor does not maintain a Security, which is required;

56
(g) The Contractor has delayed the completion of the Works by the
number of days for which the maximum amount of liquidated
damages can be paid, as defined in the GCC Clause 7.5; and

(h) In case it is determined prima facie by the Procuring Entity that the
Contractor has engaged, before or during the implementation of the
contract, in unlawful deeds and behaviors relative to contract
acquisition and implementation, such as, but not limited to, the
following:

(i) corrupt, fraudulent, collusive, coercive, and obstructive


practices as defined in ITB Clause 3.1(a), unless otherwise
specified in the SCC;

(ii) drawing up or using forged documents;

(iii) using adulterated materials, means or methods, or engaging


in production contrary to rules of science or the trade; and

(iv) any other act analogous to the foregoing.

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 Entity’s Representative in order to
terminate the existing contract for a cause other than those listed under
GCC Clause 18.3, the Procuring Entity’s Representative shall decide
whether the breach is fundamental or not.

18.6. If this Contract is terminated, the Contractor shall stop work immediately,
make the Site safe and secure, and leave the Site as soon as reasonably
possible.

19. Procedures for Termination of Contracts

19.1. The following provisions shall govern the procedures for the termination
of this Contract:

(a) Upon receipt of a written report of acts or causes which may


constitute ground(s) for termination as aforementioned, or upon its
own initiative, the Procuring Entity shall, within a period of seven
(7) calendar days, verify the existence of such ground(s) and cause
the execution of a Verified Report, with all relevant evidence
attached;

(b) Upon recommendation by the Procuring Entity, the Head of the


Procuring Entity shall terminate this Contract only by a written
notice to the Contractor conveying the termination of this Contract.
The notice shall state:

57
(i) that this Contract is being terminated for any of the
ground(s) afore-mentioned, and a statement of the acts that
constitute the ground(s) constituting the same;

(ii) the extent of termination, whether in whole or in part;

(iii) an instruction to the Contractor to show cause as to why


this Contract should not be terminated; and

(iv) special instructions of the Procuring Entity, if any.

The Notice to Terminate shall be accompanied by a copy of the


Verified Report;

(c) Within a period of seven (7) calendar days from receipt of the
Notice of Termination, the Contractor shall submit to the Head of
the Procuring Entity a verified position paper stating why the
contract should not be terminated. If the Contractor fails to show
cause after the lapse of the seven (7) day period, either by inaction
or by default, the Head of the Procuring Entity shall issue an order
terminating the contract;

(d) The Procuring Entity may, at anytime before receipt of the


Bidder’s verified position paper described in item (c) above
withdraw the Notice to Terminate if it is determined that certain
items or works subject of the notice had been completed, delivered,
or performed before the Contractor’s receipt of the notice;

(e) Within a non-extendible period of ten (10) calendar days from


receipt of the verified position paper, the Head of the Procuring
Entity shall decide whether or not to terminate this Contract. It
shall serve a written notice to the Contractor of its decision and,
unless otherwise provided in the said notice, this Contract is
deemed terminated from receipt of the Contractor of the notice of
decision. The termination shall only be based on the ground(s)
stated in the Notice to Terminate; and

(f) The Head of the Procuring Entity may create a Contract


Termination Review Committee (CTRC) to assist him in the
discharge of this function. All decisions recommended by the
CTRC shall be subject to the approval of the Head of the Procuring
Entity.

19.2. Pursuant to Section 69(f) of RA 9184 and without prejudice to the


imposition of additional administrative sanctions as the internal rules of
the agency may provide and/or further criminal prosecution as provided by
applicable laws, the procuring entity shall impose on contractors after the
termination of the contract the penalty of suspension for one (1) year for
the first offense, suspension for two (2) years for the second offense from
participating in the public bidding process, for violations committed during

58
the contract implementation stage, which include but not limited to the
following:

(a) Failure of the contractor, due solely to his fault or negligence, to


mobilize and start work or performance within the specified period
in the Notice to Proceed (“NTP”);

(b) Failure by the contractor to fully and faithfully comply with its
contractual obligations without valid cause, or failure by the
contractor to comply with any written lawful instruction of the
procuring entity or its representative(s) pursuant to the
implementation of the contract. For the procurement of
infrastructure projects or consultancy contracts, lawful instructions
include but are not limited to the following:

(i) Employment of competent technical personnel, competent


engineers and/or work supervisors;

(ii) Provision of warning signs and barricades in accordance


with approved plans and specifications and contract
provisions;

(iii) Stockpiling in proper places of all materials and removal


from the project site of waste and excess materials,
including broken pavement and excavated debris in
accordance with approved plans and specifications and
contract provisions;

(iv) Deployment of committed equipment, facilities, support


staff and manpower; and

(v) Renewal of the effectivity dates of the performance security


after its expiration during the course of contract
implementation.

(c) Assignment and subcontracting of the contract or any part thereof


or substitution of key personnel named in the proposal without
prior written approval by the procuring entity.

(d) Poor performance by the contractor or unsatisfactory quality and/or


progress of work arising from his fault or negligence as reflected in
the Constructor's Performance Evaluation System (“CPES”) rating
sheet. In the absence of the CPES rating sheet, the existing
performance monitoring system of the procuring entity shall be
applied. Any of the following acts by the Contractor shall be
construed as poor performance:

(i) Negative slippage of 15% and above within the critical


path of the project due entirely to the fault or negligence of
the contractor; and

59
(ii) Quality of materials and workmanship not complying with
the approved specifications arising from the contractor's
fault or negligence.

(e) Willful or deliberate abandonment or non-performance of the


project or contract by the contractor resulting to substantial breach
thereof without lawful and/or just cause.

In addition to the penalty of suspension, the performance security posted


by the contractor shall also be forfeited.

20. Force Majeure, Release From Performance

20.1. For purposes of this Contract the terms “force majeure” and “fortuitous
event” may be used interchangeably. In this regard, a fortuitous event or
force majeure shall be interpreted to mean an event which the Contractor
could not have foreseen, or which though foreseen, was inevitable. It shall
not include ordinary unfavorable weather conditions; and any other cause
the effects of which could have been avoided with the exercise of
reasonable diligence by the Contractor.

20.2. If this Contract is discontinued by an outbreak of war or by any other event


entirely outside the control of either the Procuring Entity or the Contractor,
the Procuring Entity’s Representative shall certify that this Contract has
been discontinued. The Contractor shall make the Site safe and stop work
as quickly as possible after receiving this certificate and shall be paid for
all works carried out before receiving it and for any Work carried out
afterwards to which a commitment was made.

20.3. If the event continues for a period of eighty four (84) days, either party
may then give notice of termination, which shall take effect twenty eight
(28) days after the giving of the notice.

20.4. After termination, the Contractor shall be entitled to payment of the unpaid
balance of the value of the Works executed and of the materials and Plant
reasonably delivered to the Site, adjusted by the following:

(a) any sum to which the Contractor is entitled under GCC Clause 27;

(b) the cost of his suspension and demobilization;

(c) any sum to which the Procuring Entity is entitled.

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.

60
21.2. If the Contractor believes that a decision taken by the PROCURING
ENTITY’s Representative was either outside the authority given to the
PROCURING ENTITY’s 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 ENTITY’s Representative’s 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 referred
thereto. The process of arbitration shall be incorporated as a provision in
this Contract that will be executed pursuant to the provisions of the Act
and its IRR: Provided, further, that, by mutual agreement, the parties may
agree in writing to resort to other alternative modes of dispute resolution.

22. Suspension of Loan, Credit, Grant, or Appropriation

In the event that the Funding Source suspends the Loan, Credit, Grant, or
Appropriation to the Procuring Entity, from which part of the payments to the
Contractor are being made:

(a) The Procuring Entity is obligated to notify the Contractor of such


suspension within seven (7) days of having received the suspension notice.

(b) If the Contractor has not received sums due it for work already done
within forty five (45) days from the time the Contractor’s claim for
payment has been certified by the Procuring Entity’s Representative, the
Contractor may immediately issue a suspension of work notice in
accordance with GCC Clause 45.2.

23. Procuring Entity’s Representative’s Decisions

23.1. Except where otherwise specifically stated, the Procuring Entity’s


Representative will decide contractual matters between the Procuring
Entity and the Contractor in the role representing the Procuring Entity.

23.2. The Procuring Entity’s Representative may delegate any of his duties and
responsibilities to other people, except to the Arbiter, after notifying the
Contractor, and may cancel any delegation after notifying the Contractor.

24. Approval of Drawings and Temporary Works by the Proc uring Entity’s
Representative

24.1. All Drawings prepared by the Contractor for the execution of the
Temporary Works, are subject to prior approval by the Procuring Entity’s
Representative before its use.

61
24.2. The Contractor shall be responsible for design of Temporary Works.

24.3. The Procuring Entity’s Representative’s approval shall not alter the
Contractor’s responsibility for design of the Temporary Works.

24.4. The Contractor shall obtain approval of third parties to the design of the
Temporary Works, when required by the Procuring Entity.

25. Acceleration and Delays Ordered by the Procuring Entity’s Representative

25.1. When the Procuring Entity wants the Contractor to finish before the
Intended Completion Date, the Procuring Entity’s 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 Contractor’s Financial Proposals for an acceleration are accepted by


the Procuring Entity, they are incorporated in the Contract Price and
treated as a Variation.

26. Extension of the Intended Completion Date

26.1. The Procuring Entity’s Representative shall extend the Intended


Completion Date if a Variation is issued which makes it impossible for the
Intended Completion Date to be achieved by the Contractor without taking
steps to accelerate the remaining work, which would cause the Contractor
to incur additional costs. No payment shall be made for any event which
may warrant the extension of the Intended Completion Date.

26.2. The Procuring Entity’s Representative shall decide whether and by how
much to extend the Intended Completion Date within twenty one (21) days
of the Contractor asking the Procuring Entity’s Representative for a
decision thereto after fully submitting all supporting information. If the
Contractor has failed to give early warning of a delay or has failed to
cooperate in dealing with a delay, the delay by this failure shall not be
considered in assessing the new Intended Completion Date.

27. Right to Vary

27.1. The Procuring Entity’s 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) At a lump sum price agreed between the parties;

(b) where appropriate, at rates in this Contract;

(c) in the absence of appropriate rates, the rates in this Contract shall
be used as the basis for valuation; or failing which

62
(d) at appropriate new rates, equal to or lower than current industry
rates and to be agreed upon by both parties and approved by the
Head of the Procuring Entity.

28. Contractor's Right to Claim

If the Contractor incurs cost as a result of any of the events under GCC Clause 12,
the Contractor shall be entitled to the amount of such cost. If as a result of any of
the said events, it is necessary to change the Works, this shall be dealt with as a
Variation.

29. Dayworks

29.1. Subject to GCC Clause 43 on Variation Order, and if applicable as


indicated in the SCC, the Dayworks rates in the Contractor’s Bid shall be
used for small additional amounts of work only when the Procuring
Entity’s 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 Dayworks shall be recorded by the Contractor
on forms approved by the Procuring Entity’s Representative. Each
completed form shall be verified and signed by the Procuring Entity’s
Representative within two days of the work being done.

29.3. The Contractor shall be paid for Dayworks subject to obtaining signed
Dayworks forms.

30. Early Warning

30.1. The Contractor shall warn the Procuring Entity’s 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 Entity’s
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 Entity’s 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 Entity’s
Representative.

31. Program of Work

31.1. Within the time stated in the SCC, the Contractor shall submit to the
Procuring Entity’s Representative for approval a Program of Work
showing the general methods, arrangements, order, and timing for all the
activities in the Works.

63
31.2. An update of the Program of Work shall 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 Entity’s 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 ENTITY’s
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 Entity’s Representative’s approval of the Program of Work


shall not alter the Contractor’s obligations. The Contractor may revise the
Program of Work and submit it to the Procuring Entity’s 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 Entity’s 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 Entity’s 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 Entity’s 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
ENTITY’s Representative either at the Management Conference or after
the Management Conference and stated in writing to all who attended the
Conference.

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.

64
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 Entity’s 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 Entity’s Representative, the Contractor shall


provide the Procuring Entity’s Representative with a detailed cost
breakdown of any rate in the Bill of Quantities.

34. Instructions, Inspections and Audits

34.1. The Procuring Entity’s personnel shall at all reasonable times during
construction of the Work be entitled to examine, inspect, measure and test
the materials and workmanship, and to check the progress of the
construction.

34.2. If the Procuring Entity’s Representative instructs the Contractor to carry


out a test not specified in the Specification to check whether any work has
a defect and the test shows that it does, the Contractor shall pay for the test
and any samples. If there is no defect, the test shall be a Compensation
Event.

34.3. The Contractor shall permit the Funding Source named in the SCC to
inspect the Contractor’s accounts and records relating to the performance
of the Contractor and to have them audited by auditors appointed by the
Funding Source, if so required by the Funding Source.

35. Identifying Defects

The Procuring Entity’s Representative shall check the Contractor’s work and
notify the Contractor of any defects that are found. Such checking shall not affect
the Contractor’s responsibilities. The Procuring Entity’s Representative may
instruct the Contractor to search uncover defects and test any work that the
Procuring Entity’s Representative considers below standards and defective.

36. 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 Contractor’s cost if the loss or damage arises
from the Contractor’s acts or omissions.

37. Correction of Defects

37.1. The Procuring Entity’s Representative shall give notice to the Contractor
of any defects before the end of the Defects Liability Period, which is One

65
(1) year from project completion up to final acceptance by the Procuring
Entity’s.

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 Entity’s
Representative’s 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 (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.

66
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
Entity’s Representative/Project Engineer. Except as otherwise stipulated
in the SCC, materials and equipment delivered on the site but not
completely put in place shall not be included for payment.

40.2. The Procuring Entity shall deduct the following from the certified gross
amounts to be paid to the contractor as progress payment:

(a) Cumulative value of the work previously certified and paid for.

(b) Portion of the advance payment to be recouped for the month.

(c) Retention money in accordance with the condition of contract.

(d) Amount to cover third party liabilities.

(e) Amount to cover uncorrected discovered defects in the works.

40.3. Payments shall be adjusted by deducting therefrom the amounts for


advance payments and retention. The Procuring Entity shall pay the
Contractor the amounts certified by the Procuring Entity’s 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 Entity’s 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 Entity’s Representative


monthly statements of the estimated value of the work executed less the
cumulative amount certified previously.

41.2. The Procuring Entity’s Representative shall check the Contractor’s


monthly statement and certify the amount to be paid to the Contractor.

41.3. The value of Work executed shall:

(a) be determined by the Procuring Entity’s Representative;

67
(b) comprise the value of the quantities of the items in the Bill of
Quantities completed; and

(c) include the valuations of approved variations.

41.4. The Procuring Entity’s 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 made; otherwise, the ten percent
(10%) retention shall again be imposed using the rate specified therefor.

42.3. The total “retention money” shall be due for release upon final acceptance
of the Works. The Contractor may, however, request the substitution of
the retention money for each progress billing with irrevocable standby
letters of credit from a commercial bank, bank guarantees or surety bonds
callable on demand, of amounts equivalent to the retention money
substituted for and acceptable to the Procuring Entity, provided that the
project is on schedule and is satisfactorily undertaken. Otherwise, the ten
(10%) percent retention shall be made. Said irrevocable standby letters of
credit, bank guarantees and/or surety bonds, to be posted in favor of the
Government shall be valid for a duration to be determined by the
concerned implementing office/agency or Procuring Entity and will
answer for the purpose for which the ten (10%) percent retention is
intended, i.e., to cover uncorrected discovered defects and third party
liabilities.

42.4. On completion of the whole Works, the Contractor may substitute


retention money with an “on demand” Bank guarantee in a form
acceptable to the Procuring Entity.

43. 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

68
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 Procuring Entity 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 Procuring Entity 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 subsurface or latent physical
conditions at the site differing materially from those indicated in the
contract, or where there are duly unknown physical conditions at the site
of an unusual nature differing materially from those ordinarily encountered
and generally recognized as inherent in the Work or character provided for
in the contract.

43.4. Any cumulative Variation Order beyond ten percent (10%) shall be subject
of another contract to be bid out if the works are separable from the
original contract. In exceptional cases where it is urgently necessary to
complete the original scope of work, the Head of the Procuring Entity may
authorize a positive Variation Order go beyond ten percent (10%) but not
more than twenty percent (20%) of the original contract price, subject to
the guidelines to be determined by the GPPB: Provided, however, That
appropriate sanctions shall be imposed on the designer, consultant or
official responsible for the original detailed engineering design which
failed to consider the Variation Order beyond ten percent (10%).

43.5. In claiming for any Variation Order, the Contractor shall, within seven (7)
calendar days after such work has been commenced or after the
circumstances leading to such condition(s) leading to the extra cost, and
within twenty-eight (28) calendar days deliver a written communication
giving full and detailed particulars of any extra cost in order that it may be
investigated at that time. Failure to provide either of such notices in the
time stipulated shall constitute a waiver by the contractor for any claim.
The preparation and submission of Variation Orders are as follows:

(a) If the Procuring Entity’s representative/Project Engineer believes


that a Change Order or Extra Work Order should be issued, he
shall prepare the proposed Order accompanied with the notices
submitted by the Contractor, the plans therefore, his computations
as to the quantities of the additional works involved per item
indicating the specific stations where such works are needed, the
date of his inspections and investigations thereon, and the log book
thereof, and a detailed estimate of the unit cost of such items of
work, together with his justifications for the need of such Change

69
Order or Extra Work Order, and shall submit the same to the Head
of the Procuring Entity for approval.

(b) The Head of the Procuring Entity or his duly authorized


representative, upon receipt of the proposed Change Order or Extra
Work Order shall immediately instruct the technical staff of the
Procuring Entity’s to conduct an on-the-spot investigation to verify
the need for the Work to be prosecuted. A report of such
verification shall be submitted directly to the Head of the Procuring
Entity or his duly authorized representative.

(c) The, Head of the Procuring Entity or his duly authorized


representative, after being satisfied that such Change Order or
Extra Work Order is justified and necessary, shall review the
estimated quantities and prices and forward the proposal with the
supporting documentation to the Head of Procuring Entity for
consideration.

(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) The timeframe for the processing of Variation Orders from the
preparation up to the approval by the Head of the Procuring Entity
concerned shall not exceed thirty (30) calendar days.

44. 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.

70
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 of receipt of
written notice from the Contractor to the district engineer/regional
director/consultant or equivalent official, as the case may be, due to the
following:

(a) There exist right-of-way problems which prohibit the Contractor


from performing work in accordance with the approved
construction schedule.

(b) Requisite construction plans which must be owner-furnished are


not issued to the contractor precluding any work called for by such
plans.

(c) Peace and order conditions make it extremely dangerous, if not


possible, to work. However, this condition must be certified in
writing by the Philippine National Police (PNP) station which has
responsibility over the affected area and confirmed by the
Department of Interior and Local Government (DILG) Regional
Director.

(d) There is failure on the part of the Procuring Entity to deliver


government-furnished materials and equipment as stipulated in the
contract.

(e) Delay in the payment of Contractor’s claim for progress billing


beyond forty-five (45) calendar days from the time the Contractor’s
claim has been certified to by the procuring entity’s authorized
representative that the documents are complete unless there are
justifiable reasons thereof which shall be communicated in writing
to the Contractor.

45.3. In case of total suspension, or suspension of activities along the critical


path, which is not due to any fault of the Contractor, the elapsed time
between the effective order of suspending operation and the order to
resume work shall be allowed the Contractor by adjusting the contract time
accordingly.

46. Payment on Termination

46.1. If the Contract is terminated because of a fundamental breach of Contract


by the Contractor, the Procuring Entity’s 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.

71
46.2. If the Contract is terminated for the Procuring Entity’s convenience or
because of a fundamental breach of Contract by the Procuring Entity, the
Procuring Entity’s Representative shall issue a certificate for the value of
the work done, Materials ordered, the reasonable cost of removal of
Equipment, repatriation of the Contractor’s personnel employed solely on
the Works, and the Contractor’s costs of protecting and securing the
Works, and less advance payments received up to the date of the
certificate.

46.3. The net balance due shall be paid or repaid within twenty eight (28) days
from the notice of termination.

46.4. If the Contractor has terminated the Contract under GCC Clauses 17 or
16.5, the Procuring Entity shall promptly return the Performance Security
to the Contractor.

47. Extension of Contract Time

47.1. Should the amount of additional work of any kind or other special
circumstances of any kind whatsoever occur such as to fairly entitle the
contractor to an extension of contract time, the Procuring Entity shall
determine the amount of such extension; provided that the Procuring
Entity is not bound to take into account any claim for an extension of time
unless the Contractor has, prior to the expiration of the contract time and
within thirty (30) calendar days after such work has been commenced or
after the circumstances leading to such claim have arisen, delivered to the
Procuring Entity notices in order that it could have investigated them at
that time. Failure to provide such notice shall constitute a waiver by the
Contractor of any claim. Upon receipt of full and detailed particulars, the
Procuring Entity shall examine the facts and extent of the delay and shall
extend the contract time completing the contract work when, in the
Procuring Entity’s opinion, the findings of facts justify an extension.

47.2. No extension of contract time shall be granted the Contractor due to (a)
ordinary unfavorable weather conditions and (b) inexcusable failure or
negligence of Contractor to provide the required equipment, supplies or
materials.

47.3. Extension of contract time may be granted only when the affected
activities fall within the critical path of the PERT/CPM network.

47.4. No extension of contract time shall be granted when the reason given to
support the request for extension was already considered in the
determination of the original contract time during the conduct of detailed
engineering and in the preparation of the contract documents as agreed
upon by the parties before contract perfection.

47.5. Extension of contract time shall be granted for rainy/unworkable days


considered unfavorable for the prosecution of the works at the site, based
on the actual conditions obtained at the site, in excess of the number of
rainy/unworkable days pre-determined by the Procuring Entity in relation

72
to the original contract time during the conduct of detailed engineering and
in the preparation of the contract documents as agreed upon by the parties
before contract perfection, and/or for equivalent period of delay due to
major calamities such as exceptionally destructive typhoons, floods and
earthquakes, and epidemics, and for causes such as non-delivery on time
of materials, working drawings, or written information to be furnished by
the Procuring Entity, non-acquisition of permit to enter private properties
within the right-of-way resulting in complete paralyzation of construction
activities, and other meritorious causes as determined by the Procuring
Entity’s Representative and approved by the Head of the Procuring Entity.
Shortage of construction materials, general labor strikes, and peace and
order problems that disrupt construction operations through no fault of the
Contractor may be considered as additional grounds for extension of
contract time provided they are publicly felt and certified by appropriate
government agencies such as DTI, DOLE, DILG, and DND, among
others. The written consent of bondsmen must be attached to any request
of the Contractor for extension of contract time and submitted to the
Procuring Entity for consideration and the validity of the Performance
Security shall be correspondingly extended.

48. 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 Entity’s Representative to issue a


certificate of Completion of the Works, and the Procuring Entity’s 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 Entity’s Representative issues a certificate of
Completion.

51. Operating and Maintenance Manuals

51.1. If “as built” Drawings and/or operating and maintenance manuals are
required, the Contractor shall supply them by the dates stated in the SCC.

If the Contractor does not supply the Drawings and/or manuals by the
dates stated in the SCC, or they do not receive the Procuring Entity’s
Representative’s approval, the Procuring Entity’s Representative shall
withhold the amount stated in the SCC from payments due to the
Contractor.

73
51.2. If the Contractor does not supply the Drawings and/or manuals by the
dates stated in the SCC, or they do not receive the Procuring Entity’s
Representative’s approval, the Procuring Entity’s Representative shall
withhold the amount stated in the SCC from payments due to the
Contractor.

74
Section V. Special Conditions of Contract

75
Special Conditions of Contract
GCC Clause
1.16 The Intended Completion Date is One Hundred Fifty (150) calendar days
inclusive of Thirty (30) unworkable days.
1.21 The Procuring Entity is the Department of Transportation and
Communications (DOTC).
1.22 The Procuring Entity’s Representative is the DOTC Project Manager
concerned.
1.23 The Site is located at Bagabag, Nueva Vizcaya.
1.27 The Start Date is the 7th calendar day after the date of the receipt of the
Notice to Proceed.
1.30 The Works is consist Construction of Administration building and
Construction of Perimeter Fence (210 bays).
2.2 No further instructions.
5.1 The DOTC shall give possession of all parts of the Site to the Contractor
beginning on the date of effectivity of contract until the date of its
termination and/or project completion.
6.5 The Contractor shall employ the following Key Personnel:

 Project Manager
 Licensed Civil Engineer
 Licensed Architect
 1 Materials Engineer duly accredited by DPWH
 1 Safety Officer with Certificate of Training in Occupational
Safety and Health
7.4(c) No further instructions.
7.7 No further instructions.
8.1 No further instructions.
10 The site investigation reports are: Not Applicable.
12.3 No further instructions.
12.5 In case of permanent structures, such as buildings of types 4 and 5 as
classified under the National Building Code of the Philippines and other
structures made of steel, iron, or concrete which comply with relevant
structural codes (e.g., DPWH Standard Specifications), such as, but not
limited to, steel/concrete bridges, flyovers, aircraft movement areas, ports,
dams, tunnels, filtration and treatment plants, sewerage systems, power
plants, transmission and communication towers, railway system, and other
similar permanent structures: Fifteen (15) years.

In case of semi-permanent structures, such as buildings of types 1, 2, and 3

76
as classified under the National Building Code of the Philippines,
concrete/asphalt roads, concrete river control, drainage, irrigation lined
canals, river landing, deep wells, rock causeway, pedestrian overpass, and
other similar semi-permanent structures: Five (5) years.

In case of other structures, such as Bailey and wooden bridges, shallow


wells, spring developments, and other similar structures: Two (2) years.
12 If the Contractor is a joint venture, “All partners to the joint venture shall be
jointly and severally liable to the Procuring Entity.”
15 Contractor’s All Risk Insurance (CARI) shall be submitted by the contractor
as part of the requirements for contract facilitation.
18.3(h)(i) No further instructions.
21.2 The Arbiter is:
Construction Industry Arbitration Commission
5th Floor, Executive Building Corner Buendia, Makati City
29.1 Dayworks are applicable at the rate shown in the Contractor’s original Bid.
31.1 The Contractor shall submit the Program of Work to the Procuring Entity’s
Representative (DOTC Project Manager concerned) within 10 days of
delivery of the Letter of Acceptance.
31.3 The period between Program of Work updates is 7 to 15 days.

The amount to be withheld for late submission of an updated Program of


Work is 5% of the contract amount.
34.3 The Funding Source is the Government of the Philippines.
39.1 The amount of the advance payment is 15% of the contract amount.
40.1 No further instructions.
51.1 The date by which operating and maintenance manuals are required is
[N/A].

The date by which “as built” drawings are required is 15 days after project
completion.
51.2 The amount to be withheld for failing to produce “as built” drawings and/or
operating and maintenance manuals by the date required is 5% of the
contract amount.

77
Section VI. Specifications

78
Name of Project : BAGABAG AIRPORT DEVELOPMENT PROJECT
Location : Bagabag, Nueva Vizcaya
Duration : One Hundred Fifty (150) C.D. (Includes 30 Unworkable Days)
Source of Fund : 2016 GAA Locally Funded Projects

SCOPE OF WORK

The project covers the following scope of works which shall be done in accordance with the
approved plans, specifications and provisions of contract, to wit;

A. Construction of Administration Building

ITEM I SITEWORKS. This covers the supply of labor, materials and equipment
necessary to complete the excavation works for the construction of column
footings, wall footings, footing tie beams, catch basins, septic tanks and area
drains. Backfilling works, embankment works, and filling of gravel base as
indicated in the approved plans. Demolition of the temporary administration
building at Passenger terminal building is included. (Please refer to plans)

ITEM II CONCRETE WORKS. This covers the supply of labor, materials and
equipment necessary to complete the concreting of columns, column footings,
footing tie beams, beams, slab on fill, roof slab, ledge and counter top. This
also includes fabrication and installation of reinforcing steel bars. (Please refer
to plans)

ITEM III MASONRY WORKS. This covers the supply of labor, materials and
equipment necessary for the laying of 6” thick CHB for exterior walls and 4”
thick CHB for interior walls. This also covers the installation of reinforcing
steel bars and plastering of the CHB walls. (Please refer to plans)

ITEM IV STEEL WORKS. This item covers the supply of labor, materials and
equipment for the fabrication and installation of steel truss using 100mm x
50mm x 2mm LC-purlins and 100mm x 50mm x 2mm tubular pipe. (Please
refer to plans)

ITEM V MOISTURE & THERMAL PROTECTION. This item covers the supply of
labor, materials and tools necessary for the installation using 4mm thk.
Aluminum composite panel. It is also include the waterproofing works in this
scope. (Please refer to plans)
ITEM VI CEILING WORKS. This covers the supply of labor, materials, and
incidental items necessary to complete the installation of 1/2" gypsum board
on metal furring channels and 1200mm x 600mm and acoustic board panel on
main and cross tee at CAAP manager office, conference room, office staff,
employees lounge and all toilets etc., 4mm thk aluminum composite panel on
metal furring channels and 1200mm x 600mm at lanai and porch. (Please refer
to plans).

79
ITEM VII ARCHITECTURAL FINISHES.
A. Tile Works. This item covers the provision of labor, materials and tools
necessary to complete the laying of 600mm x 600mm synthetic granite tiles at
CAAP manager office, employees lounge, conference room office staff etc,.
300mm x 600mm homogenous non-skid porcelain tiles and 3/4" granite
counter top at all toilets (Please refer to plans).
B. Painting Works. This item covers the provision of labor, materials and
tools necessary to complete the painting with semi-gloss latex paint, acri-color
etc. (Please refer to plans)

ITEM VIII DOORS, WINDOWS AND ACCESSORIES. This covers the supply of
labor, materials, and incidental items necessary for the installation of four (4)
sets of wooden doors with complete accessories such as stainless steel door
handle, hinges and lockset and eight (8) sets of windows with powder coated
finish aluminum framed fixed. (Please refer to plans)

ITEM IX PLUMBING, SANITARY AND DRAINAGE WORKS. This item covers


the supply of labors, materials, and tools for the installation of plumbing
fixtures and accessories, laying of cold waterline and drainage line, installation
of roof drain and laying of downspout, constructing of area drain, septic tank
and catch basin, and all other related works necessary to complete this item.
(Pls. refer to plans)

ITEM X ELECTRICAL WORKS. This item covers the supply of labor, materials,
equipment and tools necessary to complete the installation of power and
lighting system which includes lighting fixtures, wiring devices and boxes,
wires and conduits, panel board and circuit breaker, transformer and ACU, fire
alarm system, telephone and data system and other accessories. (Pls. refer to
plan)

ITEM XI FIRE PROTECTION EQUIPMENT

4-pcs. Portable Fire Extinguisher, Dry Chemical, Type ABC

B. Construction of Perimeter Fence (210 bays)

ITEM I SITEWORKS. This item covers the supply of labor, materials and equipment
for excavation, backfill, and preparation of gravel bed for column footings,
footing grade, wall footings. (Please refer to plans)
Project Coverage: 210.00 bays

ITEM II CONCRETE WORKS. This item covers the supply of labor, materials and
equipment necessary to complete the concreting of columns, column footings,
wall footings. This also includes fabrication and installation of reinforcing
steel bars. (Please refer to plans)
Project Coverage: 210.00 bays

ITEM III MASONRY WORKS. This item covers the supply of labor, materials and
equipment necessary for the laying of 6” thick CHB for the perimeter fence.

80
This also covers the installation of reinforcing steel bars. (Please refer to
plans)
Project Coverage: 210.00 bays

ITEM IV METAL WORKS. This item covers the supply of labor, materials and
equipment for the installation of barbed wire. (Please refer to plans)
Project Coverage: 210.00 bays

SPL–1 HEALTH AND SAFETY. This item covers the supply of labor, first aid kit
and protective equipment necessary for the health and safety of the laborers,
skilled workers and foreman.

SPL–2 TEMPORARY FACILITIES. The contractor shall supply the following


provisions within ten (10) calendar days upon receipt of the Notice to Proceed
(NTP).
A. DOTC STAFF HOUSE
This includes the rental of the DOTC staff house with air-con at least 45 sq.m.
with parking area and the supply of beddings and kitchen utensils. Payment of
water and electric bill shall be the responsibility of contractor for the entire
duration of the project.
B. SERVICE VEHICLE
This covers the provision of service vehicle of at least 2005 model pick-up,
aircon, in good running condition and updated registration including driver
and twelve (12) liters of fuel per day for the exclusive use of the DOTC
Engineer supervising the project for the period Sixty (60) Calendar Days.
Maintenance and fuel cost for the service vehicle shall be included under this
item.

The contractor shall be responsible for all laboratory, material testing and survey instruments
necessary in the project implementation. Expenses for the said testing shall be incorporated in
the contractor’s overhead cost and shall not be considered as pay item.

81
1.0 SITE WORKS
1.1 SITE PREPARATION

1.1.1 GENERAL

The Work under this Section shall include complete demolition work timbering,
clearing, grubbing, scalping, obliteration of roadways, clean up and disposal of all
debris and other objectionable matter and grading work as directed by the
Construction Officer.

1.1.2 REQUIREMENTS

Demolition in work shall consist of complete removal/demolition of the existing


office and other obstruction.

Timbering shall consist of felling and disposal of all trees specifically indicated to be
removed. No timbering shall be done until each tree to be removed has been
physically marked for removal by the Construction Officer. Trees marked for
removal shall be felled in such a manner as not to injure other trees, fences, wires,
buildings and facilities which are to remain. All damage to remaining trees, plants or
facilities resulting from such timbering shall be repaired by the Contractor at no
additional cost to the Government. All resulting stumps shall be left clean and free
from sharp protuberances and shall not extend more than 30 cm above ground
surface.

Cleaning shall consist of the removal and disposal of all stumps, vines, bush, grass,
roots, vegetation, fences, rocks, masonry and debris within the limits and rights-of-
way of the project.

Disposal of non-combustible waste shall be accomplished by removal from job-site


by the Construction Officer. In no case shall the Construction Officer, prior to
commencement of operation, or permission from the property owner, such permission
to include the site location, method of disposal and any restrictions or conditions that
may form part of the agreement between the Contractor and the Owner. The
Contractor shall save the Government from any claim arising or resulting from such
disposal operations.

Burning shall be accomplished at site without damage to nearby trees, buildings or


other facilities by flames, smoke or ash. All applicable regulations shall be complied
with such burning. Permission by the Construction Officer to accomplish burning
shall not be construed as to relieve the Contractor of determining and complying with
such regulations. All fires shall be kept under constant and adequate attendance and
fire control measures and devices shall be sufficient in quantity to control all blazes.
In the event that conditions are unsuitable for burning waste, at the option of the
Contractor, combustible material may be disposed by other means, provided that prior
approval of the Construction Officer is obtained.

The grading work shall be done after clearing the site of stumps, roots, grass, etc.
Grading work shall be general smoothening the ground surface of the site such as
covering holes left by stumps, etc. and leveling sharp and steep grades.

82
1.2 EXCAVATING AND GRADING

1.2.1 GENERAL

Work under this section shall be subject to the requirements of applicable paragraphs
of the General Conditions of Contract.

1.2.2 WORK INCLUDED

This work includes labor, materials, and equipment necessary for excavating and
grading as required in the Drawings and as specified herein. This, in general,
includes cleaning and removal of grass, trees, and loose stones, and excavation for
foundations, footings, septic vault, and rough and finish grading.

1.2.3 MATERIALS

Factory fill material shall be of the materials approved by the Construction Officer,
and shall be of the type that has obtained its optimum moisture contents.

Unsatisfactory fill materials are Fill Materials that are too wet or too soft, as
determined by the Construction Officer, and deficient in providing a stable subgrade
or foundation of structures or pavements.

Selected backfill materials shall consist of sand, stone, gravel or screened stoned,
uniformly graded and free from soft or unsound particles or other objectionable
materials. Sieve analysis shall conform to ASTM C136, and shall conform to the
following gradation limits:

Passing 3/8 inch sieve - 100%


Passing No. 4 sieve - 85-100%
Passing No. 100 sieve - 0-10%
Passing No. 200 sieve - 0-3%

1.2.4 WORKMANSHIP

1.2.4.1 STAKING OUT


The Contractor shall stake cut lines and corners. He shall build batter boards
and shall locate first and second floor lines in relation to existing grades.
Lines and levels shall be approved by the Construction Officer or his
representative before excavation is started.

The Contractor shall construct two permanent benchmarks of previously


known elevations near the site of construction for purpose of determining any
settlement that may occur during the construction.
1.2.4.2 EXCAVATION
Excavation shall be executed in a careful manner to proper depths. No
excavation shall be carried below elevations indicated on Drawings unless
made necessary by existing conditions. Claims for extras will not be allowed
for excavations not authorized by the Construction Officer.

Excavated materials shall be transported to and placed in fill areas within


work limits. Unsatisfactory materials encountered within established
subgrades as shown or 0.30m below grade shall be replaced with satisfactory
materials as specified.

83
Surplus excavated materials not required for fill or embankment shall be
disposed of in designated waste or spoil areas. Unsatisfactory excavated
materials shall be disposed in designated waste or spoil areas. Excavated
materials shall be performed to provide proper drainage at all times.
Materials required for fill, in excess of that produced by excavation within
the grading limits, shall be excavated from approved borrow areas.

Excavation shall be left clean and clear of loose material.

1.2.4.3 WATER AND DRAINAGE


Contractor shall do everything necessary for keeping water out of excavations
and away from building during construction.

1.2.4.4 BACKFILL
Backfill shall be installed against foundation walls in not more than 2” or
50mm. Backfill shall be carefully tamped. Debris shall not be used for
backfilling.

1.2.4.5 GRADING
Finish grading shall include areas with limits shown on plot plan. Grades
shall be reformed to easy contours in accordance with Drawings.

1.3 SOIL POISONING

1.3.1 GENERAL

Whenever the Scope of Work includes soil poisoning, the work shall include
furnishing of labor, materials, and equipment to complete all poisoning works.
1.3.2 MATERIALS

Soil Poisons, Soil poisons shall be water-based emulsions.

Any of the following may be used:

1. Chlordane - 1% Concentration
2. Benzene Hexachloride - 0.8% Gamma Isomer Concentration
3. Dieldrin - 0.5% Concentration
4. Aldrin - 0.5% Concentration
5. Heptachlor - 0.5% Concentration

1.3.2.1 SAMPLE AND TEST


A sample of the concentrated toxicant shall be tested.

At least two samples of working solution shall be tested for every 10,000
square feet or 1,000 square meters of treated area.

Samples shall be submitted, analyzed and tested by an approved testing


laboratory. Tests shall be paid for by the Contractor. The results shall be
submitted to the Construction Officer.

1.3.2.2 DELIVERY, STORAGE, AND PROTECTION


Chemicals shall be delivered to the job site in factory sealed containers with
the manufacturer’s brand and name clearly marked.

84
Chemicals shall be stored, handled, and applied in accordance with the
directions in the manufacturer’s label.

1.3.3 WORKMANSHIP

1.3.3.1 SITE INSPECTION


A general survey and through examination of the entire premises shall be
undertaken in order to fully understand all existing conditions and to
determine the location and existence of subterranean termite colonies.

1.3.3.2 APPLICATION
Soil poison working solution shall be applied by means of pressure spray, soil
injector, or when specified by direct pouring.

Live termite mounds found within the premises shall be exterminated by


destroying the mounds and/or introducing soil poison working solution into
mounds.

Soil poisoning work shall not begin until all preparations for slab placement
have been completed.

Soil poisons shall not be applied when soil of fill is excessively wet or
immediately after heavy rains to avoid surface flow of soil poison solution
from the application site.

After grading and leveling the soil in the ground, gravel bed shall be set
preparatory to the pouring of concrete at every 10.76 sq.ft. (Square Meter)
floor footing area shall be flooded or soaked with soil poison working
solution.

Every 3.28 linear feet (linear meter) of excavation for footing retaining wall
and other foundation work shall be thoroughly drenched and saturated with
soil poison working solution before pouring of concrete.

The solution shall be applied to all areas immediately below expansion joints,
control joints and all areas where slab will be penetrated by pipe and other
construction features.

Masonry wall resting on grades shall have their voids treated with 1 gallon of
soil poison working solution per 5 linear feet (1.52 linear meter) of wall.
Poison shall be poured directly into below spaces.
Prior to landscaping of lawn, every linear meter of building perimeter and of
three-meter width shall be saturated with soil poison working solution.

Earth fill shall be treated thoroughly. As soon as fill is compacted and


leveled, every one square meter area shall be drenched with soil poison
working solution.

1.3.4 GUARANTEE

Upon completion and acceptance of the work, the Owner shall be furnished with a
written guarantee stating that termite control is guaranteed for a period of 10 years
and that regular inspections are to be done by the guarantor to ensure the quality of
their work.

85
1.4 TOPSOILING AND SODDING

1.4.1 GENERAL

The Contractor shall furnish all labor, materials, equipment and incidentals necessary
for the supply, delivery and placement of topsoil and sodding, and shall maintain all
planted areas up to the termination of Contract.
All exposed areas and unpaved within the limits of the perimeter fence shall be final
graded with topsoil and sodded as specified herein except where noted otherwise on
the Drawings.

1.4.2 SUBMITTALS

The contractor shall submit to the Construction Officer for approval representative
samples of topsoil to be used prior to any topsoil haulage. Topsoil delivered to the
site that is in the opinion of the Construction Officer as inferior to the approved
submitted samples shall be removed and disposed of offsite at no cost to the Owner.

The Construction Officer may request submittal of sod samples for approval or may
elect to inspect the place of sod procurement.

1.4.3 MATERIALS

1.4.3.1 TOP SOIL


Topsoil shall be natural fertile soil containing a large amount of humus or
organic matter, add shall be representative of soils in the locally capable of
supporting a luxuriant plant growth.

The topsoil shall be reasonably free from clay, brush, weeds, roots, general
debris, stones and any objects larger than 25mm in diameter.

1.4.3.2 WEED ERADICATOR AND SOIL FUMIGANT


Weed eradicator and soil fumigant shall be sodium methyl ditch carbonate for
eradication of weeds, geminating weed seeds, fungi, insects and soil pests.
Strength or dosage application shall be as recommended by the manufacturer.
Soluble fertilizer shall be standard.
1.4.3.3 SOLUBLE FERTILIZER
Soluble fertilizer shall be standard commercial complete fertilizer containing
nitrogen, phosphorus, and potash in 10-10-10 to 10-12-10 percent by weight
minimum ratio, respectively, and shall be readily soluble in water.

1.4.3.4 UREA FERTILIZER


Urea fertilizer shall be standard Fertilizer commercial type, and shall conform
to the following specification:

Total nitrogen ------------- 38 percent minimum


Insoluble nitrogen ------- 27-28 percent
A.I. value ------------------- 47-55 percent
Urea nitrogen ------------- 5 percent maximum
Particle size ----------------All material shall pass 10-mesh sieve
Less than 1 percent may be retained.

1.4.3.5 GRASS SOD


Sod shall consist of a heavy thickly matted growth of living grass that is
relatively dormant during the dry season, but capable of renewed growth

86
thereafter. Sod shall be free of weeds or undesirable plants, large stones, or
other objects larger than 25mm in diameter. When the sod is procured grass
height shall not exceed 120mm. And there shall be sufficient soil adhering to
the roots to support grass growth.

1.4.4 EXECUTION

1.4.4.1 SURFACE
After areas to be topsoil have been Preparation cleared, grubbed and/or
brought to grades shown on the Drawings, but prior to dumping and
spreading of the topsoil, the entire area shall be inspected and approved by
the Construction Officer. All areas found excessively compacted.
Irrespective of the cause shall be loosened to a depth of at least 150mm to
permit bonding with the topsoil.

1.4.4.2 TOPSOIL SPREADING

1.4.4.2.1 Placing
Topsoil shall not be placed when the surged is excessively wet,
extremely dry, or where the areas have not been finally graded. The
topsoil shall be dumped in piles uniformly spaced and shall be spread
evenly over the entire area to provide a minimum depth of 150mm.
Low spots, pockets or ridges in the surface that will cause the
accumulation or pounding of water shall be filled and regraded to a
uniform slope as indicated on the Drawings.

1.4.4.2.2 Cleanup
After the topsoil has been spread and graded as required the surface
shall be raked clear of all large stones, roots and other loose material
which shall be gathered and disposed of offsite. Topsoil and other
extraneous material spilled on paved areas shall be promptly swept
up and removed.
1.4.4.2.3 Compaction
Topsoil shall be compacted with alight roller to a depth of about
100mm. Any erosion, irregularity of grade, or damage to the surface
of the topsoil shall be repaired to the satisfaction of the Construction
Officer prior to any sodding work.

1.4.4.2.4 Weed Eradication and Soil Fumigation


Topsoil shall be maintained in a moistened condition by fine spraying
without pudding or erosion to the desired depth for a period of five
(5) to seven (7) days. This is to stimulate the germination of weed
seeds. Weed eradicator and soil fumigant shall then be applied at the
rate of one (1) liter to 55-110 liters of water for every 10 square
meters.

1.4.4.2.5 Pre-Fertilization
Not less than 15 days after the applicant of the weed eradicator and
soil fumigant, soluble fertilizer shall be uniformly spread at a rate of
2 kilograms of 10-10-10 fertilizer per 100 square meters of topsoil.
After spreading, the pre-fertilizer shall be kept well moistened
without puddles or erosion until the fertilizer has been dissolved.
Pre-fertilization shall be applied to all areas prepared for sodding.

87
1.4.4.3 SODDING
Sod shall be cut into squares or into rectangular sections. Rectangular
sections may vary in length but shall be of equal width and of a size that will
permit lifting and rolling without breaking. Care shall be exercised to retain
native soil on the roots during the process of stripping, transporting and
planting. Dumping from vehicles will not be permitted. During delivery and
while in stacks, sod shall be kept moist. Sod damaged by handling or by
other causes will be rejected.

The surface of the area to be sodded shall be loosened and brought to a


reasonably fine texture to a depth of approximately 20mm. The bed upon
which the sod is to be placed shall be moistened to the loosened depth, if not
naturally, sufficiently moist, and the sod shall be placed thereon within 24
hours after having been out.

Sod shall be laid smoothly, edge to edge with staggered joints. Sod shall be
pressed firmly into contact with the bed so as to eliminate all air pockets,
provide a true and even surface and ensure knitting without displacement of
the sod or determination of the surfaces of sodded areas.

Unless otherwise required the sod on slopes shall be laid horizontally


beginning at the bottom of the slopes and working upwards when placing sod
occur checks or similar constructions, the length of the strips shall be laid at
right angles to the direction of flow of the water. On all slopes steeper than
one vertical to three horizontal the sod shall be pegged with stakes, 200-
300mm in length, spaced as required by the nature of the soil and the
steepness of slope. Stakes shall be driven flush with the bottom of grass
blades.
After the sodding operation has been completed, the areas shall be rolled
lightly to obtain an even surface free from depressions and high points.
Edges shall be trimmed and true to line and grade indicated on the Drawings.

After placing and rolling, the sodded areas shall be soaked with water to a
depth at about 50mm and thereafter shall be watered as required to establish
and maintain plant growth.

Any area that becomes guilded or otherwise damaged shall be repaired to the
satisfaction of the Construction Officer.

Thirty days after sodding, urea fertilizer shall be applied uniformly at a rate
of 5 kilograms of fertilizer per 100 square meters of area. After application,
the area shall be kept well moistened.

1.4.4.5 MAINTENANCE
The Contractor shall maintain the sodded area as required and as directed by
the Construction Officer up to the date of completion of the Contract.
Maintenance shall include watering, fertilizing, weeding, cutting, repairing
and replacement.

The Contractor is expected to turn over the site with a heavy, uniform, grass
cover free of weeds of any other objectionable plant growth.

Any area that becomes guilded or otherwise damaged shall be repaired to the
satisfaction of the Construction Officer. Areas where sodding does not

88
provide a satisfactory growth shall be replaced with new topsoil and sodding
as required.

The sodded areas shall be routinely watered as required.

Sodded areas shall be protected against vehicular/pedestrian traffic or other


construction activity by means of barricades shall remain in place until final
acceptance.

1.5 CONCRETE CULVERT PIPE

1.5.1 GENERAL

Whenever Concrete Culvert Pipes are indicated in the Plans, this work shall consist of
furnishing reinforced and non-reinforced concrete culvert pipes of the sizes and
dimensions indicated on the drawings, conforming to the specifications and the
directions of the Construction Officer.

1.5.2 MATERIALS

The fabrication of the pipes shall conform to the specification of ASHO Designation
M 170. The Construction Officer reserves the right to inspect and test the pipes
delivered for use in the work. Defects that are discovered after acceptance of delivery
of the pipes but before installation of the pipe shall be cause for rejection without
additional cost to the Government. Mortar for pipe joints shall be composed of one
(1) part Portland cement and two (2) parts sand, and shall conform to the
requirements of item RC 100: Plain and Reinforced Concrete.

1.5.3 WORKMANSHIP

Trenching for concrete culvert pipes shall conform to, and shall be payable under,
item EX 100: Excavation. The pipe trench shall be excavated to the depth, grade and
width established by the Construction Officer. In material considered satisfactory by
the Construction Officer, the pipes may be laid directly on the trench bed shaped to
the form of the pipes for at least 10 per centum of their outside diameters. In rock or
hardpan and other material considered unsatisfactory by the Construction Officer, the
trench bed shall be excavated 30 centimeters deeper and the required selected or
granular material shall be laid to bed the pipes. In preparing the pipe bed, recesses for
pipe bells shall be provided. Pockets of unsuitable material shall be removed and
replaced with approved selected or granular material.

Pipes shall be carefully laid, with hubs up-graded, ends fully and closely joint, true to
the lines and grades required. After one length of pipe is laid, the lower portion of the
hub shall be primed with mortar on the inside sufficient enough to bring the inner
surfaces of the next pipe flushed and even those of the previous one. The remainder
of the joint on the inside shall then be filled with mortar and then struck off to a
smooth finish. The outside of the joint shall also be filled with mortar, and excess
mortar shall be used to form a bead all around the outside of the joint. After the initial
set of the outside mortar, it shall be protected from air and sun by thoroughly wetted
burlap or earth.

The pipes shall be tested for undue settlement and for water tightness of joints, before
backfilling the trench. Unsatisfactorily work shall be corrected without additional cost
to the Government. Backfilling shall conform to, and shall be payable under, item BF
100: Filling and Backfilling. The mortar joints shall have set sufficiently prior to

89
backfilling. Backfilling shall be brought up, in uniform 15-centimeter layer on both
side and over the line of pipes, to the finished grade. Compaction shall be
accompanied by sprinkling with water to obtain at least 95% relative compaction.

1.5.4 METHODS OF MEASUREMENT AND BASIS OF PAYMENT

For purposes of progress payments, concrete pipes installed complete in place in


accordance with drawings, these specifications, or as directed by the Engineer shall
be paid for the total length in linear meters according to size and kind, measured
along the axis of the pipes.

The quantities measured as provided above and accepted for payment shall be paid
for the purposes of progress payments only at the unit price per linear meter of the
kind and size of concrete pipes, in which price and payments shall constitute full
compensation for furnishing or manufacturing of the pipes, for hauling and installing,
for bedding and jointing, and for all other headwalls and other structures are excluded
from the payment prescribed herein. Final payment shall not exceed the total amount
for this work item shown in the Proposal Schedule.

When the Proposal Schedule does not provide separate payment for work herein
specified, full compensation therefore shall be considered as included in the lump
sum contract price for Exterior Drainage System within the purview of items PS 100.

1.6 ROADWAYS AND PAVING

1.6.1 GENERAL

Whenever Roadways and Paving are called for in the Plans, the Contractor shall
furnish all labor, materials, equipment and incidentals for the construction of new
pavement, sidewalks, gutters and curbs, and for the restoration of existing pavement,
sidewalks, gutters and curbs, as shown on the Drawings and as specified herein. The
Construction Officer may direct the Contractor to excavate and repave additional
areas to those indicated.

1.6.2 STANDARD SPECIFICATION REFERENCE

Except as otherwise specified herein, materials and construction shall be in


accordance with the “Republic of the Philippines, Department of Public Highways,
General Specifications for Roads and Bridges, 1976.”

ASTM D1559 Resistance to Plastic Flow of Bituminous Mixture Using Marshall


Apparatus.

1.6.3 MATERIALS

Granular subbase and base course materials shall be as specified under Items 300,
301, and 302 of the General Specifications. Grading requirements shall be as follows:

Sub-base Standard Sieve Size Percent Passing


75.00 mm 100
37.50 mm 80 - 100
9.50 mm 45 - 100
4.75 mm 30 - 85
2.00 mm 15 - 65
0.425 mm 5 - 35

90
0.075 mm 0 - 15

Base Standard Sieve Size Percent Passing


25.00 mm 100
19.00 mm 75 - 100
7.75 mm 40 - 60
2.00 mm 25 - 45
0.425 mm 2 - 25
0.075 mm 5 - 12

Concrete shall meet the requirements for structural concrete.

For asphalt concrete, under Item 401 of General Specifications, aggregate grading
shall be Class B. Test specimens of the job-mix formula shall be prepared and tested
in accordance with the design procedures given for the Marshall Method of Mix
design, and shall meet the requirements given below when tested in accordance with
ASTM D1559.

Marshall Stability N 3300 min


Flow, 0.25 mm 8 - 46
Percent voids in total mix 3-5
Use 75-blows/end compaction

The job-mix formula shall be submitted for the Construction Officer’s approval that
may change the aggregate grading and bitumen content to improve the quality of the
mix.

For Gravel surfacing material, under Item0 407 of General Specifications 1 grading
requirements shall be as follows:

Standard Sieve Size Percent Passing


25.00 mm 100
19.00 mm 85 - 100
9.50 mm 60 - 100
4.75 mm 50 - 85
2.00 mm 40 - 70
0.425 mm 25 - 45
0.075 mm 10 - 25
1.6.4 WORKMANSHIP

1.6.4.1 SUBGRADE
Following clearing, grubbing and preparation stripping of topsoil the
subgrade shall be prepared by sprinkling and rolling with a steel roller until
the subgrade is completed to 90 percent of optimum. Subgrade in cut areas
shall be scarified to a depth of 0.15 m and recompacted at a moisture content
slightly above the optimum.

Areas that require common fill to raise to sub-grade elevations shown on the
Drawings shall be filled except that no lift shall be thicker than 150 mm.
Where existing sub-grade materials have been disturbed, or are in the opinion
of the Construction Officer unsuitable for subgrade, the materials shall be
removed as directed and shall be replaced with common fill and shall be
compacted.

91
No subbase material for new restored pavement shall be placed until the
Construction Officer has inspected and approved the subgrade.

1.6.4.2 SUBBASE AND BASE COURSE MATERIALS


Aggregate Base Course shall be placed and compacted as shown on the
Drawings, and as required in - Aggregate Base Course.
The finish base course shall not vary more than 1.5 centimeters above or
below the set grade at any point. Any area that does not conform to the
grading requirements shall be reworked and recompacted.

1.6.4.3 PORTLAND CEMENT CONCRETE PAVEMENT


See - Portland Cement Concrete Pavement.

1.6.4.4 SIDEWALKS
All sidewalks disturbed during the course of the work shall be restored to
their original condition. New sidewalks shall be 21 Map concrete.

New concrete pavement shall be in accordance with - Concrete of the General


Specifications.

Concrete pavement to be removed shall be up to vent lines cut by an abrasion


saw. Where existing reinforcing steel is removed it shall be replaced with
equivalent steel bars.

Concrete curbs and gutters shall be constructed as indicated on plans. All


exposed concrete edges shall be finished with an edging tool having a 1-cm
radius.

1.7 CONCRETE CURB AND GUTTER

1.7.1 GENERAL

Whenever indicated in the plans, this work shall consist of concrete curb or combined
curb and gutter, constructed at the locations and to the dimensions, shape shown on
the drawings and specified herein or as directed by the Construction Officer.

1.7.2 MATERIAL

Concrete shall be of the class of strength shown on the drawings and shall conform to
the requirements of Plain and Reinforced Concrete. Pre-molded filler for expansion
joints shall conform to the specifications of AASHO M-33 and poured filler for
intermediate construction joints shall be of mixed asphalt and mineral filler or mixed
asphalt and rubber filler conforming to the specifications of AASHO M-89, with
asphalt having a penetration (77oF, 100gr., 5 specs.) within the range of 30 to 50 and
a softening point of not less than the range of 30 to 50 and a softening point of not
less than 90oC (200oF). Steel reinforcement, if any, shall conform to the
specifications of ASTM Designation: A615, Grade 40.

1.7.3 WORKMANSHIP

Formwork for concrete placing shall be constructed upon the prepared base
previously completed in accordance with the requirements of Aggregate Base Course.
Forms shall be smooth on the side placed next to the concrete and shall have a true
smooth upper edge. The depth of forms for back of curbs shall be equal to the full
depth of the curb, and the depths of the face of the forms for curbs shall be equal to

92
the full-face height of the curb. Forms shall be rigid enough to withstand the pressure
of fresh concrete without distortion, and shall be thoroughly cleaned and coated with
form oil to prevent adherence of concrete. Setting of forms shall conform to the
required dimensions and to the alignment and grade shown on the drawings. Stakes
shall be positioned to hold the form rigidly in place and clamps, spreaders, and braces
shall be additionally placed where necessary to enhance rigidly in the forms. Benders
or thin plank forms cleaned together may be used on curves, grade changes, or for
curb returns. In constructing curbs, entrances shall be provided for driveways, with
dimensions shown on the drawings or designated by the Construction Officer.
Dowels and reinforcements shall be of the size, shape and spacing shown on the
drawings.

The curb and gutter shall be constructed in uniform segments not more than 5 meters
in length, except where shorter segments are required to coincide with the location of
weakened plane or contraction joints in the adjacent concrete pavement, or for
closure, but no segment shall be less than 2 meters long. The poured joint shall be
formed by sheet templates that will give the required joint thickness and that are cut
to the cross-section of the curb or the combined curb or gutter. The templates are set
carefully normal to the line of curb and to plane of gutter and held firmly in place
until the concrete has set sufficiently to hold its shape. They are removed shortly
after the curb face form is removed, but before all the other forms are removed.
Expansion joints shall be formed with pre-molded joint maternal, likewise placed
normal to line or curb and to plane of gutter, cut and shaped to the cross-section of
the curb and gutter, and positioned at locations shown on the drawings.

Concrete shall be placed and consolidated in the forms without segregation. Prior to
the removal of the forms, the surface of concrete shall be shaped true to grace by
means of a straight edge float preferably 3 meters long, operated longitudinally over
the surface of the concrete. For clamps and braces shall have been so positioned as
not to interfere with the operation of this float. Immediately after the removal of the
front curb forms, the face of the curb shall be floated and trowelled smooth. No
plastering will be permitted and the finishing shall be accomplished by simply
floating the green concrete, accompanied by careful wetting. Minor defects shall be
repaired with mortar containing one part Portland cement and two parts of fine
aggregate. Corners and edges shall be rounded to the radii shown on the drawings.
Surface irregularities in excess of 6 millimeters in 3 meters shall be considered as
cause for rejection of segment, which shall be removed and replaced without
additional cost to the government.

Removal of the rest of the forms may be done after 24 hours that the concrete is
placed, but proper protection shall be made by the Contractor to prevent injury or
damage to the finished concrete. After finishing and sufficient hardening to the
concrete curb or the combined concrete curb and gutter, curing shall be immediately
done by any method specified under Plain and Reinforced Concrete. Backfilling next
to the curb shall be performed and paid for under the provisions of Filling and
Backfilling.

1.7.4 METHOD OF MEASUREMENT AND BASIS OF PAYMENT

For purposes of progress payments, the quantity to be paid for shall be the total length
in linear meters of concrete curb and gutter, completed and measured in place.
Measurement shall be made along the face of the curb, whether the portion being
measured is straight or curved. No deductions shall be made for flattening of curbs at
entrances.

93
The quantity of curb or combined curb and gutter as measured above shall be paid for
purposes of progress payments only at the unit price bid per linear meter, in which
price and payment shall constitute full compensation for all materials, labor, plant,
equipment, tools and incidentals necessary to complete the work. Inclusive of form
work, concrete placing, finishing, shaping, curing, joining, etc. Final payment shall
not exceed the total amount for this work item as shown in the Proposal Schedule.

94
2.0 CONCRETE
2.1 CONCRETE

2.1.1 GENERAL

The Contractor shall furnish all labor, materials, equipment and incidentals necessary
for the construction of all concrete work including reinforcing steel, forms, water
stops and miscellaneous related items such as wall sleeves, anchor bolts and
embedded items specified under other sections.

2.1.2 STANDARD SPECIFICATION REFERENCE

The following Standards are referred to:

ASTM C31 Making and Curing Concrete Test Specimens in the Field
ASTM C33 Concrete Aggregates
ASTM C39 Compressive Strength of Cylindrical Concrete Specimens
ASTM C42 Obtaining and Testing Drilled Cores and Sawed Beams of Concrete
ASTM C94 Ready-Mixed Concrete
ASTM C143 Slump of Portland Cement Concrete
ASTM C150 Portland Cement
ASTM C231 Air Content of Freshly Mixed Concrete by the Pressure Method
ASTM C260 Air-Entraining Admixtures for Concrete
ASTM C494 Chemical Admixtures for Concrete
ACI 301 Specifications for Structural Concrete for Buildings
ACI 347 Recommended Practice for Concrete Form Work

2.1.3 GENERAL PROVISION

Concrete shall be site mixed or transit-mixed as produced by a plant acceptable to the


Construction Officer.

When a small mixer is used, concrete placed under such conditions shall be mixed for
not less than 1½ minutes after all the materials are in the mixer drum.

All testing shall comply with the latest applicable ASTM test Methods (ASTM C31
and ASTM C39). Samples of aggregate and concrete as placed will be subjected to
laboratory tests and all materials incorporated in the Work shall conform to the
approved samples.

2.1.4 PRODUCTS

2.1.4.1 MATERIALS
2.1.4.1.1 Cement
Cement shall be Portland cement of a brand approved by the
Construction Officer and conforming to ASTM C150. Type I or
Type II.

2.1.4.1.2 Aggregates
Fine Aggregate shall be washed inert natural sand conforming to
ASTM C33, and shall range in size within the following limits of US
Standard Sieve sizes.

95
Sieve Designation Percent (%) Passing

4.75mm (No.4) 95 -100


2.36mm (No.8) 80 -100
1.18mm (No.16) 45 - 70
300 micron (N0.50) 15 - 30
150 micron (No.100) 3- 8
Maximum silt content - 2 percent

Coarse aggregate shall be well-graded crushed stone or


washed gravel conforming to ASTM C33, having the
following maximum size:

25mm - for plain concrete


20mm - for reinforced concrete sections

Maximum silt content - 1 percent

2.1.4.1.3 Water
Water shall be potable, clean and free from deleterious amounts of
acids, alkalis, oils or organic matter.

2.1.4.1.4 Admixtures
Approved water reducing agent conforming for Ready to ASTM
C494. Type A or D shall be used and shall entrain 3.0 to 5.0 percent
air in the resultant concrete. Proportioning and mixing shall be as
recommended by the manufacturer.

No other admixtures will be permitted except that an air entraining


admixture, as a moderate addition to the water reducing agent may be
employed if the water reducing agent does not give 3.0 to 5.0 percent
air, but only with prior approval of the Construction Officer. Such
air-entraining admixture shall comply with ASTM C260 and shall be
compatible with the water reducing agent and have no chemical
reaction between them in one solution.

The total entrained air measured at the discharge from the truck shall
be a maximum 3.0 percent for finished slabs and 3.5 to 5.0 percent
for all other concrete. Air shall be measured in accordance with the
Pressure Method. ASTM C231.

If pumping concrete is approved by the Construction Officer then


additional admixtures maybe submitted for the approval.

2.1.4.1.5 Grout
Where a non-shrink or expanding type grout be called for in the
Drawings or specified herein an “expandable” compound, as
approved by the Construction Officer, will be added to the cement
grout mixture.

2.1.4.2 QUALITY OF CONCRETE

The actual development of mix proportions composed of Portland cement,


admixtures, aggregates and water to produce concrete which conforms to the
specific requirements shall be determined by means of prior laboratory tests

96
performed by the Contractor with the approved constituents to be used in the
Work.

2.1.4.2.1 Proportioning
Well advance of placing any concrete, the Contractor shall discuss
with the Construction Officer the source of materials and concrete
mixture he proposes to use. Representative samples of aggregate and
cement and their test results shall be furnished to the Construction
Officer.

The Contractor shall allow ample time to develop a proposed design


mix or to modify the proposed design mix within the limits of these
Specifications whenever, in the opinion of the Construction Officer,
it becomes necessary or desirable.
The following minimum compressive strengths, water cement ratios
and cement factors as indicated in Table A shall apply for regular and
pumped concrete.

TABLE A

Minimum Maximum Net Water Minimum Cement Installation


Compressive Strength Content (2) Content (3) (kg/M3)
at 28 Days (MPa) (1) (Litres/100kg Cement)

Concrete Fill 17 62.0 260

All Structural Concrete 21 55.0 320

Consistency of the concrete as measured by the requirements of


ASTM C143 shall be as shown in Table B below:

TABLE B

Type of Structure Slump (mm)

Recommended Range

Pavement and slabs on ground 50 25-75

Plain footings, gravity walls, slabs and beams 50-75 25-100

Heavy reinforced foundation walls and footings 50-75 50-100

Thin reinforced walls and columns 75 75-100

No excessively wet concrete will be permitted. Concrete delivered to


the site having a slump in excess of that specified in Table B will be
rejected.

The temperature of the concrete, at the time of placement shall normally be


30oC or below, but shall never exceed 32oC. Any concrete delivered to the

97
site of placement having a temperature above 32oC will be rejected. The
Contractor will be responsible for employing whatever measures necessary to
comply with these temperature requirements.

2.1.4.3 FORM WORK

The contractor shall design, furnish and install all form works and supports
required to confine the concrete and shape it to the lines shown in the
Drawings. Forms will be required for any concrete surface that slopes more
than 15o from the horizontal. Form design shall conform to ACI 347. Forms
shall have sufficient strength to withstand the pressure resulting from
placement and vibration of the concrete and shall be sufficiently tight to
prevent loss of mortar from the concrete.

Forms shall be made of either steel or new approved lumber and shall be free
from roughness and imperfections.

Steel forms, if used shall be steel plate not less than 4mm thick. All bolt and
rivet heads shall be countersunk. Clamps, pins or other connecting devices
shall be designed to hold the forms rigidly together and to allow removal
without injury to the concrete. The joints between the metal sheets shall be
smooth and as nearly perfect as practicable. Use of forms with dents,
buckled areas or other surface irregularities, or the burning of holes for form
ties will not be permitted.

Form ties encased in concrete, other than those specified in the following
paragraph, shall be designed such that after removal of the projecting part, no
metal shall be within 25mm of the face of the concrete. That part of the tie to
be removed shall be at least 12.5mm in diameter, or shall be provided with a
wood or metal cone with at least 12.5mm in diameter and 25mm long. Form
ties in concrete exposed to view shall be the cone-washer type. Through
bolts or common wire shall not be used for from ties.

Form ties exposed exterior walls shall be as specified in the preceding


paragraph except that the cones shall be of approved wood of plastic.

The Contractor shall assume full responsibility for the adequate design of all
forms. However, any forms which in the opinion of the Construction Officer
are unsafe or inadequate in any respect may at anytime be condemned by the
Construction Officer, additional forms are necessary to maintain the progress
schedule, such additional forms shall be provided by the Contractor at his
own expense.

An approved colorless mineral fill conforming to ASTM D1500, free of


kerosene and with a viscosity of not less than 250 seconds at 100 Fahrenheit
and a flash point not less than 300oF.

2.1.5 EXECUTION

2.1.5.1 MIXING OF CONCRETE

Mixing of ready-mixed or transit-mixed concrete shall conform to ASTM


C94, and the requirements herein, and as approved by the Construction
Officer. The Contractor shall furnish a statement to the Construction Officer

98
for his approval, giving the dry proportions to be used, with evidence that
these will produce concrete of the quality specified.

Ready-mixed or transit-mixed concrete shall be transported to the site in


watertight agitator or mixer trucks, which shall be loaded and in excess of the
rated capacities for the respective condition stated on the nameplate.
Discharge at the site shall be within 1 hour after the cement was first
introduced into the mix. Retampering, that is, mixing with or without
additional cement, aggregate, or water to the concrete, which has, partially
hardened will not be permitted.
Trucks shall be dispatched from the batching plant so that they will arrive at
the site just before the concrete is required, to avoid excessive mixing while
waiting, or delays in placing successive layers of concrete in the forms.

In the event the Contractor is unable to deliver mixed concrete to the work
site within the period specified above, a “Dry-mix” method may be employed
upon prior approval of the Construction Officer. If a “Dry-mix” method of
concrete production is to be used, water tanks, water pumping and metering
facilities required for addition of water to the trucks upon arrival at or near
the work site shall be provided.

2.1.5.2 FORMS

Formwork shall be adequately braced tied to prevent movement. All shoring


shall be periodically checked to ensure that member have not been dislodged
or loosened during concrete placement. No wooden spreaders will be
allowed in the concrete.

Forms shall be thoroughly cleaned before using and shall be treated with non-
staining oil or other approved material and allowed to dry before placement
of the reinforcement steel.

Molding or bevels shall be built into the forms to produce a 20mm chamber
on all exposed projecting corners.

Forms for walls shall have removable panels at the bottom for cleaning,
inspection and scrubbing-in of bonding paste. The size, number and location
of such panels shall be subject to the approval of the Construction Officer.
Alternative method for ensuring bonding to previously placed concrete may
be used only his prior written approval.

Before form material is reused, all surfaces in contact with concrete shall be
thoroughly cleaned, all damaged places repaired, all projecting nails
withdrawn, and all protrusions smoothen.

2.1.5.3 PLACING OF CONCRETE

No concrete shall be placed until the forms, reinforcement steel, pipes


conduits, sleeves, anchors and other embedded items have been inspected and
approved by the Construction Officer. The Contractor shall advise the
Construction Officer of his readiness to proceed at least 12 hours prior to
each placement of concrete. No concrete shall be placed except in the
presence of a duly authorized representative of the Construction Officer.

99
Pipe, conduits, dowels and other ferrous items required to the embedded in
the concrete construction shall be positioned and supported prior to the
placement of concrete such that there will be a minimum of 50mm clearance
between said items and any part of the concrete reinforcement. Securing
such items in position by wiring or welding it to reinforcement will not be
permitted.

Before depositing any concrete, all debris, dirt and water shall be removed
from the forms. The surfaces of previously placed concrete, such as vertical
or horizontal construction joints, shall be roughened, cleaned of foreign
matter and laitance to expose a fresh face and saturated with water at least
two hours before and again shortly before the new concrete is placed.
Immediately before the new concrete is placed, wherever possible, all
hardened surfaces shall receive a thorough coating of neat cement slurry
mixed to the consistency of very thick paste at least 5mm thick which shall
first be well scrubbed-in by means of stiff bristle brushes. The new concrete
then shall be placed before the neat cement sets up.

Concrete which upon or before placing is found not to conform to the


requirements specified herein shall be rejected and immediately removed
from the work. Concrete which is not placed in accordance with these
specifications or which is of inferior quality, as determined by the
Construction Officer, shall be removed and replaced by and at the expense of
the Contractor.

Unless specifically approved in writing by the Construction Officer, concrete


shall not be placed in water or stay submerged within 24 hours after placing,
except for curing, nor shall running water be permitted to flow over concrete
surfaces within 4 days after the placing of concrete.

Concrete shall be uniformly placed as near as possible to its final location in


the forms. The placing of concrete in forms shall not exceed 0.60 meter of
vertical rise per hour. The spreading of mounds of concrete with vibrators or
by shoveling will not be permitted. Each lift shall be completed with an
approximately horizontal upper plastic surface.

Chutes for conveying concrete shall be of metal, U-shaped and provided with
a baffle plate at the end to prevent segregation. Chutes shall be placed at an
angle of not less than 25 degrees, or more than 45 degrees from horizontal,
and shall be kept clean and free from hardened concrete. Maximum length of
chute to b traveled by the plastic concrete shall not be more than 1.50 meters.
Chutes, hoppers, spouts, etc., shall be thoroughly cleaned before and after
each run, and the water and debris discharged outside the Formwork.

Pumping of concrete will be permitted only with the approval of the


Construction Officer, and under the following conditions:

a. The Construction Officer will inspect the pumping equipment and


hose prior to placement of concrete. Any equipment, hose, or
appurtenances not functioning properly, or which are otherwise
unacceptable to the Construction Officer shall be replaced before
pumping operations are started.

b. A fully operable standby complete concrete pumping unit shall be


available at the site during any pumping of concrete.

100
c. The minimum diameter of hose or conduit shall be 100mm.

d. Aluminum conduits for conveying of concrete will not be


permitted.

In the walls or columns of considerable height, the concrete shall be placed in


such a manner as to prevent segregation and accumulation of hardened
concrete on the forms or the reinforcement steel located above the concrete
mass. In no case shall the free fall of concrete be permitted to exceed 1.50
meters below the ends of hoppers, chutes, ducts, tremies, hoses or “windows”
in wall forms, without special approval of the Construction Officer.00

Where water stop type construction joints are provided, special care shall be
taken to ensure that the concrete is properly worked by rotting and vibration
around the water stops to produce watertight joints, particularly in the case of
horizontal water stops in slabs where the concrete must be in complete
contact with the underside surfaces before any concrete is poured on the
upper surfaces of the water stop.

Water stops shall be accurately positioned and securely held in place, and
shall be protected at all times to prevent damage or displacement. Any
damage to, or displacement of water stops shall be corrected by the
Contractor to the satisfaction of the Construction Officer.

2.1.5.4 TAMPING AND VIBRATING


During and immediately after depositing the concrete, compaction shall be
carried out by experienced operators using high-speed internal mechanical
vibrators. Care shall be taken to ensure that vibration is continued long
enough to produce optimum consolidation but without permitting segregation
of the aggregates or migration of air.

At least one vibrator shall be used for every 8 cubic meters of concrete placed
per hour and, in addition, two spare vibrators in operating condition shall be
available on the site.

Vibrators including suitable tamping bars or forked tools shall be


supplemented by proper wooden spade pudding adjacent to forms and
rodding around embedded fixtures to remove trapped air bubbles, and to
prevent honeycombing.

2.1.5.5 CURING AND PROTECTION

It is the intent of these Specifications and to obtain properly cured concrete.


The Protection basic requirement of proper curing is to maintain continuous
moist surface from the time of placing the concrete until the end of curing
period. All details of the Contractor’s curing procedures and materials used
shall be subject to the Construction Officer’s approval. The use of curing
compounds may be acceptable but shall require prior approval in writing by
the Construction Officer.

The Contractor shall protect all concrete work against injury from the
elements and defacements of by nature during construction operations.

101

You might also like