PBDs-OMSC PBD-INFR-2025-01-2.28.2025
PBDs-OMSC PBD-INFR-2025-01-2.28.2025
Procurement of
INFRASTRUCTURE
PROJECTS
Government of the Republic of the Philippines
OCCIDENTAL MINDORO STATE COLLEGE
San Jose, Occidental Mindoro
Sixth Edition
July 2020
Preface
The PBDs are intended as a model for admeasurements (unit prices or unit rates in a
bill of quantities) types of contract, which are the most common in Works contracting.
The Bidding Documents shall clearly and adequately define, among others: (i) the
objectives, scope, and expected outputs and/or results of the proposed contract; (ii) the
eligibility requirements of Bidders; (iii) the expected contract duration; and (iv) the
obligations, duties, and/or functions of the winning Bidder.
Care should be taken to check the relevance of the provisions of the PBDs against the
requirements of the specific Works to be procured. If duplication of a subject is inevitable in
other sections of the document prepared by the Procuring Entity, care must be exercised to
avoid contradictions between clauses dealing with the same matter.
Moreover, each section is prepared with notes intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They shall not be included in
the final documents. The following general directions should be observed when using the
documents:
a. All the documents listed in the Table of Contents are normally required for the
procurement of Infrastructure Projects. However, they should be adapted as
necessary to the circumstances of the particular Project.
b. Specific details, such as the “name of the Procuring Entity” and “address for
bid submission,” should be furnished in the Instructions to Bidders, Bid Data
Sheet, and Special Conditions of Contract. The final documents should
contain neither blank spaces nor options.
c. This Preface and the footnotes or notes in italics included in the Invitation to
Bid, BDS, General Conditions of Contract, Special Conditions of Contract,
Specifications, Drawings, and Bill of Quantities are not part of the text of the
final document, although they contain instructions that the Procuring Entity
should strictly follow.
1
e. Modifications for specific Procurement Project details should be provided in
the Special Conditions of Contract as amendments to the Conditions of
Contract. For easy completion, whenever reference has to be made to specific
clauses in the Bid Data Sheet or Special Conditions of Contract, these terms
shall be printed in bold typeface on Sections I (Instructions to Bidders) and III
(General Conditions of Contract), respectively.
f. For guidelines on the use of Bidding Forms and the procurement of Foreign-
Assisted Projects, these will be covered by a separate issuance of the
Government Procurement Policy Board.
2
TABLE OF CONTENTS
GLOSSARY OF........................................................................................................5
TERMS, ABBREVIATIONS, AND ACRONYMS .........................................................5
SECTION I. INVITATION TO BID ............................................................................8
SECTION II. INSTRUCTIONS TO BIDDERS .......................................................... 11
1. Scope of Bid ............................................................................................................12
2. Funding Information ...............................................................................................12
3. Bidding Requirements .............................................................................................12
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ....................12
5. Eligible Bidders .......................................................................................................12
6. Origin of Associated Goods ....................................................................................13
7. Subcontracts ............................................................................................................13
8. Pre-Bid Conference .................................................................................................13
9. Clarification and Amendment of Bidding Documents............................................13
10. Documents Comprising the Bid: Eligibility and Technical Components ...............13
11. Documents Comprising the Bid: Financial Component .........................................14
12. Alternative Bids ......................................................................................................14
13. Bid Prices ................................................................................................................15
14. Bid and Payment Currencies ...................................................................................15
15. Bid Security.............................................................................................................15
16. Sealing and Marking of Bids...................................................................................15
17. Deadline for Submission of Bids ............................................................................15
18. Opening and Preliminary Examination of Bids ......................................................15
19. Detailed Evaluation and Comparison of Bids .........................................................16
20. Post Qualification ....................................................................................................16
21. Signing of the Contract ...........................................................................................16
SECTION III. BID DATA SHEET ......................................................................... 17
SECTION IV. GENERAL CONDITIONS OF CONTRACT ....................................... 18
1. Scope of Contract ....................................................................................................21
2. Sectional Completion of Works ..............................................................................21
3. Possession of Site ....................................................................................................21
4. The Contractor’s Obligations ..................................................................................21
5. Performance Security ..............................................................................................22
3
6. Site Investigation Reports .......................................................................................22
7. Warranty..................................................................................................................22
8. Liability of the Contractor .......................................................................................22
9. Termination for Other Causes .................................................................................22
10. Dayworks ................................................................................................................23
11. Program of Work.....................................................................................................23
12. Instructions, Inspections and Audits .......................................................................23
13. Advance Payment....................................................................................................23
14. Progress Payments ..................................................................................................23
15. Operating and Maintenance Manuals......................................................................24
SECTION V. SPECIAL CONDITIONS OF CONTRACT ........................................... 25
SECTION VI. SPECIFICATIONS ........................................................................... 27
SECTION VII. DRAWINGS .................................................................................. 37
SECTION VIII. BILL OF QUANTITIES ................................................................ 38
SECTION IX. CHECKLIST OF TECHNICAL AND FINANCIAL DOCUMENTS ........ 40
4
Glossary of
Terms, Abbreviations, and Acronyms
Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])
Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical
services or special studies. (2016 revised IRR, Section 5[i])
Contract – Refers to the agreement entered into between the Procuring Entity and the
Supplier or Manufacturer or Distributor or Service Provider for procurement of Goods and
Services; Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting
Firm for Procurement of Consulting Services; as the case may be, as recorded in the Contract
Form signed by the parties, including all attachments and appendices thereto and all
documents incorporated by reference therein.
Contractor – is a natural or juridical entity whose proposal was accepted by the Procuring
Entity and to whom the Contract to execute the Work was awarded. Contractor as used in
these Bidding Documents may likewise refer to a supplier, distributor, manufacturer, or
consultant.
5
DOLE – Department of Labor and Employment.
Goods – Refer to all items, supplies, materials and general support services, except
Consulting Services and Infrastructure Projects, which may be needed in the transaction of
public businesses or in the pursuit of any government undertaking, project or activity,
whether in the nature of equipment, furniture, stationery, materials for construction, or
personal property of any kind, including non-personal or contractual services such as the
repair and maintenance of equipment and furniture, as well as trucking, hauling, janitorial,
security, and related or analogous services, as well as procurement of materials and supplies
provided by the Procuring Entity for such services. The term “related” or “analogous
services” shall include, but is not limited to, lease or purchase of office space, media
advertisements, health maintenance services, and other services essential to the operation of
the Procuring Entity. (2016 revised IRR, Section 5[r])
UN – United Nations.
7
Section I. Invitation to Bid
Apart from the essential items listed in the Bidding Documents, the IB should also indicate
the following:
a. The date of availability of the Bidding Documents, which shall be from the time the
IB is first advertised/posted until the deadline for the submission and receipt of
bids;
b. The place where the Bidding Documents may be acquired or the website where it
may be downloaded;
The IB should be incorporated into the Bidding Documents. The information contained in
the IB must conform to the Bidding Documents and in particular to the relevant
information in the Bid Data Sheet.
8
Republic of the Philippines
OCCIDENTAL MINDORO STATE COLLEGE
San Jose, Occidental Mindoro
Tele/Fax No. (043) 457-0259
E-mail Address: [email protected]
Invitation to Bid
COMPLETION OF HRM HOSTEL/DORMITORY AND FOOD COURT/CANTEEN
(CAR AND STUDENT’S PARK) AT OMSC LABANGAN (MAIN)
1. The OCCIDENTAL MINDORO STATE COLLEGE (OMSC), through the Special Trust Fund FY
2025 intends to apply the sum of Two Million Pesos (Php2,000,000.00) being the Approved Budget for
the Contract (ABC) to payments under the contract for Completion of HRM Hostel/Dormitory and
Food Court/Canteen (Car and Student’s Park) at OMSC Labangan (Main) under Project Reference
No. OMSC-PBD-INFR-2025-01. Bids received in excess of the ABC shall be automatically rejected
on bid opening.
2. The OCCIDENTAL MINDORO STATE COLLEGE (OMSC) now invites bids for the above
Procurement Project. Completion of the Works is required within Ninety (90) calendar days. Bidders
should have completed a contract similar to the Project. The description of an eligible bidder is
contained in the Bidding Documents, particularly, in Section II (Instructions to Bidders).
3. Bidding will be conducted through open competitive bidding procedures using non-discretionary
“pass/fail” criterion as specified in the 2016 revised Implementing Rules and Regulations (IRR) of
Republic Act (RA) No. 9184.
4. Interested bidders may obtain further information from OCCIDENTAL MINDORO STATE
COLLEGE (OMSC) and inspect the Bidding Documents at the address given below from Mondays-
Fridays (8:00 A.M. – 12 P.M. / 1:00 P.M. – 5:00 P.M.).
5. A complete set of Bidding Documents may be acquired by interested bidders from February 28, 2025
– March 20, 2025 from the given address and website below and upon payment of the applicable fee
for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in the amount of
Five Thousand Pesos Only (₱5,000.00). The Procuring Entity shall allow the bidder to present its proof
of payment for the fees applied for the Bidding Documents and shall be made thru bank transfer (OMSC
official bank account) or payment at the OMSC Cashier.
It may also be downloaded free of charge from the website of the Philippine Government Electronic
Procurement System (PhilGEPS) and the website of the Procuring Entity, provided that Bidders shall pay
the nonrefundable fee for the Bidding Documents not later than the submission of their bids.
6. The OCCIDENTAL MINDORO STATE COLLEGE (OMSC) will hold a Pre-Bid Conference on
March 10, 2025 - 2:00PM at OMSC VPAA’s Conference Room, Labangan, San Jose, Occidental
Mindoro and/ or through videoconferencing/webcasting via Zoom Meeting (Meeting ID: 679 450
5071; Passcode: bac2023) which shall be open to prospective bidders.
7. Bids must be duly received by the BAC Secretariat through (a) manual submission at the office
address indicated below, and/or (b) online or electronic submission as indicated below, on or before
1:30PM of March 20, 2025. Late bids shall not be accepted.
9
Bidder/s will submit a complete set of the proposal together with the required technical, eligibility and
financial documents as required in the 2016 Revised IRR of RA 9184 not later than the set deadline of
submission. A password protected portable document format (PDF) shall be submitted to the BAC
official email address ([email protected]) not later than the set deadline of submission of bids.
Acknowledgement of the submitted bid shall be made officially by the BAC Secretariat.
8. All bids must be accompanied by a bid security in any of the acceptable forms and in the amount
stated in ITB Clause 16.
9. Bid opening shall be on March 20, 2025 – 2:00PM at OMSC VPAA’s Conference Room, Labangan,
San Jose, Occidental Mindoro and/or via video conferencing (Zoom Meeting with Meeting ID: 679
450 5071; Passcode: bac2023). Bids will be opened in the presence of the bidders’ representatives
who choose to attend the activity.
In case the deadline for submission of bids fall on a non-working day duly declared by the president,
governor or mayor or the other government official authorized to make such declaration, the deadline
shall be the next working day. (GPPB Resolution No. 36-2017, dated 7 November 2017).
10. The OCCIDENTAL MINDORO STATE COLLEGE (OMSC) reserves the right to reject any and all
bids, declare a failure of bidding, or not award the contract at any time prior to contract award in
accordance with Sections 35.6 and 41 of the 2016 revised Implementing Rules and Regulations (IRR)
of RA No. 9184, without thereby incurring any liability to the affected bidder or bidders.
KRISTY S. DELGADO
BAC Secretary
Occidental Mindoro State College, Labangan Campus
Labangan Poblacion, San Jose, Occidental Mindoro
Email Address: [email protected] OMSC website: https://www.omsc.edu.ph/
Tel/Fax No. (043) 457-0231 local 125
CP# 0936 805 7010
10
Section II. Instructions to Bidders
This Section on the Instruction to Bidders (ITB) provides the information necessary for
bidders to prepare responsive bids, in accordance with the requirements of the Procuring
Entity. It also provides information on bid submission, eligibility check, opening and
evaluation of bids, post-qualification, and on the award of contract.
11
1. Scope of Bid
The Procuring Entity, OCCIDENTAL MINDORO STATE COLLEGE (OMSC), invites
Bids for the COMPLETION OF HRM HOSTEL/DORMITORY AND FOOD
COURT/CANTEEN (CAR AND STUDENT’S PARK) AT OMSC LABANGAN (MAIN)
with Project Identification Number OMSC-PBD-INFR-2025-01.
2. Funding Information
2.1. The GOP through the source of funding as indicated below for Special Trust
Fund FY 2025 in the amount of Two Million Pesos (₱2,000,000.00).
3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184
and its 2016 revised IRR, including its Generic Procurement Manual and associated
policies, rules and regulations as the primary source thereof, while the herein clauses
shall serve as the secondary source thereof.
Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or invitation to bid by the BAC through the
issuance of a supplemental or bid bulletin.
The Bidder, by the act of submitting its Bid, shall be deemed to have inspected the
site, determined the general characteristics of the contracted Works and the conditions
for this Project, such as the location and the nature of the work; (b) climatic
conditions; (c) 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 and examine all
instructions, forms, terms, and project requirements in the Bidding Documents.
5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.
12
5.2. The Bidder must have an experience of having completed a Single Largest
Completed Contract (SLCC) that is similar to this Project, equivalent to
at least fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder
to current prices using the PSA’s CPI, except under conditions provided for in
Section 23.4.2.4 of the 2016 revised IRR of RA No. 9184.
5.3. 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 Bidding Document prepared for
this purpose.
5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of
the 2016 IRR of RA No. 9184.
7. Subcontracts
7.1. The Bidder may subcontract portions of the Project to the extent allowed by
the Procuring Entity as stated herein, but in no case more than fifty percent
(50%) of the Project.
8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and either at its physical address OMSC VPAA’s Conference Room,
Labangan, San Jose, Occidental Mindoro and/or through
videoconferencing/webcasting as indicated in paragraph 6 of the IB.
13
10.1. The first envelope shall contain the eligibility and technical documents of the
Bid as specified in Section IX. Checklist of Technical and Financial
Documents.
10.2. If the eligibility requirements or statements, the bids, and all other documents
for submission to the BAC are in foreign language other than English, it must
be accompanied by a translation in English, which 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. For Contracting Parties to the Apostille Convention, only the
translated documents shall be authenticated through an apostille pursuant to
GPPB Resolution No. 13-2019 dated 23 May 2019. The English translation
shall govern, for purposes of interpretation of the bid.
10.3. A valid PCAB License is required, and in case of joint ventures, a valid
special PCAB License, and registration for the type and cost of the contract for
this Project. Any additional type of Contractor license or permit shall be
indicated in the BDS.
10.5. A List of Contractor’s major equipment unit, which are owned, leased, and/or
under purchase agreements, supported by proof of ownership, certification of
availability of equipment from the equipment lessor/vendor for the duration of
the project, as the case may be, must meet the minimum requirements for the
contract set in the BDS.
11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.
14
13. Bid Prices
All bid prices for the given scope of work in the Project as awarded shall be
considered as fixed prices, and therefore not subject to price escalation during
contract implementation, except under extraordinary circumstances as determined by
the NEDA and approved by the GPPB pursuant to the revised Guidelines for Contract
Price Escalation guidelines.
15.2. The Bid and bid security shall be valid until July 18, 2025. Any bid not
accompanied by an acceptable bid security shall be rejected by the Procuring
Entity as non-responsive.
The Procuring Entity may request additional hard copies and/or electronic copies of
the Bid. However, failure of the Bidders to comply with the said request shall not be a
ground for disqualification.
If the Procuring Entity allows the submission of bids through online submission to the
given website or any other electronic means, the Bidder shall submit an electronic
copy of its Bid, which must be digitally signed. An electronic copy that cannot be
opened or is corrupted shall be considered non-responsive and, thus, automatically
disqualified.
15
18.1. The BAC shall open the Bids in public at the time, on the date, and at the
place specified in paragraph 9 of the IB. The Bidders’ representatives who are
present shall sign a register evidencing their attendance. In case
videoconferencing, webcasting or other similar technologies will be used,
attendance of participants shall likewise be recorded by the BAC Secretariat.
In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA
No. 9184 shall prevail.
19.2. If the Project allows partial bids, all Bids and combinations of Bids as
indicated in the BDS shall be received by the same deadline and opened and
evaluated simultaneously so as to determine the Bid or combination of Bids
offering the lowest calculated cost to the Procuring Entity. Bid Security as
required by ITB Clause 16 shall be submitted for each contract (lot)
separately.
19.3. In all cases, the NFCC computation pursuant to Section 23.4.2.6 of the 2016
revised IRR of RA No. 9184 must be sufficient for the total of the ABCs for
all the lots participated in by the prospective Bidder.
16
Section III. Bid Data Sheet
This Section is intended to assist the Procuring Entity in providing the specific information in
relation to corresponding clauses in the ITB and has to be prepared for each specific
procurement.
The Procuring Entity should specify in the BDS information and requirements specific to the
circumstances of the Procuring Entity, the processing of the procurement, and the bid
evaluation criteria that will apply to the Bids. In preparing the BDS, the following aspects
should be checked:
17
Bid Data Sheet
ITB Clause
5.2 For this purpose, contracts similar to the Project refer to contracts which have the
same major categories of work, which shall be:
General Building
7.1 Subcontracting is not allowed.
10.3 A valid and current Philippine Contractors Accreditation Board (PCAB) License –
Class Small B, License Category C or D. And in case of joint ventures, a valid
special PCAB License.
10.4 The key personnel must meet the required minimum years of experience set below:
18
8. Transit Mixer 1
9. Concrete Saw 1
10. Bar Cutter 1
11. Bar bender 1
12. One Bagger Mixer 1
13. Welding Machine 1
14. Cutting Outfit 1
*must attached either proof of ownership or rental certificate.
15.1 The bid security shall be in the form of a Bid Securing Declaration or any of the
following forms and amounts:
a. The amount of not less than ₱40,000.00 (two percent (2%) of ABC], if bid
security is in cash, cashier’s/manager’s check, bank draft/guarantee or
irrevocable letter of credit;
b. The amount of not less than ₱100,000.00 [five percent (5%) of ABC] if bid
security is in Surety Bond.
19.2 Partial bids are not allowed.
20 Within five (5) calendar days from receipt by the bidder of the notice from the BAC
that the bidder has the Lowest Calculated Bid, the bidder shall submit all the
eligibility documents supporting its PhilGEPS Certificate of Registration
(Platinum Membership), its latest income and business tax returns filed for
the preceding quarter which should not be earlier than two (2) quarters from
the date of submission and receipt of bid, and other appropriate licenses and
permits required by law and stated in the Bidding Documents.
19
Section IV. General Conditions of Contract
Matters governing performance of the Contractor, payments under the contract, or matters
affecting the risks, rights, and obligations of the parties under the contract are included in the
GCC and Special Conditions of Contract.
Any complementary information, which may be needed, shall be introduced only through the
Special Conditions of Contract.
20
1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that
can be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable
in contract implementation. Herein clauses shall serve as the secondary source for the
terms and conditions of the Contract.
This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA
No. 9184 allowing the GPPB to amend the IRR, which shall be applied to all
procurement activities, the advertisement, posting, or invitation of which were issued
after the effectivity of the said amendment.
3. Possession of Site
3.1. The Procuring Entity shall give possession of all or parts of the Site to the
Contractor based on the schedule of delivery indicated in the SCC, which
corresponds to 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.
3.2. If possession of a portion is not given by the above date, the Procuring Entity
will be deemed to have delayed the start of the relevant activities. The
resulting adjustments in contract time to address such delay may be addressed
through contract extension provided under Annex “E” of the 2016 revised IRR
of RA No. 9184.
21
The Procuring Entity will approve any proposed replacement of key personnel only if
their relevant qualifications and abilities are equal to or better than those of the
personnel listed in the Schedule.
5. Performance Security
5.1. 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 successful Bidder shall furnish the performance security in any of
the forms prescribed in Section 39 of the 2016 revised IRR.
5.2. The Contractor, by entering into the Contract with the Procuring Entity,
acknowledges the right of the Procuring Entity to institute action pursuant to
RA No. 3688 against any subcontractor be they an individual, firm,
partnership, corporation, or association supplying the Contractor with labor,
materials and/or equipment for the performance of this Contract.
7. Warranty
7.1. In case the Contractor fails to undertake the repair works under Section 62.2.2
of the 2016 revised IRR, 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.
22
acquisition and implementation, such as, but not limited to corrupt, fraudulent,
collusive, coercive, and obstructive practices as stated in ITB Clause 4.
10. Dayworks
Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised IRR of
RA No. 9184, 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.
11.2. 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.
23
15. Operating and Maintenance Manuals
15.1. If required, the Contractor will provide “as built” Drawings and/or operating
and maintenance manuals as specified in the SCC.
15.2. If the Contractor does not provide the Drawings and/or manuals by the dates
stated above, or they do not receive the Procuring Entity’s Representative’s
approval, the Procuring Entity’s Representative may withhold the amount
stated in the SCC from payments due to the Contractor.
24
Section V. Special Conditions of Contract
The Special Conditions of Contract (SCC) complement the GCC, specifying contractual
requirements linked to the special circumstances of the Procuring Entity, the Procuring
Entity’s country, the sector, and the Works procured. In preparing this Section, the following
aspects should be checked:
However, no special condition which defeats or negates the general intent and purpose of the
provisions of the GCC should be incorporated herein.
25
Special Conditions of Contract
GCC Clause
2 [If different dates are specified for completion of the Works by section,
i.e. “sectional completion,” these dates should be listed here.] N/A
4.1 Period of the possession of the site by the Contractor shall start on the
Contract Start date and shall end on the Contract End Date.
6 The site investigation reports are: None
7.2 Five (5) years.
10 Day works are applicable at the rate shown in the Contractor’s original
Bid.
11.1 The Contractor shall submit the Program of Work to the Procuring
Entity’s Representative within seven (7) days of delivery of the Notice
of Award.
11.2 The amount to be withheld for late submission of an updated Program of
Work is 0.05 of 1% of the remaining contract.
13 The amount of the advance payment is shall not exceed 15% of the total
contract price and schedule of payment.
14 Materials and equipment delivered on the site but not fabricated
specifically for the project shall not be included for payment.
15.1 The date by which operating and maintenance manuals are required is
N/A.
The date by which “as built” drawings are required is fifteen (15) days
after approval of final inspection and will be a pre-requisite for final
billing/payment.
15.2 The amount to be withheld for failing to produce “as built” drawings
and/or operating and maintenance manuals by the date required is same
as formula for liquidated damages (RA 9184, Rev IRR, Annex E, 8.1)
reckoning from the deadline specified above (51.1) and based on the
amount of the last and final bill.
26
Section VI. Specifications
Notes on Specifications
A set of precise and clear specifications is a prerequisite for Bidders to respond
realistically and competitively to the requirements of the Procuring Entity without
qualifying or conditioning their Bids. In the context of international competitive bidding,
the specifications must be drafted to permit the widest possible competition and, at the
same time, present a clear statement of the required standards of workmanship, materials,
and performance of the goods and services to be procured. Only if this is done will the
objectives of economy, efficiency, and fairness in procurement be realized, responsiveness
of Bids be ensured, and the subsequent task of bid evaluation facilitated. The
specifications should require that all goods and materials to be incorporated in the Works
be new, unused, of the most recent or current models, and incorporate all recent
improvements in design and materials unless provided otherwise in the Contract.
Samples of specifications from previous similar projects are useful in this respect. The use
of metric units is mandatory. Most specifications are normally written specially by the
Procuring Entity or its representative to suit the Works at hand. There is no standard set of
Specifications for universal application in all sectors in all regions, but there are
established principles and practices, which are reflected in these PBDs.
Care must be taken in drafting specifications to ensure that they are not restrictive. In the
specification of standards for goods, materials, and workmanship, recognized international
standards should be used as much as possible. Where other particular standards are used,
whether national standards or other standards, the specifications should state that goods,
materials, and workmanship that meet other authoritative standards, and which ensure
substantially equal or higher quality than the standards mentioned, will also be acceptable.
The following clause may be inserted in the SCC.
Wherever reference is made in the Contract to specific standards and codes to be met by
the goods and materials to be furnished, and work performed or tested, the provisions of
the latest current edition or revision of the relevant standards and codes in effect shall
apply, unless otherwise expressly stated in the Contract. Where such standards and codes
are national, or relate to a particular country or region, other authoritative standards that
ensure a substantially equal or higher quality than the standards and codes specified will be
accepted subject to the Procuring Entity’s Representative’s prior review and written
consent. Differences between the standards specified and the proposed alternative
27
standards shall be fully described in writing by the Contractor and submitted to the
Procuring Entity’s Representative at least twenty-eight (28) days prior to the date when the
Contractor desires the Procuring Entity’s Representative’s consent. In the event the
Procuring Entity’s Representative determines that such proposed deviations do not ensure
substantially equal or higher quality, the Contractor shall comply with the standards
specified in the documents.
These notes are intended only as information for the Procuring Entity or the person
drafting the Bidding Documents. They should not be included in the final Bidding
Documents.
28
SECTION VI. SPECIFICATIONS
1. Dump Truck
2. Payloader
3. Plate Compactor
4. Motorized Road Grader
5. Vibratory Roller
6. Water Truck/Pump
7. Concrete Vibrator
8. Transit Mixer
9. Concrete Saw
10. Bar Cutter
11. Bar Bender
12. One Bagger Mixer
13. Welding Machine
14. Cutting Outfit
GENERAL CONDITIONS
29
SCOPE OF WORKS
30
PLANS AND SPECIFICATIONS
PROJECT BILLBOARD/SIGNBOARD
MOBILIZATION/DEMOBILIZATION
The Contractor shall mobilize and put into work all personnel,
construction equipment, and temporary plant requirements necessary to
undertake and complete the Works within the time frame allowed for in the
detailed Construction Program, and methods of construction, as approved by
OMSC.
SITE PREPARATION
EARTHWORKS
Prior to the commencement of any excavation, the project lines shall be staked
out and all lines and grades specified in the drawings will be established. Batter
boards and reference marks will be erected at locations that ensure non-interference
during site excavation.
31
EXCAVATION, EMBANKMENT AND GRAVEL BEDDING
All excavations shall adhere to the grades indicated in the project drawings.
Any deviations from these specifications will be promptly rectified to maintain the
project’s structural integrity.
32
Fine Aggregates shall consist of natural sand, stone screenings or other
inert materials with similar characteristics, or combinations thereof, having
hard, strong and durable particles. Fine aggregate from different sources of
supply shall not be mixed or stored in the same pile nor used alternately in the
same class of concrete without the approval of the Engineer. Coarse
Aggregates shall consist of crushed stone, gravel, blast furnace slag, or other
approved inert materials (coralline or dolomites) of similar characteristics, or
combinations thereof, having hard, strong, durable pieces and free from any
adherent coatings.
Water to be used must be clean and free from oils, acids, salts, alkalis,
or any organic materials that could compromise the concrete quality.
The PCCP must pass the Flexural Strength Test to ensure durability and
performance. One set, consisting of three beam samples, shall represent 330
sq. m. of pavement with a depth of 230 mm or a fraction thereof placed each
day. The samples must achieve a flexural strength of at least 3.8 MPa (third-
point loading) or 4.5 MPa (mid-point loading) when tested at 14 days, in
accordance with AASHTO T 97 and AASHTO T 177 standards. Steel forms
shall be used to ensure accurate alignment and prevent displacement during
placement. Forms must remain undisturbed for at least 24 hours post-pouring
to support initial curing.
Control joints shall be made with a Concrete Saw equipped with a 14”
diamond blade. Concrete sawing should be performed within 24 hours of
finishing the concrete to minimize cracking due to thermal expansion and
contraction. All joints shall be sealed with asphalt sealant to enhance
durability.
33
REINFORCED CONCRETE WORKS
Water used for mixing shall be clean and free from any harmful
substances such as oils, acids, salts, alkalis, and organic materials, ensuring
structural integrity.
MASONRY WORKS
34
reinforced with 10mm diameter bars every 600mm horizontally and vertically.
Additionally, 16mm diameter vertical bars will be placed at corners,
intersections, end of walls, and each side of openings for added reinforcement.
The cement plaster mixture for masonry walls shall be 1:3 (1 part cement and
3 parts sand, by volume). Concrete hollow blocks, sized as indicated in the
plan, will be utilized. All masonry shall be laid plumb, true to line and level.
Use 4” CHB for all walls, ensuring consistency and uniformity.
WELDING WORKS
This project shall include installation of metal frames and gratings over
drainage inlets and installation of stainless-steel railings for ramps.
Materials Used:
PAINTING WORKS
For concrete surfaces, the first coating shall be Latex Flat paint, with a
two-layer final coating shall be Semi-Gloss Latex paint for enhanced
durability and longevity.
35
MINIMUM EQUIPMENT REQUIREMENT
This project requires a Backhoe for initial site clearing and excavation
works, along with Dump Trucks for hauling of excavated material and
transporting fill and construction materials across the site. A Payloader will
assist in leveling and grading the ground during the subgrade preparation
phase.
Concrete works will require a Transit Mixer to deliver the mix to the
site efficiently. For precise concrete placement, a Concrete Vibrator will
compact freshly poured concrete to eliminate voids and increase strength. A
One Bagger Mixer will be used for smaller concrete tasks, while a Concrete
Saw is necessary for cutting control joints and making adjustments to concrete
slabs as needed.
Steel reinforcement will involve the use of a Bar Cutter and Bar
Bender to fabricate reinforcing steel bars to the specified lengths and shapes,
ensuring structural integrity. For metalwork, including frames and grates, a
Welding Machine and Cutting Outfit will be used to achieve accurate cuts and
secure welds for strong and reliable metal components.
36
Section VII. Drawings
[annexed in a separate folder.]
37
Section VIII. Bill of Quantities
b. when a Contract has been entered into, to provide a priced Bill of Quantities for use in
the periodic valuation of Works executed.
In order to attain these objectives, Works should be itemized in the Bill of Quantities in
sufficient detail to distinguish between the different classes of Works, or between Works of
the same nature carried out in different locations or in other circumstances which may give
rise to different considerations of cost. Consistent with these requirements, the layout and
content of the Bill of Quantities should be as simple and brief as possible.
Daywork Schedule
A Daywork Schedule should be included only if the probability of unforeseen work, outside
the items included in the Bill of Quantities, is high. To facilitate checking by the Entity of
the realism of rates quoted by the Bidders, the Daywork Schedule should normally comprise
the following:
a. A list of the various classes of labor, materials, and Constructional Plant for which
basic daywork rates or prices are to be inserted by the Bidder, together with a
statement of the conditions under which the Contractor will be paid for work executed
on a daywork basis.
Provisional Sums
A general provision for physical contingencies (quantity overruns) may be made by including
a provisional sum in the Summary Bill of Quantities. Similarly, a contingency allowance for
possible price increases should be provided as a provisional sum in the Summary Bill of
Quantities. The inclusion of such provisional sums often facilitates budgetary approval by
avoiding the need to request periodic supplementary approvals as the future need arises.
Where such provisional sums or contingency allowances are used, the SCC should state the
manner in which they will be used, and under whose authority (usually the Procuring Entity’s
Representative’s).
38
The estimated cost of specialized work to be carried out, or of special goods to be supplied,
by other contractors should be indicated in the relevant part of the Bill of Quantities as a
particular provisional sum with an appropriate brief description. A separate procurement
procedure is normally carried out by the Procuring Entity to select such specialized
contractors. To provide an element of competition among the Bidders in respect of any
facilities, amenities, attendance, etc., to be provided by the successful Bidder as prime
Contractor for the use and convenience of the specialist contractors, each related provisional
sum should be followed by an item in the Bill of Quantities inviting the Bidder to quote a
sum for such amenities, facilities, attendance, etc.
Signature Box
A signature box shall be added at the bottom of each page of the Bill of Quantities where the
authorized representative of the Bidder shall affix his signature. Failure of the authorized
representative to sign each and every page of the Bill of Quantities shall be a cause for
rejection of his bid.
These Notes for Preparing a Bill of Quantities are intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They should not be included
in the final documents.
39
Bill of Quantities
Name and Location of Contract:
COMPLETION OF HRM HOSTEL/DORMITORY AND FOOD COURT/CANTEEN
(CAR AND STUDENT'S PARK) AT OMSC LABANGAN (MAIN)
OMSC-PBD-INFR-2025-01
ITEM DESCRIPTION UNIT QTY
NO.
PART I TEMPORARY FACILITY
A 1.1(6) Temporary Facility (1 lot) lot 1
PART II OTHER GENERAL REQUIREMENTS
B.5 Project Billboard/ Signage (1 each) lot 1
B.7 Safety and Health (3 month) lot 1
B.9 Mobilization/Demobilization (1 lot) lot 1
PART III CIVIL WORKS
PART A EARTHWORKS
100 (2) Clearing and Grubbing (1 ls) lot 1
100(3)a1 Individual Removal of Trees, 150mmØ - 300mm dia., lot 1
Small (3 ea)
101(1) Removal of Structures (Demolition Works of Catch Basin lot 1
and Hostel Plantbox) (1 ls)
103(1)a Structure Excavation, Common Soil (40.15 cu.m.) lot 1
103(6)a Pipe Culvert and Drain Excavation (15.38 cu.m.) lot 1
104(1)a Embankment from Structure Excavation (27.87 cu.m.) lot 1
104(2)a Embankment from Borrow, Common Soil (164.17 cu.m.) lot 1
104(2)e Embankment for Walkway, Mixed Sand and Gravel (12.04 lot 1
cu.m.)
104(7) Gravel Fill (11.24 cu.m.) lot 1
105(1)a Subgrade Preparation, Common Material (809.16 sq.m.) lot 1
201(1) Aggregate Base Course (139.58 cu.m.) lot 1
PART B PARKING PAVEMENT AND DRAINAGE WORKS
311(1)b1 Portland Cement Concrete Pavement, 0.2m thk (809.16 lot 1
sq.m.)
404(1)a Reinforcing Steel, Grade 40 (777 kg) lot 1
405(1)a3 Structural Concrete, Class A (17.79 cu.m.) lot 1
500(1)a7 Pipe Culverts, 300mm dia., Class II RCPC (48 m) lot 1
500(3) Lined Canal (5 l.m.) lot 1
502(3)a1 Catch Basin (12 ea) lot 1
503(1) Metal Frames and Grating (449.81 kg) lot 1
600(1) Concrete Curb (29.28 m) lot 1
606(1)b2 Pavement Markings, Reflectorized Traffic Paint, Yellow lot 1
(40.21 sqm)
40
807(9) Tactile Block (1.98 sqm) lot 1
PART C FINISHING WORKS lot 1
1027(1) Plain Cement Plastered Finish (118.3 sqm) lot 1
1032(1)a Painting Works, Masonry/Concrete (35.66 sqm) lot 1
1032(1)a3 Painting Works, Masonry (Clear Emulsion Only) (106.92 lot 1
sqm)
1032(1)c Painting Works, Steel (Gray Epoxy Primer Only) (32.15 lot 1
sqm)
1046(1) 100mm thk. CHB Non Load Bearing (including lot 1
Reinforcing Steel) (211.43 sqm)
1051(1)a Stainless Steel Railings (1 ls) lot 1
TOTAL PROJECT COST
Submitted by:
________________________________
Name of Company
41
Section IX. Checklist of Technical and Financial
Documents
b. Any subsequent GPPB issuances adjusting the documentary requirements after the
effectivity of the adoption of the PBDs.
The BAC shall be checking the submitted documents of each Bidder against this checklist
to ascertain if they are all present, using a non-discretionary “pass/fail” criterion pursuant
to Section 30 of the 2016 revised IRR of RA No. 9184.
42
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE
Legal Documents
⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages) in
accordance with Section 8.5.2 of the IRR;
Technical Documents
⬜ (b) Statement of the prospective bidder 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
⬜ (c) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to
the contract to be bid, except under conditions provided under the rules; and
⬜ (d) Special PCAB License in case of Joint Ventures;
and registration for the type and cost of the contract to be bid; and
⬜ (e) Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission;
or Original copy of Notarized Bid Securing Declaration; and
(f) Project Requirements, which shall include the following:
⬜ a. Organizational chart for the contract to be bid;
⬜ b. List of contractor’s key personnel (e.g., Project Manager, Project
Engineers, Materials Engineers, and Foremen), to be assigned to the
contract to be bid, with their complete qualification and experience data;
⬜ c. List of contractor’s major equipment units, which are owned, leased,
and/or under purchase agreements, supported by proof of ownership or
certification of availability of equipment from the equipment lessor/vendor
for the duration of the project, as the case may be; and
⬜ (g) Original duly signed Omnibus Sworn Statement (OSS);
and if applicable, Original Notarized Secretary’s Certificate in case of a
corporation, partnership, or cooperative; or Original Special Power of Attorney of
all members of the joint venture giving full power and authority to its officer to
sign the OSS and do acts to represent the Bidder.
Financial Documents
⬜ (h) The prospective bidder’s computation of Net Financial Contracting Capacity
(NFCC).
Class “B” Documents
⬜ (i) If applicable, duly signed joint venture agreement (JVA) in accordance with RA
No. 4566 and its IRR in case the joint venture is already in existence;
or
duly notarized statements from all the potential joint venture partners stating that
they will enter into and abide by the provisions of the JVA in the instance that the
bid is successful.
43
II. FINANCIAL COMPONENT ENVELOPE
⬜ (a) Original of duly signed and accomplished Financial Bid Form; and
44
45