10.07.2015 Views

Proposed Renovation of Former Jacinto Building - Clark Freeport Zone

Proposed Renovation of Former Jacinto Building - Clark Freeport Zone

Proposed Renovation of Former Jacinto Building - Clark Freeport Zone

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

<strong>Clark</strong> Development Corporation<strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, PhilippinesBIDDING DOCUMENTS<strong>Proposed</strong> <strong>Renovation</strong><strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong><strong>Building</strong>(Motorpool, Records,Warehouses & MaintenanceArea)PROJECT LOCATION : <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, Philippines


TABLE OF CONTENTSSECTION I. INVITATION TO BID ............................................... 1SECTION II. INSTRUCTIONS TO BIDDERS ................................ 5SECTION III. BID DATA SHEET ................................................ 35SECTION IV. GENERAL CONDITIONS OF CONTRACT .............. 40SECTION V. SPECIAL CONDITIONS OF CONTRACT ................. 77SECTION VI. SPECIFICATIONS ................................................ 80SECTION VII. DRAWINGS ........................................................ 84SECTION VIII. BILL OF QUANTITIES ..................................... 107SECTION IX. BIDDING FORMS ............................................... 166CHECKLIST OF TECHNICAL & FINANCIAL COMPONENT .................... 174


Section I. Invitation to Bid<strong>Clark</strong> Development Corporation 1 Section 1: Invitation to Bid<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


<strong>Clark</strong> Development CorporationRepublic <strong>of</strong> the PhilippinesInvitation to Bid for the<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses & Maintenance Area)1. The <strong>Clark</strong> Development Corporation, through the Corporate Capital ExpendituresBudget for Cy 2011 intend to apply the sum <strong>of</strong> Php 17,803,345.67 (VAT Exclusive)being the Approved Budget for Contract (ABC) to payments under the contract for the<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong> (Motorpool, Records,Warehouses & Maintenance Area). Bids received in excess <strong>of</strong> the ABC shall beautomatically rejected at Bid Opening.2. The <strong>Clark</strong> Development Corporation now invites bids for the <strong>Proposed</strong> <strong>Renovation</strong><strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong> (Motorpool, Records, Warehouses & MaintenanceArea). Completion <strong>of</strong> the Works is required within One Hundred Fifty (150) CalendarDays. Bidders should have completed, within ten (10) years from the date <strong>of</strong> submissionand receipt <strong>of</strong> bids, a contract similar to the Project. The description <strong>of</strong> an eligible bidder iscontained in the Bidding Documents, particularly, in Section II. Instruction to Bidders.3. Bidding will be conducted through open competitive bidding procedures using nondiscretionarypass/fail criterion as specified in the Implementing Rules and Regulations(IRR) <strong>of</strong> Republic Act 9184 (RA 9184), otherwise known as the “Government ProcurementReform Act”.Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizationswith at least seventy five percent (75%) interest or outstanding capital stock belonging tocitizens <strong>of</strong> the Philippines.4. Interested bidders may obtain further information from <strong>Clark</strong> DevelopmentCorporation- Bids and Awards Secretariat and inspect the Bidding Documents at theaddress given below from January 09-30, 2012 (9:00 a.m. to 4:00 p.m.)<strong>Clark</strong> Development Corporation 2 Section 1: Invitation to Bid<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


5. A complete set <strong>of</strong> Bidding Documents may be purchased by interested Bidders from theaddress below and upon payment <strong>of</strong> a nonrefundable fee for the Bidding Documents in theamount <strong>of</strong> Php 15,000.00.It may also be downloaded from the website <strong>of</strong> the Philippine Government ElectronicProcurement System (PhilGEPS) and the website <strong>of</strong> the Procuring Entity, provided thatbidders shall pay the fee for the Bidding Documents not later than the submission <strong>of</strong> theirbids.6. The <strong>Clark</strong> Development Corporation- Bids and Awards Committee will hold a Pre-Bid Conference on January 16, 2012 (2:00 p.m.) at CDC Board Room, Ground FloorBldg. 2125 E. Quirino Avenue corner C.P. Garcia Street, CDC Corporate Center, <strong>Clark</strong><strong>Freeport</strong> <strong>Zone</strong>, Philippines 2023 which shall be open to all interested parties who havepurchased the Bidding Documents. 17. Bids must be delivered to the address below on or before January 30, 2012 (10:00a.m.) at CDC Board Room, Ground Floor Bldg. 2125 E. Quirino Avenue corner C.P. GarciaStreet, CDC Corporate Center, <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, Philippines 2023. All bids must beaccompanied by a bid security in any <strong>of</strong> the acceptable forms and in the amount stated inITB Clause 18.Bids will be opened in the presence <strong>of</strong> the bidders’ representatives who choose to attend atthe address below. Late bids shall not be accepted.8. The CDC Minimum Required equipments in good working condition are as follows:CDC Minimum Required EquipmentQuantity1. Pay loader 1 unit2. Crawler Tractor with Dozer 1 unit3. Chipping Hammer with Power Unit 1 unit4. Dump Truck 2 units5. Concrete Vibrators 1 unit6. Electric Bar Bender 1 unit7. Concrete Mixer ( 1-2 baggers) 1 unit8. Cargo Truck 1 unit9. Electric Bar Cutter 1 unit10. Welding Machine 1 unit1 May be deleted in case the ABC is less than One Million Pesos (PhP1,000,000) where the Procuring Entity may not hold a pre-bid conference.<strong>Clark</strong> Development Corporation 3 Section 1: Invitation to Bid<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


9. The CDC minimum required Key Personnel with their individual complete qualifications (FormINFR-48), Letter to Procuring Entity (Form INFR-45), Notarized Certificate <strong>of</strong> Employment(Form INFR-46), Bio-data (Form INFR-47) and Photocopy <strong>of</strong> Valid Pr<strong>of</strong>essional License (forPr<strong>of</strong>essionals) are as follows:1. Project Manager/Engineer2. Materials Engineer duly accredited by DPWH3. Electrical Engineer4. Sanitary Engineer5. Safety Engineer/ Occupational Safety and Health Officer6. Construction Foreman10. The <strong>Clark</strong> Development Corporation- Bids and Awards Committee reserves the rightto accept or reject any bid, to annul the bidding process, and to reject all bids at any timeprior to contract award, without thereby incurring any liability to the affected bidder orbidders.11. For further information, please refer to:Ms. Ma. Zoraida G. Camello (OIC)Bids and Awards SecretariatGround Floor Bldg. 2127 C.P. Garcia StCDC Corporate Center, <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, Philippines 2023Trunkline: (045) 599-9000 local 932 Telefax: (045) 599 7028e-mail: bacsecretariat@clark.com.phwebsite: www.clark.com.phErnesto S. GorospeChairman<strong>Clark</strong> Development Corporation 4 Section 1: Invitation to Bid<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Section II. Instructions to Bidders (ITB)5


TABLE OF CONTENTSA. GENERAL........................................................................................ 71. Scope <strong>of</strong> Bid ..........................................................................................72. Source <strong>of</strong> Funds.....................................................................................73. Corrupt, Fraudulent, Collusive, and Coercive Practices..............................74. Conflict <strong>of</strong> Interest .................................................................................95. Eligible Bidders ....................................................................................106. Bidder’s Responsibilities........................................................................127. Origin <strong>of</strong> GOODS and Services ..............................................................148. Subcontracts........................................................................................14B. CONTENTS OF BIDDING DOCUMENTS.................................................... 149. Pre-Bid Conference ..............................................................................1410. Clarification and Amendment <strong>of</strong> Bidding Documents...............................15C. PREPARATION OF BIDS..................................................................... 1511. Language <strong>of</strong> Bids .................................................................................1512. Documents Comprising the Bid: Eligibility and Technical Components .....1613. Documents Comprising the Bid: Financial Component ............................1814. Alternative Bids....................................................................................1915. Bid Prices ............................................................................................2016. Bid Currencies .....................................................................................2017. Bid Validity ..........................................................................................2118. Bid Security .........................................................................................2119. Format and Signing <strong>of</strong> Bids...................................................................2320. Sealing and Marking <strong>of</strong> Bids..................................................................24D. SUBMISSION AND OPENING OF BIDS .................................................... 2521. Deadline for Submission <strong>of</strong> Bids ............................................................2522. Late Bids .............................................................................................2523. Modification and Withdrawal <strong>of</strong> Bids......................................................2524. Opening and Preliminary Examination <strong>of</strong> Bids ........................................26E. EVALUATION AND COMPARISON OF BIDS ............................................... 2725. Process to be Confidential ....................................................................2726. Clarification <strong>of</strong> Bids ..............................................................................2727. Detailed Evaluation and Comparison <strong>of</strong> Bids ..........................................2828. Post Qualification .................................................................................2929. Reservation Clause...............................................................................30F. AWARD OF CONTRACT...................................................................... 3130. Contract Award....................................................................................3131. Signing <strong>of</strong> the Contract.........................................................................3232. Performance Security ...........................................................................3333. Notice to Proceed.................................................................................336<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


A. General1. Scope <strong>of</strong> Bid1.1. The Procuring Entity as defined in the BDS, invites bids for theconstruction <strong>of</strong> Works, as described in Section VI Specifications. Thename and identification number <strong>of</strong> the Contract is provided in the BDS.1.2. The successful bidder will be expected to complete the Works by theintended completion date specified in SCC Clause 1.17.2. Source <strong>of</strong> FundsThe Procuring Entity has a budget or has applied for or received funds fromthe Funding Source named in the BDS, and in the amount indicated in theBDS. It intends to apply part <strong>of</strong> the funds received for the Project, as definedin the BDS, to cover eligible payments under the Contract for the Works.3. Corrupt, Fraudulent, Collusive, and Coercive Practices3.1. Unless otherwise specified in the BDS, the Procuring Entity, as well asbidders and contractors, shall observe the highest standard <strong>of</strong> ethicsduring the procurement and execution <strong>of</strong> such contracts. In pursuance<strong>of</strong> this policy, the Funding Source:(a)defines, for purposes <strong>of</strong> this provision, the terms set forth belowas follows:(i)(ii)"corrupt practice" means behavior on the part <strong>of</strong> <strong>of</strong>ficialsin the public or private sectors by which they improperlyand unlawfully enrich themselves, others, or induceothers to do so, by misusing the position in which theyare placed, and includes the <strong>of</strong>fering, giving, receiving, orsoliciting <strong>of</strong> anything <strong>of</strong> value to influence the action <strong>of</strong>any such <strong>of</strong>ficial in the procurement process or incontract execution; entering, on behalf <strong>of</strong> the ProcuringEntity, into any contract or transaction manifestly andgrossly disadvantageous to the same, whether or not thepublic <strong>of</strong>ficer pr<strong>of</strong>ited or will pr<strong>of</strong>it thereby, and similaracts as provided in Republic Act 3019;"fraudulent practice" means a misrepresentation <strong>of</strong> factsin order to influence a procurement process or theexecution <strong>of</strong> a contract to the detriment <strong>of</strong> the ProcuringEntity, and includes collusive practices among Bidders(prior to or after Bid submission) designed to establish7<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


laws on individuals and organizations deemed to be involved in any <strong>of</strong>the practices mentioned in ITB Clause 3.1.(a).3.3. Furthermore, the Funding Source and the Procuring Entity reserve theright to inspect and audit records and accounts <strong>of</strong> a contractor in thebidding for and performance <strong>of</strong> a contract themselves or throughindependent auditors as reflected in the GCC Clause 34.4. Conflict <strong>of</strong> Interest4.1. All bidders found to have conflicting interests shall be disqualified toparticipate in the procurement at hand, without prejudice to theimposition <strong>of</strong> appropriate administrative, civil, and criminal sanctions. ABidder may be considered to have conflicting interests with anotherBidder in any <strong>of</strong> the events described in paragraphs (a) through (c)and a general conflict <strong>of</strong> interest in any <strong>of</strong> the circumstances set out inparagraphs (d) through (g) below:(a)(b)(c)(d)(e)(f)A Bidder has controlling shareholders in common with anotherBidder;A Bidder receives or has received any direct or indirect subsidyfrom any other Bidder;A Bidder has the same legal representative as that <strong>of</strong> anotherBidder for purposes <strong>of</strong> this Bid;A Bidder has a relationship, directly or through third parties, thatputs them in a position to have access to information about orinfluence on the bid <strong>of</strong> another Bidder or influence the decisions<strong>of</strong> the Procuring Entity regarding this bidding process. This willinclude a firm or an organization who lends, or temporarilyseconds, its personnel to firms or organizations which areengaged in consulting services for the preparation related toprocurement for or implementation <strong>of</strong> the project if thepersonnel would be involved in any capacity on the sameproject;A Bidder submits more than one bid in this bidding process.However, this does not limit the participation <strong>of</strong> subcontractorsin more than one bid;A Bidder who participated as a consultant in the preparation <strong>of</strong>the design or technical specifications <strong>of</strong> the goods and relatedservices that are the subject <strong>of</strong> the bid; or(g)A Bidder who lends, or temporary seconds, its personnel t<strong>of</strong>irms or organizations which are engaged in consulting servicesfor the preparation related to procurement for or9<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


implementation <strong>of</strong> the project, if the personnel would beinvolved in any capacity on the same project.4.2. In accordance with Section 47 <strong>of</strong> the IRR-A <strong>of</strong> RA 9184, all BiddingDocuments shall be accompanied by a sworn affidavit <strong>of</strong> the Bidderthat it is not related to the Head <strong>of</strong> the Procuring Entity, members <strong>of</strong>the Bids and Awards Committee (BAC), members <strong>of</strong> the TechnicalWorking Group (TWG), members <strong>of</strong> the BAC Secretariat, the head <strong>of</strong>the Project Management Office (PMO) or the end-user unit, and theproject consultants, by consanguinity or affinity up to the third civildegree. On the part <strong>of</strong> the bidder, this Clause shall apply to thefollowing persons:(a)(b)(c)(d)If the Bidder is an individual or a sole proprietorship, to theBidder himself;If the Bidder is a partnership, to all its <strong>of</strong>ficers and members;If the Bidder is a corporation, to all its <strong>of</strong>ficers, directors, andcontrolling stockholders; andIf the Bidder is a joint venture (JV), the provisions <strong>of</strong> items (a),(b), or (c) <strong>of</strong> this Clause shall correspondingly apply to each <strong>of</strong>the members <strong>of</strong> the said JV, as may be appropriate.Relationship <strong>of</strong> the nature described above or failure to comply withthis Clause will result in the automatic disqualification <strong>of</strong> a Bidder.5. Eligible Bidders5.1. Unless otherwise indicated in the BDS, the following persons shall beeligible to participate in this Bidding:(a)(b)(c)(d)(e)Duly licensed Filipino citizens/sole proprietorships;Partnerships duly organized under the laws <strong>of</strong> the Philippinesand <strong>of</strong> which at least seventy five percent (75%) <strong>of</strong> the interestbelongs to citizens <strong>of</strong> the Philippines;Corporations duly organized under the laws <strong>of</strong> the Philippines,and <strong>of</strong> which at least seventy five percent (75%) <strong>of</strong> theoutstanding capital stock belongs to citizens <strong>of</strong> the Philippines;Cooperatives duly organized under the laws <strong>of</strong> the Philippines,and <strong>of</strong> which at least seventy five percent (75%) <strong>of</strong> the interestbelongs to citizens <strong>of</strong> the Philippines; andPersons/entities forming themselves into a JV, i.e., a group <strong>of</strong>two (2) or more persons/entities that intend to be jointly and10<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


severally responsible or liable for a particular contract: Provided,however, that, in accordance with Letter <strong>of</strong> Instructions No.630, Filipino ownership or interest <strong>of</strong> the joint ventureconcerned shall be at least seventy five percent (75%):Provided, further, that joint ventures in which Filipino ownershipor interest is less than seventy five percent (75%) may beeligible where the structures to be built require the application<strong>of</strong> techniques and/or technologies which are not adequatelypossessed by a person/entity meeting the seventy five percent(75%) Filipino ownership requirement: Provided, finally, that inthe latter case, Filipino ownership or interest shall not be lessthan twenty five percent (25%). For this purpose Filipinoownership or interest shall be based on the contributions <strong>of</strong>each <strong>of</strong> the members <strong>of</strong> the joint venture as specified in theirJVA.5.2. The Procuring Entity may also invite foreign bidders when provided forunder any Treaty or International or Executive Agreement as specifiedin the BDS.5.3. Government Corporate Entities may be eligible to participate only ifthey can establish that they (a) are legally and financially autonomous,(b) operate under commercial law, and (c) are not dependent agencies<strong>of</strong> the GOP or the Procuring Entity.5.4. (a) Unless otherwise provided in the BDS, the Bidder must havecompleted, within ten (10) years from the submission <strong>of</strong> bids, a singlecontract that is similar to this Project, equivalent to at least fiftypercent (50%) <strong>of</strong> the ABC adjusted to current prices using the NationalStatistics Office consumer price index.(b) For Foreign-funded Procurement, the Procuring Entity and theforeign government/foreign or international financing institution mayagree on another track record requirement, as specified in the BDS.For this purpose, contracts similar to the Project shall be thosedescribed in the BDS, and completed within the period stated in theInvitation to Bid and ITB Clause12.1 (a) (iii).5.5. The Bidder must submit a computation <strong>of</strong> its Net Financial ContractingCapacity (NFCC) or a Commitment from a Universal or Commercialbank to extend a credit line in its favor if awarded the contract for thisproject (CLC).The NFCC, computed using the following formula, must be at leastequal to the ABC to be bid:NFCC = [(Current assets minus current liabilities) (K)] minus thevalue <strong>of</strong> all outstanding or uncompleted portions <strong>of</strong> the projects11<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


under ongoing contracts, including awarded contracts yet to bestarted coinciding with the contract for this Project.Where:K = 10 for a contract duration <strong>of</strong> one year or less, 15 for a contractduration <strong>of</strong> more than one year up to two years, and 20 for acontract duration <strong>of</strong> more than two years.The CLC must be at least equal to ten percent (10%) <strong>of</strong> the ABC forthis Project. If issued by a foreign Universal or Commercial Bank, itshall be confirmed or authenticated by a Universal or CommercialBank. In the case <strong>of</strong> local government units (LGUs), the Bidder mayalso submit CLC from other banks certified by the Bangko Sentral ngPilipinas (BSP) as authorized to issue such financial instrument.6. Bidder’s Responsibilities6.1. The Bidder or its duly authorized representative shall submit a swornstatement in the form prescribed in Section IX Bidding Forms asrequired in ITB Clause 12.1. (b) (iii).6.2. The Bidder is responsible for the following:(a)(b)(c)(d)(e)(f)Having taken steps to carefully examine all <strong>of</strong> the BiddingDocuments;Having acknowledged all conditions, local or otherwise, affectingthe implementation <strong>of</strong> the contract;Having made an estimate <strong>of</strong> the facilities available and neededfor the contract to be bid, if any; andHaving complied with its responsibility to inquire or secureSupplemental/Bid Bulletin/s as provided under ITB Clause 10.3.Ensuring that it is not “blacklisted” or barred from bidding by theGOP or any <strong>of</strong> its agencies, <strong>of</strong>fices, corporations, or LGUs,including foreign government/foreign or international financinginstitution whose blacklisting rules have been recognized by theGPPB;Ensuring that each <strong>of</strong> the documents submitted in satisfaction <strong>of</strong>the bidding requirements is an authentic copy <strong>of</strong> the original,complete, and all statements and information provided thereinare true and correct;12<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


(g)(h)(i)(j)Authorizing the Head <strong>of</strong> the Procuring Entity or its dulyauthorized representative/s to verify all the documentssubmitted;Ensuring that the signatory is the duly authorized representative<strong>of</strong> the Bidder, and granted full power and authority to do,execute and perform any and all acts necessary and/or torepresent the Bidder in the bidding, with the duly notarizedSecretary’s Certificate attesting to such fact, if the Bidder is acorporation, partnership, cooperative, or joint venture;Complying with the disclosure provision under Section 47 <strong>of</strong> theAct in relation to other provisions <strong>of</strong> Republic Act 3019; andComplying with existing labor laws and standards.Failure to observe any <strong>of</strong> the above responsibilities shall be at the risk<strong>of</strong> the Bidder concerned.6.3. The Bidder, by the act <strong>of</strong> submitting its bid, shall be deemed to haveinspected the site, determined the general characteristics <strong>of</strong> thecontract works and the conditions for this Project and examine allinstructions, forms, terms, and project requirements in the BiddingDocuments.6.4. It shall be the sole responsibility <strong>of</strong> the prospective bidder to determineand to satisfy itself by such means as it considers necessary ordesirable as to all matters pertaining to this Project, including: (a) thelocation and the nature <strong>of</strong> the contract, project, or work; (b) climaticconditions; (c) transportation facilities; (c) nature and condition <strong>of</strong> theterrain, geological conditions at the site communication facilities,requirements, location and availability <strong>of</strong> construction aggregates andother materials, labor, water, electric power and access roads; and (d)other factors that may affect the cost, duration and execution orimplementation <strong>of</strong> the contract, project, or work.6.5. The Procuring Entity shall not assume any responsibility regardingerroneous interpretations or conclusions by the prospective or eligiblebidder out <strong>of</strong> the data furnished by the procuring entity.6.6. Before submitting their bids, the Bidders are deemed to have becomefamiliar with all existing laws, decrees, ordinances, acts and regulations<strong>of</strong> the Philippines which may affect the contract in any way.6.7. The Bidder shall bear all costs associated with the preparation andsubmission <strong>of</strong> his bid, and the Procuring Entity will in no case beresponsible or liable for those costs, regardless <strong>of</strong> the conduct oroutcome <strong>of</strong> the bidding process.13<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


6.8. Bidders should note that the Procuring Entity will only accept bids onlyfrom those that have paid the nonrefundable fee for the BiddingDocuments at the <strong>of</strong>fice indicated in the Invitation to Bid.7. Origin <strong>of</strong> GOODS and ServicesThere is no restriction on the origin <strong>of</strong> Goods, or Contracting <strong>of</strong> Works orServices other than those prohibited by a decision <strong>of</strong> the United NationsSecurity Council taken under Chapter VII <strong>of</strong> the Charter <strong>of</strong> the United Nations.8. Subcontracts8.1. Unless otherwise specified in the BDS, the Bidder may subcontractportions <strong>of</strong> the Works to an extent as may be approved by theProcuring Entity and stated in the BDS. However, subcontracting <strong>of</strong>any portion shall not relieve the Bidder from any liability or obligationthat may arise from the contract for this Project.8.2. Subcontractors must submit the documentary requirements under ITBClause 12 and comply with the eligibility criteria specified in the BDS.In the event that any subcontractor is found by the Procuring Entity tobe ineligible, the subcontracting <strong>of</strong> such portion <strong>of</strong> the Works shall bedisallowed.8.3. The Bidder may identify the subcontractor to whom a portion <strong>of</strong> theWorks will be subcontracted at any stage <strong>of</strong> the bidding process orduring contract implementation. If the Bidder opts to disclose thename <strong>of</strong> the subcontractor during bid submission, the Bidder shallinclude the required documents as part <strong>of</strong> the technical component <strong>of</strong>its bid.9. Pre-Bid ConferenceB. Contents <strong>of</strong> Bidding Documents9.1. (a) If so specified in the BDS, a pre-bid conference shall be held at thevenue and on the date indicated therein, to clarify and address theBidders’ questions on the technical and financial components <strong>of</strong> thisProject.(b) The pre-bid conference shall be held at least twelve (12) calendardays before the deadline for the submission <strong>of</strong> and receipt <strong>of</strong> bids. Ifthe Procuring Entity determines that, by reason <strong>of</strong> the method, nature,or complexity <strong>of</strong> the contract to be bid, or when internationalparticipation will be more advantageous to the GOP, a longer period forthe preparation <strong>of</strong> bids is necessary, the pre-bid conference shall beheld at least thirty (30) calendar days before the deadline for thesubmission and receipt <strong>of</strong> bids, as specified in the BDS.14<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


9.2. Bidders are encouraged to attend the pre-bid conference to ensurethat they fully understand the Procuring Entity’s requirements. Nonattendance<strong>of</strong> the Bidder will in no way prejudice its bid; however, theBidder is expected to know the changes and/or amendments to theBidding Documents as recorded in the minutes <strong>of</strong> the pre-bidconference and the Supplemental/Bid Bulletin.9.3. Any statement made at the pre-bid conference shall not modify theterms <strong>of</strong> the bidding documents unless such statement is specificallyidentified in writing as an amendment thereto and issued as aSupplemental/Bid Bulletin.10. Clarification and Amendment <strong>of</strong> Bidding Documents10.1. Bidders who have purchased the Bidding Documents may request forclarification(s) on any part <strong>of</strong> the Bidding Documents or for aninterpretation. Such a request must be in writing and submitted to theProcuring Entity at the address indicated in the BDS at least ten (10)calendar days before the deadline set for the submission and receipt <strong>of</strong>Bids.10.2. Supplemental/Bid Bulletins may be issued upon the Procuring Entity’sinitiative for purposes <strong>of</strong> clarifying or modifying any provision <strong>of</strong> theBidding Documents not later than seven (7) calendar days before thedeadline for the submission and receipt <strong>of</strong> Bids. Any modification tothe Bidding Documents shall be identified as an amendment.10.3. Any Supplemental/Bid Bulletin issued by the BAC shall also be postedon the Philippine Government Electronic Procurement System(PhilGEPS) and the website <strong>of</strong> the Procuring Entity concerned, ifavailable. Unless, otherwise provided in the BDS, it shall be theresponsibility <strong>of</strong> all Bidders who secure the Bidding Documents toinquire and secure Supplemental/Bid Bulletins that may be issued bythe BAC. However, bidders who have submitted bids before theissuance <strong>of</strong> the Supplemental/Bid Bulletin must be informed andallowed to modify or withdraw their bids in accordance with ITBClause 23.11. Language <strong>of</strong> BidsC. Preparation <strong>of</strong> BidsThe Bid, as well as all correspondence and documents relating to the Bidexchanged by the Bidder and the Procuring Entity, shall be written in English.Supporting documents and printed literature furnished by the Bidder may bein another language provided they are accompanied by an accuratetranslation in English certified by the appropriate embassy or consulate in the15<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Philippines, in which case the English translation shall govern, for purposes <strong>of</strong>interpretation <strong>of</strong> the Bid.12. Documents Comprising the Bid: Eligibility and TechnicalComponents12.1. Unless otherwise indicated in the BDS, the first envelope shall containthe following eligibility and technical documents:(a) Eligibility Documents –Class "A" Documents:(i)(ii)(iii)Registration certificate from Securities and ExchangeCommission (SEC), Department <strong>of</strong> Trade and Industry(DTI) for sole proprietorship, or CooperativeDevelopment Authority (CDA) for cooperatives, or anypro<strong>of</strong> <strong>of</strong> such registration as stated in the BDS;Mayor’s permit issued by the city or municipality wherethe principal place <strong>of</strong> business <strong>of</strong> the prospective bidder islocated;Statement <strong>of</strong> all its on-going and completed governmentand private contracts within ten (10) years from thesubmission <strong>of</strong> bids, including contracts awarded but notyet started, if any. The statement shall include, for eachcontract, the following:(iii.1) name <strong>of</strong> the contract;(iii.2) date <strong>of</strong> the contract;(iii.3) contract duration;(iii.4) owner’s name and address;(iii.5) nature <strong>of</strong> work;(iii.6) contractor’s role (whether sole contractor,subcontractor, or partner in a JV) and percentage<strong>of</strong> participation;(iii.7) total contract value at award;(iii.8) date <strong>of</strong> completion or estimated completion time;(iii.9) total contract value at completion, if applicable;16<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


(iii.10) percentages <strong>of</strong> planned and actualaccomplishments, if applicable;(iii.11) value <strong>of</strong> outstanding works, if applicable;(iii.12) the statement shall be supported by the notices <strong>of</strong>award and/or notices to proceed issued by theowners; and(iii.13) the statement shall be supported by theConstructors Performance Evaluation System(CPES) rating sheets, and/or certificates <strong>of</strong>completion and owner’s acceptance, if applicable;(iv)(v)(vi)Unless otherwise provided in the BDS, valid PhilippineContractors Accreditation Board (PCAB) license andregistration for the type and cost <strong>of</strong> the contract for thisProject;Audited financial statements, showing, among others, theprospective total and current assets and liabilities,stamped “received” by the BIR or its duly accredited andauthorized institutions, for the preceding calendar yearwhich should not be earlier than two (2) years from thedate <strong>of</strong> bid submission;NFCC computation or CLC in accordance with ITB Clause5.5; andClass "B" Document:(vii)If applicable, valid Joint Venture Agreement (JVA) or, inlieu there<strong>of</strong>, duly notarized statements from all thepotential joint venture partners stating that they willenter into and abide by the provisions <strong>of</strong> the JVA in theinstance that the bid is successful shall be included in thebid.(b) Technical Documents –(i)Bid security in the prescribed in ITB Clause 18. If theBidder opts to submit the bid security in the form <strong>of</strong>:(i.1)a bank draft/guarantee or an irrevocable letter <strong>of</strong>credit issued by a foreign bank, it shall beaccompanied by a confirmation from a Universal orCommercial Bank;17<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


(i.2)a surety bond accompanied by a certificationcoming from an authorized Insurance Commissionthat a surety or insurance company is authorizedto issue such instrument;(ii)Project Requirements, which shall include the following:(ii.1) Organizational chart for the contract to be bid;(ii.2) List <strong>of</strong> contractor’s personnel (viz, projectManager, Project Engineers, Materials Engineers,and Foremen), to be assigned to the contract tobe bid, with their complete qualification andexperience data; and(ii.3) List <strong>of</strong> contractor’s equipment units, which areowned, leased, and/or under purchaseagreements, supported by certification <strong>of</strong>availability <strong>of</strong> equipment from the equipmentlessor/vendor for the duration <strong>of</strong> the project; and(iii)Sworn statement in accordance with Section 25.2(b)(iv)<strong>of</strong> the IRR <strong>of</strong> RA 9184 and using the form prescribed inSection IX Bidding Forms.13. Documents Comprising the Bid: Financial Component13.1. Unless otherwise stated in the BDS, the financial component <strong>of</strong> the bidshall contain the following:(a)(b)Financial Bid Form in accordance with the form prescribed inSection IX Bidding Forms; andAny other document related to the financial component <strong>of</strong> thebid as stated in the BDS.13.2. (a) Unless indicated in the BDS, all Bids that exceed the ABC shall notbe accepted.(b)Unless otherwise indicated in the BDS, for foreign-fundedprocurement, a ceiling may be applied to bid prices provided thefollowing conditions are met:(i) Bidding Documents are obtainable free <strong>of</strong> charge on a freelyaccessible website. If payment <strong>of</strong> Bidding Documents isrequired by the procuring entity, payment could be madeupon the submission <strong>of</strong> bids.18<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


(ii) The procuring entity has procedures in place to ensure thatthe ABC is based on recent estimates made by theengineer or the responsible unit <strong>of</strong> the procuring entity andthat the estimates are based on adequate detailedengineering (in the case <strong>of</strong> works) and reflect the quality,supervision and risk and inflationary factors, as well asprevailing market prices, associated with the types <strong>of</strong>works or goods to be procured.(iii) The procuring entity has trained cost estimators onestimating prices and analyzing bid variances. In the case<strong>of</strong> infrastructure projects, the procuring entity must alsohave trained quantity surveyors.(iv) The procuring entity has established a system to monitorand report bid prices relative to ABC andengineer’s/procuring entity’s estimate.(v)The procuring entity has established a monitoring andevaluation system for contract implementation to provide afeedback on actual total costs <strong>of</strong> goods and works.14. Alternative Bids14.1. Alternative Bids shall be rejected. For this purpose, alternative bid is an<strong>of</strong>fer made by a Bidder in addition or as a substitute to its original bidwhich may be included as part <strong>of</strong> its original bid or submittedseparately therewith for purposes <strong>of</strong> bidding. A bid with options isconsidered an alternative bid regardless <strong>of</strong> whether said bid proposal iscontained in a single envelope or submitted in two (2) or moreseparate bid envelopes.14.2. Bidders shall submit <strong>of</strong>fers that comply with the requirements <strong>of</strong> theBidding Documents, including the basic technical design as indicated inthe drawings and specifications. Unless there is a value engineeringclause in the BDS, alternative bids shall not be accepted.14.3. Each Bidder shall submit only one Bid, either individually or as apartner in a JV. A Bidder who submits or participates in more than onebid (other than as a subcontractor if a subcontractor is permitted toparticipate in more than one bid) will cause all the proposals with theBidder’s participation to be disqualified. This shall be without prejudiceto any applicable criminal, civil and administrative penalties that maybe imposed upon the persons and entities concerned.19<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


15. Bid Prices15.1. The contract shall be for the whole Works, as described in ITB Clause1.1., based on the priced Bill <strong>of</strong> Quantities submitted by the Bidder.15.2. The Bidder shall fill in rates and prices for all items <strong>of</strong> the Worksdescribed in the Bill <strong>of</strong> Quantities. Bids not addressing or providing all<strong>of</strong> the required items in the Bidding Documents including, whereapplicable, bill <strong>of</strong> quantities, shall be considered non-responsive and,thus, automatically disqualified. In this regard, where a required item isprovided, but no price is indicated, the same shall be considered asnon-responsive, but specifying a "0" (zero) for the said item wouldmean that it is being <strong>of</strong>fered for free to the Government.15.3. All duties, taxes, and other levies payable by the Contractor under theContract, or for any other cause, prior to the deadline for submission <strong>of</strong>bids, shall be included in the rates, prices, and total bid price submittedby the Bidder.15.4. All bid prices for the given scope <strong>of</strong> work in the contract as awardedshall be considered as fixed prices, and therefore not subject to priceescalation during contract implementation, except under extraordinarycircumstances as specified in GCC Clause 48. Price escalation may beallowed in extraordinary circumstances as may be determined by theNational Economic and Development Authority in accordance with theCivil Code <strong>of</strong> the Philippines, and upon the recommendation <strong>of</strong> theProcuring Entity. Furthermore, in cases where the cost <strong>of</strong> the awardedcontract is affected by any applicable new laws, ordinances,regulations, or other acts <strong>of</strong> the GOP, promulgated after the date <strong>of</strong> bidopening, a contract price adjustment shall be made or appropriaterelief shall be applied on a no loss-no gain basis.16. Bid Currencies16.1. All bid prices shall be quoted in Philippine Pesos unless otherwiseprovided in the BDS. However, for purposes <strong>of</strong> bid evaluation, bidsdenominated in foreign currencies shall be converted to Philippinecurrency based on the exchange rate prevailing on the day <strong>of</strong> the Bidopening.16.2. If so allowed in accordance with ITB Clause 16.1, the Procuring Entityfor purposes <strong>of</strong> bid evaluation and comparing the bid prices willconvert the amounts in various currencies in which the bid price isexpressed to Philippine Pesos at the exchange rate as published in theBSP reference rate bulletin on the day <strong>of</strong> the bid opening.16.3. Unless otherwise specified in the BDS, payment <strong>of</strong> the contract priceshall be made in Philippine Pesos.20<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


17. Bid Validity17.1. Bids shall remain valid for the period specified in the BDS which shallnot exceed one hundred twenty (120) calendar days from the date <strong>of</strong>the opening <strong>of</strong> bids.17.2. In exceptional circumstances, prior to the expiration <strong>of</strong> the bid validityperiod, the Procuring Entity may request Bidders to extend the period<strong>of</strong> validity <strong>of</strong> their bids. The request and the responses shall be madein writing. The bid security described in ITB Clause 18 should also beextended corresponding to the extension <strong>of</strong> the bid validity period atthe least. A Bidder may refuse the request without forfeiting its bidsecurity, but his bid shall no longer be considered for further evaluationand award. A Bidder granting the request shall not be required orpermitted to modify its bid.18. Bid Security18.1. The bid security, issued in favor <strong>of</strong> the Procuring Entity, in the amountstated in the BDS shall be equal to the percentage <strong>of</strong> the ABC inaccordance with the following schedule:Form <strong>of</strong> Bid Security(a) Cash or cashier’s/manager’s checkissued by a Universal or CommercialBank;Amount <strong>of</strong> Bid Security(Equal to Percentage <strong>of</strong>the ABC)(b) Bank draft /guarantee or Irrevocableletter <strong>of</strong> credit issued by a Universal or Two percent (2%)Commercial Bank: provided, however,that it shall be confirmed orauthenticated by a Universal orCommercial Bank, if issued by a foreignbank;(c) Surety bond callable upon demandissued by a surety or insurancecompany duly certified by the Insurance Five percent (5%)Commission as authorized to issue suchsecurity; and/or(d) Any combination <strong>of</strong> the foregoing. Proportionate to share<strong>of</strong> form with respect tototal amount <strong>of</strong> securityFor biddings conducted by local government units, the Bidder may alsosubmit bid securities in the form <strong>of</strong> cashier’s/manager’s check, bank21<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


draft/guarantee, or irrevocable letter <strong>of</strong> credit from other banks certifiedby the BSP as authorized to issue such financial statement.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 berejected by the Procuring Entity as non-responsive.18.3. No bid securities shall be returned to bidders after the opening <strong>of</strong> bidsand before contract signing, except to those that failed or declared aspost-disqualified, upon submission <strong>of</strong> a written waiver <strong>of</strong> their right t<strong>of</strong>ile a motion for reconsideration and/or protest. Without prejudice onits forfeiture, Bid Securities shall be returned only after the bidder withthe Lowest Calculated Responsive Bid has signed the contract andfurnished the Performance Security, but in no case later than theexpiration <strong>of</strong> the Bid Security validity period indicated in ITB Clause18.2.18.4. Upon signing and execution <strong>of</strong> the contract, pursuant to ITB Clause31, and the posting <strong>of</strong> the performance security, pursuant to ITBClause 32, the successful Bidder’s Bid security will be discharged, butin no case later than the Bid security validity period as indicated in ITBClause 18.2.18.5. The bid security may be forfeited:(a)if a Bidder:(i)(ii)(iii)(iv)(v)(vi)withdraws its Bid during the period <strong>of</strong> Bid validityspecified in ITB Clause 17;does not accept the correction <strong>of</strong> errors pursuant to ITBClause 27.3 (b);fails to submit the requirements within the prescribedperiod, or a finding against their veracity, as stated inITB Clause 28.2.;submission <strong>of</strong> eligibility requirements containing falseinformation or falsified documents;submission <strong>of</strong> bids that contain false information orfalsified documents, or the concealment <strong>of</strong> suchinformation in the bids in order to influence the outcome<strong>of</strong> eligibility screening or any other stage <strong>of</strong> the publicbidding;allowing the use <strong>of</strong> one’s name, or using the name <strong>of</strong>another for purposes <strong>of</strong> public bidding;22<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


(vii)(viii)(ix)(x)(xi)(xii)withdrawal <strong>of</strong> a bid, or refusal to accept an award, orenter into contract with the Government withoutjustifiable cause, after the Bidder had been adjudged ashaving submitted the Lowest Calculated and ResponsiveBid;refusal or failure to post the required performancesecurity within the prescribed time;refusal to clarify or validate in writing its bid during postqualificationwithin a period <strong>of</strong> seven (7) calendar daysfrom receipt <strong>of</strong> the request for clarification;any documented attempt by a bidder to unduly influencethe outcome <strong>of</strong> the bidding in his favor;failure <strong>of</strong> the potential joint venture partners to enter intothe joint venture after the bid is declared successful; orall other acts that tend to defeat the purpose <strong>of</strong> thecompetitive bidding, such as habitually withdrawing frombidding, submitting late Bids or patently insufficient bid,for at least three (3) times within a year, except for validreasons.(b)if the successful Bidder:(i)(ii)fails to sign the contract in accordance with ITB Clause31;fails to furnish performance security in accordance withITB Clause 32.19. Format and Signing <strong>of</strong> Bids19.1. Bidders shall submit their bids through their duly authorizedrepresentative using the appropriate forms provided in Section IXBidding Forms on or before the deadline specified in the ITB Clauses21 in two (2) separate sealed bid envelopes, and which shall besubmitted simultaneously. The first shall contain the technicalcomponent <strong>of</strong> the bid, including the eligibility requirements under ITBClause 12.1, and the second shall contain the financial component <strong>of</strong>the bid.19.2. Forms as mentioned in ITB Clause 19.1 must be completed withoutany alterations to their format, and no substitute form shall beaccepted. All blank spaces shall be filled in with the informationrequested.23<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


19.3. The Bidder shall prepare an original <strong>of</strong> the first and second envelopesas described in ITB Clauses 12 and 13. In addition, the Bidder shallsubmit copies <strong>of</strong> the first and second envelopes. In the event <strong>of</strong> anydiscrepancy between the original and the copies, the original shallprevail.19.4. The bid, except for un-amended printed literature, shall be signed, andeach and every page there<strong>of</strong> shall be initialed, by the duly authorizedrepresentative/s <strong>of</strong> the Bidder.19.5. Any interlineations, erasures, or overwriting shall be valid only if theyare signed or initialed by the duly authorized representative/s <strong>of</strong> theBidder.20. Sealing and Marking <strong>of</strong> Bids20.1. Bidders shall enclose their original eligibility and technical documentsdescribed in ITB Clause 12, in one sealed envelope marked “ORIGINAL- TECHNICAL COMPONENT”, and the original <strong>of</strong> their financialcomponent in another sealed envelope marked “ORIGINAL -FINANCIAL COMPONENT”, sealing them all in an outer envelopemarked “ORIGINAL BID”.20.2. Each copy <strong>of</strong> the first and second envelopes shall be similarly sealedduly marking the inner envelopes as “COPY NO. ___ - TECHNICALCOMPONENT” and “COPY NO. ___ – FINANCIAL COMPONENT” and theouter envelope as “COPY NO. ___”, respectively. These envelopescontaining the original and the copies shall then be enclosed in onesingle envelope.20.3. The original and the number <strong>of</strong> copies <strong>of</strong> the Bid as indicated in theBDS shall be typed or written in indelible ink and shall be signed bythe bidder or its duly authorized representative/s.20.4. All envelopes shall:(a)(b)(c)(d)(e)contain the name <strong>of</strong> the contract to be bid in capital letters;bear the name and address <strong>of</strong> the Bidder in capital letters;be addressed to the Procuring Entity’s BAC indentified in ITBClause 10.1.;bear the specific identification <strong>of</strong> this bidding process indicatedin the Invitation to Bid; andbear a warning “DO NOT OPEN BEFORE…” the date and time forthe opening <strong>of</strong> bids, in accordance with ITB Clause 21.24<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


20.5. If bids are not sealed and marked as required, the Procuring Entity willassume no responsibility for the misplacement or premature opening <strong>of</strong>the bid.D. Submission and Opening <strong>of</strong> Bids21. Deadline for Submission <strong>of</strong> BidsBids must be received by the Procuring Entity’s BAC at the address and on orbefore the date and time indicated in the BDS.22. Late BidsAny bid submitted after the deadline for submission and receipt <strong>of</strong> bidsprescribed by the Procuring Entity, pursuant to ITB Clause 21, shall bedeclared “Late” and shall not be accepted by the Procuring Entity.23. Modification and Withdrawal <strong>of</strong> Bids23.1. The Bidder may modify its bid after it has been submitted; providedthat the modification is received by the Procuring Entity prior to thedeadline prescribed for submission and receipt <strong>of</strong> bids. The Bidder shallnot be allowed to retrieve its original bid, but shall be allowed tosubmit another bid equally sealed, properly identified, linked to itsoriginal bid marked as “TECHNICAL MODIFICATION” or “FINANCIALMODIFICATION” and stamped “received” by the BAC. Bid modificationsreceived after the applicable deadline shall not be considered and shallbe returned to the Bidder unopened.23.2. A Bidder may, through a letter <strong>of</strong> withdrawal, withdraw its Bid after ithas been submitted, for valid and justifiable reason; provided that theletter <strong>of</strong> withdrawal is received by the Procuring Entity prior to thedeadline prescribed for submission and receipt <strong>of</strong> bids.23.3. Bids requested to be withdrawn in accordance with ITB Clause 23.1shall be returned unopened to the Bidders. A Bidder may also expressits intention not to participate in the bidding through a letter whichshould reach and be stamped by the BAC before the deadline forsubmission and receipt <strong>of</strong> bids. A Bidder that withdraws its bid shall notbe permitted to submit another bid, directly or indirectly, for the samecontract.23.4. No bid may be modified after the deadline for submission <strong>of</strong> bids. Nobid may be withdrawn in the interval between the deadline forsubmission <strong>of</strong> bids and the expiration <strong>of</strong> the period <strong>of</strong> bid validityspecified by the Bidder on the Financial Bid Form. Withdrawal <strong>of</strong> a bidduring this interval shall result in the forfeiture <strong>of</strong> the Bidder’s bidsecurity, pursuant to ITB Clause 18.5, and the imposition <strong>of</strong>25<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


administrative, civil, and criminal sanctions as prescribed by RA 9184and its IRR.24. Opening and Preliminary Examination <strong>of</strong> Bids24.1. The BAC shall open the first bid envelopes <strong>of</strong> Bidders in public asspecified in the BDS to determine each Bidder’s compliance with thedocuments prescribed in ITB Clause 12. For this purpose, the BACshall check the submitted documents <strong>of</strong> each bidder against a checklist<strong>of</strong> required documents to ascertain if they are all present, using a nondiscretionary“pass/fail” criterion. If a bidder submits the requireddocument, it shall be rated “passed” for that particular requirement. Inthis regard, bids that fail to include any requirement or are incompleteor patently insufficient shall be considered as “failed”. Otherwise, theBAC shall rate the said first bid envelope as “passed”.24.2. Unless otherwise specified in the BDS, immediately after determiningcompliance with the requirements in the first envelope, the BAC shallforthwith open the second bid envelope <strong>of</strong> each remaining eligiblebidder whose first bid envelope was rated “passed”. The secondenvelope <strong>of</strong> each complying bidder shall be opened within the sameday. In case one or more <strong>of</strong> the requirements in the second envelope<strong>of</strong> a particular bid is missing, incomplete or patently insufficient, and/orif the submitted total bid price exceeds the ABC unless otherwiseprovided in ITB Clause 13.1(b), the BAC shall rate the bid concernedas “failed”. Only bids that are determined to contain all the bidrequirements for both components shall be rated “passed” and shallimmediately be considered for evaluation and comparison.24.3. Letters <strong>of</strong> withdrawal shall be read out and recorded during bidopening, and the envelope containing the corresponding withdrawn bidshall be returned to the Bidder unopened. If the withdrawing Bidder’srepresentative is in attendance, the original bid and all copies there<strong>of</strong>shall be returned to the representative during the bid opening. If therepresentative is not in attendance, the Bid shall be returned unopenedby registered mail. The Bidder may withdraw its bid prior to thedeadline for the submission and receipt <strong>of</strong> bids, provided that thecorresponding letter <strong>of</strong> withdrawal contains a valid authorizationrequesting for such withdrawal, subject to appropriate administrativesanctions.24.4. If a Bidder has previously secured a certification from the ProcuringEntity to the effect that it has previously submitted the aboveenumeratedClass “A” Documents, the said certification may besubmitted in lieu <strong>of</strong> the requirements enumerated in ITB Clause12.1(a), items (i) to (vi).26<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


24.5. In the case <strong>of</strong> an eligible foreign Bidder as described in ITB Clause 5,the Class “A” Documents enumerated in ITB Clause 12.1(a) may besubstituted with the appropriate equivalent documents, if any, issuedby the country <strong>of</strong> the foreign Bidder concerned.24.6. Each partner <strong>of</strong> a joint venture agreement shall likewise submit thedocuments required in ITB Clauses 12.1(a)(i) and 12.1(a)(ii).Submission <strong>of</strong> documents required under ITB Clauses 12.1 (a) (iii) to12.1. (a) (vi) by any <strong>of</strong> the joint venture partners constitutescompliance.24.7. A Bidder determined as “failed” has three (3) calendar days uponwritten notice or, if present at the time <strong>of</strong> bid opening, upon verbalnotification within which to file a request for reconsideration with theBAC: Provided, however, that the request for reconsideration shall notbe granted if it is established that the finding <strong>of</strong> failure is due to thefault <strong>of</strong> the Bidder concerned: Provided, further, that the BAC shalldecide on the request for reconsideration within seven (7) calendardays from receipt there<strong>of</strong>. If a failed Bidder signifies his intent to file arequest for reconsideration, the BAC shall keep the bid envelopes <strong>of</strong>the said failed Bidder unopened and/or duly sealed until such time thatthe request for reconsideration or protest has been resolved.E. Evaluation and Comparison <strong>of</strong> Bids25. Process to be Confidential25.1. Members <strong>of</strong> the BAC, including its staff and personnel, as well as itsSecretariat and TWG, are prohibited from making or accepting any kind<strong>of</strong> communication with any bidder regarding the evaluation <strong>of</strong> theirbids until the issuance <strong>of</strong> the Notice <strong>of</strong> Award, unless in the case <strong>of</strong>ITB Clause 26.25.2. Any effort by a bidder to influence the Procuring Entity in the ProcuringEntity’s decision in respect <strong>of</strong> Bid evaluation, Bid comparison orcontract award will result in the rejection <strong>of</strong> the Bidder’s Bid.26. Clarification <strong>of</strong> BidsTo assist in the evaluation, comparison and post-qualification <strong>of</strong> the bids, thePurchaser may ask in writing any Bidder for a clarification <strong>of</strong> its bid. Allresponses to requests for clarification shall be in writing. Any clarificationsubmitted by a Bidder in respect to its bid and that is not in response to arequest by the Procuring Entity shall not be considered.27<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


27. Detailed Evaluation and Comparison <strong>of</strong> Bids27.1. The Procuring Entity will undertake the detailed evaluation andcomparison <strong>of</strong> Bids which have passed the opening and preliminaryexamination <strong>of</strong> Bids, pursuant to ITB Clause 24, in order to determinethe Lowest Calculated Bid.27.2. In evaluating the Bids to get the Lowest Calculated Bid, the ProcuringEntity shall undertake the following:(a)(b)The detailed evaluation <strong>of</strong> the financial component <strong>of</strong> the bids,to establish the correct calculated prices <strong>of</strong> the bids; andThe ranking <strong>of</strong> the total bid prices as so calculated from thelowest to highest. The bid with the lowest price shall beidentified as the Lowest Calculated Bid.27.3. The Procuring Entity's BAC shall immediately conduct a detailedevaluation <strong>of</strong> all bids rated “passed,” using non-discretionary “pass/fail”criterion. Unless otherwise specified in the BDS, the BAC shall considerthe following in the evaluation <strong>of</strong> bids:(a)(b)Completeness <strong>of</strong> the bid. Unless the ITB specifically allowspartial bids, bids not addressing or providing all <strong>of</strong> the requireditems in the Schedule <strong>of</strong> Requirements including, whereapplicable, bill <strong>of</strong> quantities, shall be considered non-responsiveand, thus, automatically disqualified. In this regard, where arequired item is provided, but no price is indicated, the sameshall be considered as non-responsive, but specifying a "0"(zero) for the said item would mean that it is being <strong>of</strong>fered forfree to the Procuring Entity; andArithmetical corrections. Consider computational errors andomissions to enable proper comparison <strong>of</strong> all eligible bids. Itmay also consider bid modifications if expressly allowed in theBDS. Any adjustment shall be calculated in monetary terms todetermine the calculated prices.27.4. Based on the detailed evaluation <strong>of</strong> bids, those that comply with theabove-mentioned requirements shall be ranked in the ascending order<strong>of</strong> their total calculated bid prices, as evaluated and corrected forcomputational errors, discounts and other modifications, to identify theLowest Calculated Bid. Total calculated bid prices, as evaluated andcorrected for computational errors, discounts and other modifications,which exceed the ABC shall not be considered, unless otherwiseindicated in the BDS.27.5. The Procuring Entity’s evaluation <strong>of</strong> bids shall only be based on the bidprice quoted in the Financial Bid Form.28<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


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 bidsthe cost <strong>of</strong> all taxes, such as, but not limited to, value added tax (VAT),income tax, local taxes, and other fiscal levies and duties which shallbe itemized in the bid form and reflected in the detailed estimates.Such bids, including said taxes, shall be the basis for bid evaluationand comparison.28. Post Qualification28.1. The Procuring Entity shall determine to its satisfaction whether theBidder that is evaluated as having submitted the Lowest Calculated Bidcomplies with and is responsive to all the requirements and conditionsspecified in ITB Clauses 5, 12, and 13.28.2. Within a non-extendible period <strong>of</strong> three (3) calendar days from receiptby the Bidder <strong>of</strong> the notice from the BAC that it is the LCRB, the Biddershall submit the following documentary requirements:(a) Tax clearance per Executive Order 398, Series <strong>of</strong> 2005;(b)(c)(d)Latest income and business tax returns in the form specified inthe BDS;Certificate <strong>of</strong> Phil-GEPS Registration; andOther appropriate licenses and permits required by law andstated in the BDS.Failure <strong>of</strong> the Bidder declared as LCB to duly submit the requirementsunder this Clause or a finding against the veracity <strong>of</strong> such, shall beground for forfeiture <strong>of</strong> the bid security and disqualification <strong>of</strong> theBidder for award.28.3. The determination shall be based upon an examination <strong>of</strong> thedocumentary evidence <strong>of</strong> the Bidder’s qualifications submitted pursuantto ITB Clauses 12 and 13, as well as other information as theProcuring Entity deems necessary and appropriate, using a nondiscretionary“pass/fail” criterion.28.4. If the BAC determines that the Bidder with the Lowest Calculated Bidpasses all the criteria for post-qualification, it shall declare the said bidas the Lowest Calculated Responsive Bid, and recommend to the Head<strong>of</strong> the Procuring Entity the award <strong>of</strong> contract to the said Bidder at itssubmitted price or its calculated bid price, whichever is lower, subjectto ITB Clause 30.3.28.5. A negative determination shall result in rejection <strong>of</strong> the Bidder’s Bid, inwhich event the Procuring Entity shall proceed to the next Lowest29<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Calculated Bid to make a similar determination <strong>of</strong> that Bidder’scapabilities to perform satisfactorily. If the second Bidder, however,fails the post qualification, the procedure for post qualification shall berepeated for the Bidder with the next Lowest Calculated Bid, and so onuntil the Lowest Calculated and Responsive Bid is determined forcontract award.28.6. Within a period not exceeding seven (7) calendar days from the date <strong>of</strong>receipt <strong>of</strong> the recommendation <strong>of</strong> the BAC, the Head <strong>of</strong> the ProcuringEntity shall approve or disapprove the said recommendation. In thecase <strong>of</strong> government owned and government-owned and/or -controlledcorporations (GOCCs) and government financial institutions (GFIs), theperiod provided herein shall be fifteen (15) calendar days.29. Reservation Clause29.1. Notwithstanding the eligibility or post-qualification <strong>of</strong> a bidder, theProcuring Entity concerned reserves the right to review itsqualifications at any stage <strong>of</strong> the procurement process if it hasreasonable grounds to believe that a misrepresentation has been madeby the said bidder, or that there has been a change in the Bidder’scapability to undertake the project from the time it submitted itseligibility requirements. Should such review uncover anymisrepresentation made in the eligibility and bidding requirements,statements or documents, or any changes in the situation <strong>of</strong> the Bidderwhich will affect its capability to undertake the project so that it failsthe preset eligibility or bid evaluation criteria, the Procuring Entity shallconsider the said Bidder as ineligible and shall disqualify it fromsubmitting a bid or from obtaining an award or contract.29.2. Based on the following grounds, the Procuring Entity reserves the rightto reject any and all Bids, declare a Failure <strong>of</strong> Bidding at any time priorto the contract award, or not to award the contract, without therebyincurring any liability, and make no assurance that a contract shall beentered into as a result <strong>of</strong> the bidding:(a)(b)If there is prima facie evidence <strong>of</strong> collusion between appropriatepublic <strong>of</strong>ficers or employees <strong>of</strong> the Procuring Entity, or betweenthe BAC and any <strong>of</strong> the bidders, or if the collusion is between oramong the bidders themselves, or between a bidder and a thirdparty, including any act which restricts, suppresses or nullifies ortends to restrict, suppress or nullify competition;If the Procuring Entity’s BAC is found to have failed in followingthe prescribed bidding procedures; or30<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


(c)For any justifiable and reasonable ground where the award <strong>of</strong>the contract will not redound to the benefit <strong>of</strong> the Governmentas follows:(i)If the physical and economic conditions have significantlychanged so as to render the project no longereconomically, financially or technically feasible asdetermined by the head <strong>of</strong> the procuring entity;(ii)(iii)If the project is no longer necessary as determined bythe head <strong>of</strong> the procuring entity; andIf the source <strong>of</strong> funds for the project has been withheldor reduced through no fault <strong>of</strong> the Procuring Entity.29.3. In addition, the Procuring Entity may likewise declare a failure <strong>of</strong>bidding when:(a)(b)(c)(d)No bids are received;All prospective bidders are declared ineligible;All bids fail to comply with all the bid requirements or fail postqualification;orThe bidder with the Lowest Calculated Responsive Bid refuses,without justifiable cause to accept the award <strong>of</strong> contract, and noaward is made.30. Contract AwardF. Award <strong>of</strong> Contract30.1. Subject to ITB Clause 28, the Procuring Entity shall award the contractto the Bidder whose Bid has been determined to be substantiallyresponsive and has been determined to be the Lowest Calculated andResponsive Bid (LCRB).30.2. Prior to the expiration <strong>of</strong> the period <strong>of</strong> Bid validity, the Procuring Entityshall notify the successful Bidder in writing that its Bid has beenaccepted, through a Notice <strong>of</strong> Award received personally or sent byregistered mail or electronically, receipt <strong>of</strong> which must be confirmed inwriting within two (2) days by the LCRB and submitted personally orsent by registered mail or electronically to the Procuring Entity.30.3. Notwithstanding the issuance <strong>of</strong> the Notice <strong>of</strong> Award, award <strong>of</strong> contractshall be subject to the following conditions:31<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


(a)Submission <strong>of</strong> the following documents within the prescribedperiod from receipt by the Bidder <strong>of</strong> the notice that it has theLowest Calculated and Responsive Bid:(i)(ii)Valid JVA, if applicable, within ten (10) calendar days;Valid PCAB license and registration for the type and cost<strong>of</strong> the contract to be bid for foreign bidders, within thirty(30) calendar days, if allowed under a Treaty orInternational or Executive Agreement mentioned in ITBClause 12.1. (a) (iv);(b)(c)(d)Posting <strong>of</strong> the performance security in accordance with ITBClause 32;Signing <strong>of</strong> the contract as provided in ITB Clause 31; andApproval by higher authority, if required.31. Signing <strong>of</strong> the Contract31.1. At the same time as the Procuring Entity notifies the successful Bidderthat its Bid has been accepted, the Procuring Entity shall send theContract Form to the Bidder, which Contract has been provided in theBidding Documents, incorporating therein all agreements between theparties.31.2. Within ten (10) calendar days from receipt <strong>of</strong> the Notice <strong>of</strong> Award, thesuccessful Bidder shall post the required performance security, signand date the contract and return it to the Procuring Entity.31.3. The Procuring Entity shall enter into contract with the successful Bidderwithin the same ten (10) calendar day period provided that all thedocumentary requirements are complied with.31.4. The following documents shall form part <strong>of</strong> the contract:(a)(b)(c)(d)(e)(f)Contract Agreement;Bidding Documents;Winning bidder’s bid, including the Technical and FinancialProposals, and all other documents/statements submitted;Performance Security;Credit line in accordance with ITB Clause 5.5, if applicable;Notice <strong>of</strong> Award <strong>of</strong> Contract; and32<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


(g)Other contract documents that may be required by existing lawsand/or specified in the BDS.32. Performance Security32.1. To guarantee the faithful performance by the winning Bidder <strong>of</strong> itsobligations under the contract, it shall post a performance securitywithin a maximum period <strong>of</strong> ten (10) calendar days from the receipt <strong>of</strong>the Notice <strong>of</strong> Award from the Procuring Entity and in no case later thanthe signing <strong>of</strong> the contract.32.2. The performance security shall be denominated in Philippine Pesos andposted in favor <strong>of</strong> the Procuring Entity in an amount equal to thepercentage <strong>of</strong> the total contract price in accordance with the followingschedule:Form <strong>of</strong> Performance Security(a) Cash, cashier’s/manager’s check issued by aUniversal or Commercial Bank;Amount <strong>of</strong>Performance Security(Equal to Percentage<strong>of</strong> the Total ContractPrice)(b) Bank Draft/ Guarantee or Irrevocable letter<strong>of</strong> credit issued by a Universal orCommercial Bank: Provided, however, that itshall be confirmed or authenticated by aUniversal or Commercial Bank, if issued by aforeign bank;(c) Surety bond callable upon demand issuedby a surety or insurance company dulycertified by the Insurance Commission asauthorized to issue such security; and/or(d) Any combination <strong>of</strong> the foregoing.33Ten percent (10%)Thirty percent (30%)Proportionate to share<strong>of</strong> form with respect tototal amount <strong>of</strong>security32.3. Failure <strong>of</strong> the successful Bidder to comply with the above-mentionedrequirement shall constitute sufficient ground for the annulment <strong>of</strong> theaward and forfeiture <strong>of</strong> the bid security, in which event the ProcuringEntity shall initiate and complete the post qualification <strong>of</strong> the secondLowest Calculated Bid. The procedure shall be repeated until theLowest Calculated and Responsive Bid is identified and selected forcontract award. However if no Bidder passed post-qualification, theBAC shall declare the bidding a failure and conduct a re-bidding withre-advertisement.<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


33. Notice to Proceed33.1. Within three (3) calendar days from the date <strong>of</strong> approval <strong>of</strong> theContract by the appropriate government approving authority, theProcuring Entity shall issue its Notice to Proceed to the Bidder.33.2. The contract effectivity date shall be provided in the Notice to Proceedby the Procuring Entity, which date shall not be later than seven (7)calendar days from the issuance <strong>of</strong> the Notice to Proceed.34<strong>Clark</strong> Development CorporationSection II Instructions to Bidders<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Section III. Bid Data Sheet (BDS)35


Bid Data SheetITBClause1.1. The PROCURING ENTITY is <strong>Clark</strong> Development Corporation.The name <strong>of</strong> the Contract is <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong><strong>Building</strong> (Motorpool, Records, Warehouses and Maintenance Area).The identification number <strong>of</strong> the contract is Work Order No. 2011-033.2. The Funding Source is: The Government <strong>of</strong> the Philippines (GOP) throughCDC Corporate Capital Expenditures Budget for CY 2011 in the amount <strong>of</strong>Php 17,803,345.67.The name <strong>of</strong> the Project is <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong><strong>Building</strong> (Motorpool, Records, Warehouses and Maintenance Area).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. No Further Instructions.For this purpose, similar contracts shall refer to <strong>Renovation</strong> <strong>of</strong> <strong>Building</strong>s.8.1. Subcontracting is not allowed.8.2. Not applicable.9.1.The Procuring Entity will hold a pre-bid conference for this Project onJanuary 16, 2012 (2:00 p.m.) at CDC Board Room, Ground Floor Bldg.2125 , E. Quirino St. corner C.P. Garcia Street ,CDC Corporate Center, <strong>Clark</strong><strong>Freeport</strong> <strong>Zone</strong>, Philippines 2023.10.1 The Procuring Entity’s address is:Ms. Ma. Zoraida G. CamelloOfficer-in-ChargeBids and Awards SecretariatGround Floor Bldg. 2127 C.P. Garcia StCDC Corporate Center, <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, Philippines 2023Trunkline: (045)599-9000 local 932/ Telefax: (045) 599-7028e-mail: bacsecretariat@clark.com.phwebsite: www.clark.com.ph36<strong>Clark</strong> Development CorporationSection III Bid Data Sheet<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


10.3. No further instructions.12.1. The first envelope shall contain the eligibility and technical documents statedin the ITB Clause. However, if the Bidder maintains a current and updatedfile <strong>of</strong> his Class “A” Documents with the Procuring Entity, a written letter <strong>of</strong>intent may be submitted in lieu <strong>of</strong> the Class “A” Documents; otherwise, itshall submit an application for eligibility and its latest Class “A” Documents onor before the submission <strong>of</strong> bids. Any application for eligibility or updatessubmitted after the deadline for the submission <strong>of</strong> the letter <strong>of</strong> intent shallnot be considered for the bidding at hand.The List <strong>of</strong> contractor’s personnel (viz, Project Manager/ Engineers, ElectricalEngineer, Materials Engineer, and Foremen), to be assigned to the contractto be bid, should attach their complete qualifications, Letter to ProcuringEntity, Notarized Certificate <strong>of</strong> Employment, Bio-data and Photocopy <strong>of</strong> ValidPr<strong>of</strong>essional License (for Pr<strong>of</strong>essionals) using the following prescribed forms:1. Sample Form INFR-48 : Qualification <strong>of</strong> <strong>Proposed</strong> Key Personnelto be assigned to the Contract;2. Sample Form INFR-45 : Contractor’s Letter Certificate toProcuring Entity (for each personnel);3. Sample Form INFR-46 : Notarized Key Personnel’s Certificate <strong>of</strong>Employment (for each personnel); and4. Sample Form INFR-47: Key Personnel Format <strong>of</strong> Bio-data(for each personnel)Duly Signed Bid Bulletins would form part <strong>of</strong> the Technical Documents, if any.12.1.(a)(i)12.1.(a)(iv)No other acceptable pro<strong>of</strong> <strong>of</strong> registration is recognizedNo further instructions.13.1. No Further Instructions.13.1(b).The ABC is Php 17,803,345.67. Any bid with a financial componentexceeding this amount shall not be accepted.Additional Documents to form part <strong>of</strong> the submission <strong>of</strong> Financial Componentare as follows:1. Detailed Estimates including a summary sheet indicating the unit prices <strong>of</strong>construction materials, labor rates and equipment rentals used in comingup with the bid in the prescribed format;2. Duly Signed Cash Flow and Payment Schedule; and3. Day work Schedule.37<strong>Clark</strong> Development CorporationSection III Bid Data Sheet<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


14.2. No further instructions.15.4. No further instructions.16.1. The bid prices shall be quoted in Philippine Pesos.17.1. Bids will be valid until 120 calendar days upon submission <strong>of</strong> bids.18.1. The bid security shall be in the following amount:1. The amount <strong>of</strong> Php 356,066.91 (2% <strong>of</strong> ABC), if bid security is incash, cashier’s/manager’s check, bank draft/guarantee or irrevocableletter <strong>of</strong> credit (issued by a commercial/universal bank);2. The amount <strong>of</strong> Php 890,167.28 (5% <strong>of</strong> ABC) if bid security is inSurety Bond callable upon demand issued by a surety or insurancecompany duly certified by the Insurance Commission as authorized toissue such security; or3. Any combination <strong>of</strong> the foregoing proportionate to the share <strong>of</strong> formwith respect to total amount <strong>of</strong> security.18.2. The bid security shall be valid until 120 calendar days upon the submission <strong>of</strong>Bids.20.3. Each Bidder shall submit One (1) original and Two (2) copies <strong>of</strong> the first andsecond components <strong>of</strong> its bid.21. The address for submission <strong>of</strong> bids is CDC Board Room, Ground Floor Bldg.2125 E. Quirino Avenue corner C.P. Garcia Street, CDC Corporate Center, <strong>Clark</strong><strong>Freeport</strong> <strong>Zone</strong>, Philippines 2023.Deadline for submission <strong>of</strong> bids: January 30, 2012 (10:00 a.m.)24.1. The place <strong>of</strong> bid opening is at CDC Board Room, Ground Floor Bldg. 2125 E.Quirino Avenue corner C.P. Garcia Street, CDC Corporate Center, <strong>Clark</strong><strong>Freeport</strong> <strong>Zone</strong>, Philippines 2023.The date & time <strong>of</strong> bid opening is 10:00 a.m. on January 30, 2012The <strong>of</strong>ficial time would be the Time keeping Machine located at the left side<strong>of</strong> Bldg. 2125.24.2. No further instructions.27.3.(b)Bid modification is not allowed27.4. No further instructions.38<strong>Clark</strong> Development CorporationSection III Bid Data Sheet<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


28.2.(b)1. Certified True Copy <strong>of</strong> the following documents filed using theElectronic Filing and Payment System (EFPS):a. Income Tax Return- refers to the latest ITR (BIR Form No. 1702for Corporation and Partnership) for the calendar/fiscal year; andb. Business Tax Returns- refers to the Value Added Tax Return(Monthly: BIR Form No. 2550-M; Quarterly: BIR Form No. 2550-Q)or Percentage Tax Returns (BIR Form No. 2551-M) covering theprevious six (6) Months immediately preceding the date <strong>of</strong> thesubmission and opening <strong>of</strong> bids.2. In the absence <strong>of</strong> EFPS- filed Tax Returns, in lieu there<strong>of</strong>, submit thefollowing certified true copies:a. Tax Returns as specified above- manually filed or stampedreceived by the BIR or its authorized agents; andb. Pro<strong>of</strong> <strong>of</strong> application/registration with EFPS.The latest income and business tax returns are those within the last six (6)months preceding the date <strong>of</strong> bid submission.28.2(d)31.4.(g)No Further Instructions.Additional contract documents relevant to the Project that may be requiredby existing laws and/or the Procuring EntityConstruction schedule and S-curve, manpower schedule, constructionmethods, equipment utilization schedule, construction safety and healthprogram approved by the Department <strong>of</strong> Labor and Employment, andPERT/CPM.39<strong>Clark</strong> Development CorporationSection III Bid Data Sheet<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Section IV. General Conditions <strong>of</strong>Contract (GCC)40


TABLE OF CONTENTS1. DEFINITIONS ....................................................................................432. INTERPRETATION ............................................................................453. GOVERNING LANGUAGE AND LAW .............................................464. COMMUNICATIONS .........................................................................465. POSSESSION OF SITE .....................................................................466. THE CONTRACTOR’S OBLIGATIONS............................................477. PERFORMANCE SECURITY.............................................................488. SUBCONTRACTING ..........................................................................499. LIQUIDATED DAMAGES ..................................................................4910.SITE INVESTIGATION REPORTS ..................................................5011.THE PROCURING ENTITY, LICENSES AND PERMITS..............5012.CONTRACTOR’S RISK AND WARRANTY SECURITY ................5013.LIABILITY OF THE CONTRACTOR ................................................5314.PROCURING ENTITY’S RISK .........................................................5315.INSURANCE .......................................................................................5316.TERMINATION FOR DEFAULT OF CONTRACTOR .....................5517.TERMINATION FOR DEFAULT OF PROCURING ENTITY.........5618.TERMINATION FOR OTHER CAUSES ...........................................5619.PROCEDURES FOR TERMINATION OF CONTRACTS................5820.FORCE MAJEURE, RELEASE FROM PERFORMANCE .................6121.RESOLUTION OF DISPUTES ..........................................................6122.SUSPENSION OF LOAN, CREDIT, GRANT, ORAPPROPRIATION..............................................................................6223.PROCURING ENTITY’S REPRESENTATIVE’S DECISIONS ......6224. APPROVAL OF DRAWINGS AND TEMPORARY WORKS BY THE PROCURING ENTITY’SREPRESENTATIVE .......................................................................................................... 6325. ACCELERATION AND DELAYS ORDERED BY THE PROCURING ENTITY’SREPRESENTATIVE .......................................................................................................... 6326.EXTENSION OF THE INTENDED COMPLETION DATE..............6341<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> the Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong> (Motorpool, Property & ECMDWarehouse/Maintenance Area )


27.RIGHT TO VARY................................................................................6428.CONTRACTORS RIGHT TO CLAIM ................................................6429.DAYWORKS........................................................................................6430.EARLY WARNING .............................................................................6431.PROGRAM OF WORK .......................................................................6532.MANAGEMENT CONFERENCES......................................................6633.BILL OF QUANTITIES ......................................................................6634.INSTRUCTIONS, INSPECTIONS AND AUDITS ..........................6635.IDENTIFYING DEFECTS ..................................................................6736.COST OF REPAIRS............................................................................6737.CORRECTION OF DEFECTS ............................................................6738.UNCORRECTED DEFECTS ...............................................................6839.ADVANCE PAYMENT ........................................................................6840.PROGRESS PAYMENTS....................................................................6841.PAYMENT CERTIFICATES...............................................................6942.RETENTION........................................................................................7043.VARIATION ORDERS .......................................................................7044.CONTRACT COMPLETION...............................................................7245.SUSPENSION OF WORK..................................................................7346.PAYMENT ON TERMINATION........................................................7447.EXTENSION OF CONTRACT TIME.................................................7448.PRICE ADJUSTMENT........................................................................7649.COMPLETION.....................................................................................7650.TAKING OVER....................................................................................7651.OPERATING AND MAINTENANCE MANUALS ............................7642<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> the Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong> (Motorpool, Property & ECMDWarehouse/Maintenance Area )


1. DefinitionsFor purposes <strong>of</strong> this Clause, boldface type is used to identify defined terms.1.1. The Arbiter is the person appointed jointly by the Procuring Entity andthe Contractor to resolve disputes in the first instance, as provided forin GCC Clause 21.1.2. Bill <strong>of</strong> Quantities refers to a list <strong>of</strong> the specific items <strong>of</strong> the Work andtheir corresponding unit prices, lump sums, and/or provisional sums.1.3. The Completion Date is the date <strong>of</strong> completion <strong>of</strong> the Works ascertified by the Procuring Entity’s Representative, in accordance withGCC Clause 49.1.4. The Contract is the contract between the Procuring Entity and theContractor to execute, complete, and maintain the Works.1.5. The Contract Price is the price stated in the Letter <strong>of</strong> Acceptance andthereafter to be paid by the Procuring Entity to the Contractor for theexecution <strong>of</strong> the Works in accordance with this Contract.1.6. Contract Time Extension is the allowable period for the Contractorto complete the Works in addition to the original Completion Datestated in this Contract.1.7. The Contractor is the juridical entity whose proposal has beenaccepted by the Procuring Entity and to whom the Contract to executethe Work was awarded.1.8. The Contractor’s Bid is the signed <strong>of</strong>fer or proposal submitted by theContractor to the Procuring Entity in response to the BiddingDocuments.1.9. Days are calendar days; months are calendar months.1.10. Day works are varied work inputs subject to payment on a time basisfor the Contractor’s employees and Equipment, in addition to paymentsfor associated Materials and Plant.1.11. A Defect is any part <strong>of</strong> the Works not completed in accordance withthe Contract.1.12. The Defects Liability Certificate is the certificate issued byProcuring Entity’s Representative upon correction <strong>of</strong> defects by theContractor.43<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


1.13. The Defects Liability Period is the one year period between projectcompletion and final acceptance within which the Contractor assumesthe responsibility to undertake the repair <strong>of</strong> any damage to the Worksat his own expense.1.14. Drawings are graphical presentations <strong>of</strong> the Works. They include allsupplementary details, shop drawings, calculations, and otherinformation provided or approved for the execution <strong>of</strong> this Contract.1.15. Equipment refers to all facilities, supplies, appliances, materials orthings required for the execution and completion <strong>of</strong> the Work providedby the Contractor and which shall not form or are not intended to formpart <strong>of</strong> the Permanent Works.1.16. The Intended Completion Date refers to the date specified in theSCC when the Contractor is expected to have completed the Works.The Intended Completion Date may be revised only by the ProcuringEntity’s Representative by issuing an extension <strong>of</strong> time or anacceleration order.1.17. Materials are all supplies, including consumables, used by theContractor for incorporation in the Works.1.18. The Notice to Proceed is a written notice issued by the ProcuringEntity or the Procuring Entity’s Representative to the Contractorrequiring the latter to begin the commencement <strong>of</strong> the work not laterthan a specified or determinable date.1.19. Permanent Works all permanent structures and all other projectfeatures and facilities required to be constructed and completed inaccordance with this Contract which shall be delivered to the ProcuringEntity and which shall remain at the Site after the removal <strong>of</strong> allTemporary Works.1.20. Plant refers to the machinery, apparatus, and the like intended t<strong>of</strong>orm an integral part <strong>of</strong> the Permanent Works.1.21. The Procuring Entity is the party who employs the Contractor tocarry out the Works stated in the SCC.1.22. The Procuring Entity’s Representative refers to the Head <strong>of</strong> theProcuring Entity or his duly authorized representative, identified in theSCC, who shall be responsible for supervising the execution <strong>of</strong> theWorks and administering this Contract.1.23. The Site is the place provided by the Procuring Entity where the Worksshall be executed and any other place or places which may be44<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


designated in the SCC, or notified to the Contractor by the ProcuringEntity’s Representative as forming part <strong>of</strong> the Site.1.24. Site Investigation Reports are those that were included in theBidding Documents and are factual and interpretative reports about thesurface and subsurface conditions at the Site.1.25. Slippage is a delay in work execution occurring when actualaccomplishment falls below the target as measured by the differencebetween the scheduled and actual accomplishment <strong>of</strong> the Work by theContractor as established from the work schedule. This is actuallydescribed as a percentage <strong>of</strong> the whole Works.1.26. Specifications mean the description <strong>of</strong> Works to be done and thequalities <strong>of</strong> materials to be used, the equipment to be installed and themode <strong>of</strong> construction.1.27. The Start Date, as specified in the SCC, is the date when theContractor is obliged to commence execution <strong>of</strong> the Works. It doesnot necessarily coincide with any <strong>of</strong> the Site Possession Dates.1.28. A Subcontractor is any person or organization to whom a part <strong>of</strong> theWorks has been subcontracted by the Contractor, as allowed by theProcuring Entity, but not any assignee <strong>of</strong> such person.1.29. Temporary Works are works designed, constructed, installed, andremoved by the Contractor that are needed for construction orinstallation <strong>of</strong> the Permanent Works.1.30. Work(s) refer to the Permanent Works and Temporary Works to beexecuted by the Contractor in accordance with this Contract, including(i) the furnishing <strong>of</strong> all labor, materials, equipment and othersincidental, necessary or convenient to the complete execution <strong>of</strong> theWorks; (ii) the passing <strong>of</strong> any tests before acceptance by the ProcuringEntity’s Representative; (iii) and the carrying out <strong>of</strong> all duties andobligations <strong>of</strong> the Contractor imposed by this Contract as described inthe SCC.2. Interpretation2.1. In interpreting the Conditions <strong>of</strong> Contract, singular also means plural,male also means female or neuter, and the other way around.Headings have no significance. Words have their normal meaningunder the language <strong>of</strong> this Contract unless specifically defined. TheProcuring Entity’s Representative will provide instructions clarifyingqueries about the Conditions <strong>of</strong> Contract.45<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


2.2. If sectional completion is specified in the SCC, references in theConditions <strong>of</strong> Contract to the Works, the Completion Date, and theIntended Completion Date apply to any Section <strong>of</strong> the Works (other thanreferences to the Completion Date and Intended Completion Date forthe whole <strong>of</strong> the Works).3. Governing Language and Law3.1. This Contract has been executed in the English language, which shallbe the binding and controlling language for all matters relating to themeaning or interpretation <strong>of</strong> this Contract. All correspondence andother documents pertaining to this Contract which are exchanged bythe parties shall be written in English.3.2. This Contract shall be interpreted in accordance with the laws <strong>of</strong> theRepublic <strong>of</strong> the Philippines.4. CommunicationsCommunications between parties that are referred to in the Conditions shallbe effective only when in writing. A notice shall be effective only when it isreceived by the concerned party.5. Possession <strong>of</strong> Site5.1. On the date specified in the SCC, the Procuring Entity shall grant theContractor possession <strong>of</strong> so much <strong>of</strong> the Site as may be required toenable it to proceed with the execution <strong>of</strong> the Works. If the Contractorsuffers delay or incurs cost from failure on the part <strong>of</strong> the ProcuringEntity to give possession in accordance with the terms <strong>of</strong> this clause,the Procuring Entity’s Representative shall give the Contractor aContract Time Extension and certify such sum as fair to cover the costincurred, which sum shall be paid by Procuring Entity.5.2. If possession <strong>of</strong> a portion is not given by the date stated in the SCCClause 5.1., the Procuring Entity will be deemed to have delayed thestart <strong>of</strong> the relevant activities. The resulting adjustments in contacttime to address such delay shall be in accordance with GCC Clause 47.5.3. The Contractor shall bear all costs and charges for special or temporaryright-<strong>of</strong>-way required by it in connection with access to the Site. TheContractor shall also provide at his own cost any additional facilitiesoutside the Site required by it for purposes <strong>of</strong> the Works.5.4. The Contractor shall allow the Procuring Entity’s Representative andany person authorized by the Procuring Entity’s Representative access46<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


to the Site and to any place where work in connection with thisContract is being carried out or is intended to be carried out.6. The Contractor’s Obligations6.1. The Contractor shall carry out the Works properly and in accordancewith 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 <strong>of</strong>the Procuring Entity.6.2. The Contractor shall commence execution <strong>of</strong> the Works on the StartDate and shall carry out the Works in accordance with the Program <strong>of</strong>Work submitted by the Contractor, as updated with the approval <strong>of</strong> theProcuring Entity’s Representative, and complete them by the IntendedCompletion Date.6.3. The Contractor shall be responsible for the safety <strong>of</strong> all activities on theSite.6.4. The Contractor shall carry out all instructions <strong>of</strong> the Procuring Entity’sRepresentative that comply with the applicable laws where the Site islocated.6.5. The Contractor shall employ the key personnel named in the Schedule<strong>of</strong> Key Personnel, as referred to in the SCC, to carry out thesupervision <strong>of</strong> the Works. The Procuring Entity will approve anyproposed replacement <strong>of</strong> key personnel only if their relevantqualifications and abilities are equal to or better than those <strong>of</strong> thepersonnel listed in the Schedule.6.6. If the Procuring Entity’s Representative asks the Contractor to removea member <strong>of</strong> 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 subcontractorsshall abide at all times by all labor laws, including child labor relatedenactments, and other relevant rules.6.8. The Contractor shall submit to the Procuring Entity for consent thename and particulars <strong>of</strong> the person authorized to receive instructionson behalf <strong>of</strong> the Contractor.6.9. The Contractor shall cooperate and share the Site with othercontractors, public authorities, utilities, and the Procuring Entitybetween the dates given in the schedule <strong>of</strong> other contractors47<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


particularly when they shall require access to the Site. The Contractorshall also provide facilities and services for them during this period.The Procuring Entity may modify the schedule <strong>of</strong> other contractors,and shall notify the Contractor <strong>of</strong> any such modification thereto.6.10. Should anything <strong>of</strong> historical or other interest or <strong>of</strong> significant value beunexpectedly discovered on the Site, it shall be the property <strong>of</strong> theProcuring Entity. The Contractor shall notify the Procuring Entity’sRepresentative <strong>of</strong> such discoveries and carry out the Procuring Entity’sRepresentative’s instructions in dealing with them.6.11. The Contractor shall provide all the necessary equipment, personnel,instruments, documents and others to carry out specified tests.7. Performance Security7.1. Within ten (10) calendar days from receipt <strong>of</strong> the Notice <strong>of</strong> Award fromthe Procuring Entity but in no case later than the signing <strong>of</strong> thecontract by both parties, the Contractor shall furnish the performancesecurity in any the forms prescribed in ITB Clause 32.2.7.2. The performance security posted in favor <strong>of</strong> the Procuring Entity shallbe forfeited in the event it is established that the Contractor is indefault in any <strong>of</strong> its obligations under the Contract.7.3. The performance security shall remain valid until issuance by theProcuring Entity <strong>of</strong> the Certificate <strong>of</strong> Final Acceptance.7.4. The performance security may be released by the Procuring Entity andreturned to the Contractor after the issuance <strong>of</strong> the Certificate <strong>of</strong> FinalAcceptance subject to the following conditions:(a)(b)(c)There are no pending claims against the Contractor or thesurety company filed by the Procuring Entity;The Contractor has no pending claims for labor and materialsfiled against it; andOther terms specified in the SCC.7.5. The Contractor shall post an additional performance security followingthe amount and form specified in ITB Clause 32.2. to cover anycumulative increase <strong>of</strong> more than ten percent (10%) over the originalvalue <strong>of</strong> the contract as a result <strong>of</strong> amendments to order or changeorders, extra work orders and supplemental agreements, as the casemay be. The Contractor shall cause the extension <strong>of</strong> the validity <strong>of</strong> theperformance security to cover approved contract time extensions.48<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


7.6. In case <strong>of</strong> a reduction in the contract value or for partially completedWorks under the contract which are usable and accepted by theProcuring Entity the use <strong>of</strong> which, in the judgment <strong>of</strong> the implementingagency or the Procuring Entity, will not affect the structural integrity <strong>of</strong>the entire project, the Procuring Entity shall allow a proportionalreduction in the original performance security, provided that any suchreduction is more than ten percent (10%) and that the aggregate <strong>of</strong>such reductions is not more than fifty percent (50%) <strong>of</strong> the originalperformance security.7.7. Unless otherwise indicated in the SCC, The Contractor, by enteringinto the Contract with the Procuring Entity, acknowledges the right <strong>of</strong>the Procuring Entity to institute action pursuant to Act 3688 againstany subcontractor be they an individual, firm, partnership, corporation,or association supplying the Contractor with labor, materials and/orequipment for the performance <strong>of</strong> this Contract.8. Subcontracting8.1. Unless otherwise indicated in the SCC, the Contractor cannotsubcontract Works more than the percentage specified in ITB Clause8.1.8.2. Subcontracting <strong>of</strong> any portion <strong>of</strong> the Works does not relieve theContractor <strong>of</strong> any liability or obligation under this Contract. TheContractor will be responsible for the acts, defaults, and negligence <strong>of</strong>any subcontractor, its agents, servants or workmen as fully as if thesewere the Contractor’s own acts, defaults, or negligence, or those <strong>of</strong> itsagents, servants or workmen.8.3. Subcontractors disclosed and identified during the bidding may bechanged during the implementation <strong>of</strong> this Contract, subject tocompliance with the required qualifications and the approval <strong>of</strong> theProcuring Entity.9. Liquidated Damages9.1. The Contractor shall pay liquidated damages to the Procuring Entityfor each day that the Completion Date is later than the IntendedCompletion Date. The applicable liquidated damages is at least onetenth(1/10) <strong>of</strong> a percent <strong>of</strong> the cost <strong>of</strong> the unperformed portion forevery day <strong>of</strong> delay. The total amount <strong>of</strong> liquidated damages shall notexceed ten percent (10%) <strong>of</strong> the amount <strong>of</strong> the contract. TheProcuring Entity may deduct liquidated damages from payments due tothe Contractor. Payment <strong>of</strong> liquidated damages shall not affect theContractor. Once the cumulative amount <strong>of</strong> liquidated damagesreaches ten percent (10%) <strong>of</strong> the amount <strong>of</strong> this Contract, the49<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Procuring Entity shall rescind this Contract, without prejudice to othercourses <strong>of</strong> action and remedies open to it.9.2. If the Intended Completion Date is extended after liquidated damageshave been paid, the Engineer <strong>of</strong> the Procuring Entity shall correct anyoverpayment <strong>of</strong> liquidated damages by the Contractor by adjusting thenext payment certificate. The Contractor shall be paid interest on theoverpayment, calculated from the date <strong>of</strong> payment to the date <strong>of</strong>repayment, at the rates specified in GCC Clause 40.1.10. Site Investigation ReportsThe Contractor, in preparing the Bid, shall rely on any Site InvestigationReports referred to in the SCC supplemented by any information obtained bythe Contractor.11. The Procuring Entity, Licenses and PermitsThe Procuring Entity shall, if requested by the Contractor, assist him inapplying for permits, licenses or approvals, which are required for the Works.12. Contractor’s Risk and Warranty Security12.1. The Contractor shall assume full responsibility for the Works from thetime project construction commenced up to final acceptance by theProcuring Entity and shall be held responsible for any damage ordestruction <strong>of</strong> the Works except those occasioned by force majeure.The Contractor shall be fully responsible for the safety, protection,security, and convenience <strong>of</strong> his personnel, third parties, and the publicat large, as well as the Works, Equipment, installation, and the like tobe affected by his construction work.12.2. The defects liability period for infrastructure projects shall be one (1)year from project completion up to final acceptance by the ProcuringEntity. During this period, the Contractor shall undertake the repairworks, at his own expense, <strong>of</strong> any damage to the Works on account <strong>of</strong>the use <strong>of</strong> materials <strong>of</strong> inferior quality within ninety (90) days from thetime the Head <strong>of</strong> the Procuring Entity has issued an order to undertakerepair. In case <strong>of</strong> failure or refusal to comply with this mandate, theProcuring Entity shall undertake such repair works and shall be entitledto full reimbursement <strong>of</strong> expenses incurred therein upon demand.12.3. Unless otherwise indicated in the SCC, in case the Contractor fails tocomply with the preceding paragraph, the Procuring Entity shall forfeitits performance security, subject its property (ies) to attachment orgarnishment proceedings, and perpetually disqualify it from50<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


participating in any public bidding. All payables <strong>of</strong> the GOP in his favorshall be <strong>of</strong>fset to recover the costs.12.4. After final acceptance <strong>of</strong> the Works by the Procuring Entity, theContractor shall be held responsible for “Structural Defects”, i.e., majorfaults/flaws/deficiencies in one or more key structural elements <strong>of</strong> theproject which may lead to structural failure <strong>of</strong> the completedelements or structure, or “Structural Failures”, i.e., where one or morekey structural elements in an infrastructure facility fails or collapses,thereby rendering the facility or part there<strong>of</strong> incapable <strong>of</strong> withstandingthe design loads, and/or endangering the safety <strong>of</strong> the users or thegeneral public:(a)(b)(c)(d)(e)Contractor – Where Structural Defects/Failures arise due t<strong>of</strong>aults attributable to improper construction, use <strong>of</strong> inferiorquality/substandard materials, and any violation <strong>of</strong> the contractplans and specifications, the contractor shall be held liable;Consultants – Where Structural Defects/Failures arise due t<strong>of</strong>aulty and/or inadequate design and specifications as well asconstruction supervision, then the consultant who prepared thedesign or undertook construction supervision for the projectshall be held liable;Procuring Entity’s Representatives/Project Manager/ConstructionManagers and Supervisors – The project owner’srepresentative(s), project manager, construction manager, andsupervisor(s) shall be held liable in cases where the StructuralDefects/Failures are due to his/their willful intervention inaltering the designs and other specifications; negligence oromission in not approving or acting on proposed changes tonoted defects or deficiencies in the design and/or specifications;and the use <strong>of</strong> substandard construction materials in theproject;Third Parties - Third Parties shall be held liable in cases whereStructural Defects/Failures are caused by work undertaken bythem such as leaking pipes, diggings or excavations,underground cables and electrical wires, underground tunnel,mining shaft and the like, in which case the applicable warrantyto such structure should be levied to third parties for theirconstruction or restoration works.Users - In cases where Structural Defects/Failures are due toabuse/misuse by the end user <strong>of</strong> the constructed facility and/ornon–compliance by a user with the technical design limits51<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


and/or intended purpose <strong>of</strong> the same, then the user concernedshall be held liable.12.5. The warranty against Structural Defects/Failures, except thoseoccasioned on force majeure, shall cover the period specified in theSCC reckoned from the date <strong>of</strong> issuance <strong>of</strong> the Certificate <strong>of</strong> FinalAcceptance by the Procuring Entity.12.6. The Contractor shall be required to put up a warranty security in theform <strong>of</strong> cash, bank guarantee, letter <strong>of</strong> credit, GSIS or surety bondcallable on demand, in accordance with the following schedule:Form <strong>of</strong> Warranty(a) Cash or letter <strong>of</strong> credit issued byUniversal or Commercial bank:provided, however, that the letter<strong>of</strong> credit shall be confirmed orauthenticated by a Universal orCommercial bank, if issued by aforeign bank(b) Bank guarantee confirmed byUniversal or Commercial bank:provided, however, that the letter<strong>of</strong> credit shall be confirmed orauthenticated by a Universal orCommercial bank, if issued by aforeign bank(c) Surety bond callable upon demandissued by GSIS or any surety orinsurance company duly certifiedby the Insurance CommissionMinimum Amount inPercentage (%) <strong>of</strong> TotalContract PriceFive Percent (5%)Ten Percent (10%)Thirty Percent (30%)12.7. The warranty security shall be stated in Philippine Pesos and shallremain effective for one year from the date <strong>of</strong> issuance <strong>of</strong> theCertificate <strong>of</strong> Final Acceptance by the Procuring Entity, and returnedonly after the lapse <strong>of</strong> said one year period.12.8. In case <strong>of</strong> structural defects/failure occurring during the applicablewarranty period provided in GCC Clause 12.5., the Procuring Entityshall undertake the necessary restoration or reconstruction works andshall be entitled to full reimbursement by the parties found to be liablefor expenses incurred therein upon demand, without prejudice to thefiling <strong>of</strong> appropriate administrative, civil, and/or criminal charges52<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


against the responsible persons as well as the forfeiture <strong>of</strong> thewarranty security posted in favor <strong>of</strong> the Procuring Entity.13. Liability <strong>of</strong> the ContractorSubject to additional provisions, if any, set forth in the SCC, the Contractor’sliability under this Contract shall be as provided by the laws <strong>of</strong> the Republic <strong>of</strong>the Philippines.14. Procuring Entity’s Risk14.1. From the Start Date until the Certificate <strong>of</strong> Final Acceptance has beenissued, the following are risks <strong>of</strong> the Procuring Entity:(a)The risk <strong>of</strong> personal injury, death, or loss <strong>of</strong> or damage toproperty (excluding the Works, Plant, Materials, andEquipment), which are due to:(i)(ii)any type <strong>of</strong> use or occupation <strong>of</strong> the Site authorized bythe Procuring Entity after the <strong>of</strong>ficial acceptance <strong>of</strong> theworks; orNegligence, breach <strong>of</strong> statutory duty, or interference withany legal right by the Procuring Entity or by any personemployed by or contracted to him except the Contractor.(b)The risk <strong>of</strong> damage to the Works, Plant, Materials, andEquipment to the extent that it is due to a fault <strong>of</strong> the ProcuringEntity or in the Procuring Entity’s design, or due to war orradioactive contamination directly affecting the country wherethe Works are to be executed.15. Insurance15.1. The Contractor shall, under his name and at his own expense, obtainand maintain, for the duration <strong>of</strong> this Contract, the following insurancecoverage:(a)(b)(c)Contractor’s All Risk Insurance;Transportation to the project Site <strong>of</strong> Equipment, Machinery, andSupplies owned by the Contractor;Personal injury or death <strong>of</strong> Contractor’s employees; and(d)Comprehensive insurance for third party liability to Contractor’sdirect or indirect act or omission causing damage to thirdpersons.53<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


15.2. The Contractor shall provide evidence to the Procuring Entity’sRepresentative that the insurances required under this Contract havebeen affected and shall, within a reasonable time, provide copies <strong>of</strong> theinsurance policies to the Procuring Entity’s Representative. Suchevidence and such policies shall be provided to the Procuring Entity’sthrough the Procuring Entity’s Representative.15.3. The Contractor shall notify the insurers <strong>of</strong> changes in the nature,extent, or program for the execution <strong>of</strong> the Works and ensure theadequacy <strong>of</strong> the insurances at all times in accordance with the terms <strong>of</strong>this Contract and shall produce to the Procuring Entity’s Representativethe insurance policies in force including the receipts for payment <strong>of</strong> thecurrent premiums.The above insurance policies shall be obtained from any reputableinsurance company approved by the Procuring Entity’s Representative.15.4. If the Contractor fails to obtain and keep in force the insurancesreferred to herein or any other insurance which he may be required toobtain under the terms <strong>of</strong> this Contract, the Procuring Entity mayobtain and keep in force any such insurances and pay such premiumsas may be necessary for the purpose. From time to time, theProcuring Entity may deduct the amount it shall pay for said premiumsincluding twenty five percent (25%) therein from any monies due, orwhich may become due, to the Contractor, without prejudice to theProcuring Entity exercising its right to impose other sanctions againstthe Contractor pursuant to the provisions <strong>of</strong> this Contract.15.5. In the event the Contractor fails to observe the above safeguards, theProcuring Entity may, at the Contractor’s expense, take whatevermeasure is deemed necessary for its protection and that <strong>of</strong> theContractor’s personnel and third parties, and/or order the interruption<strong>of</strong> dangerous Works. In addition, the Procuring Entity may refuse tomake the payments under GCC Clause 40 until the Contractor complieswith this Clause.15.6. The Contractor shall immediately replace the insurance policy obtainedas required in this Contract, without need <strong>of</strong> the Procuring Entity’sdemand, with a new policy issued by a new insurance companyacceptable to the Procuring Entity for any <strong>of</strong> the following grounds:(a)The issuer <strong>of</strong> the insurance policy to be replaced has:(i)become bankrupt;(ii)been placed under receivership or under a managementcommittee;54<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


(iii)(iv)(v)been sued for suspension <strong>of</strong> payment; orbeen suspended by the Insurance Commission and itslicense to engage in business or its authority to issueinsurance policies cancelled; orWhere reasonable grounds exist that the insurer may notbe able, fully and promptly, to fulfill its obligation underthe insurance policy.16. Termination for Default <strong>of</strong> Contractor16.1. The Procuring Entity shall terminate this Contract for default when any<strong>of</strong> the following conditions attend its implementation:16.2. Due to the Contractor’s fault and while the project is on-going, it hasincurred negative slippage <strong>of</strong> fifteen percent (15%) or more inaccordance with Presidential Decree 1870, regardless <strong>of</strong> whether or notprevious warnings and notices have been issued for the Contractor toimprove his performance;16.3. Due to its own fault and after this Contract time has expired, theContractor incurs delay in the completion <strong>of</strong> the Work after thisContract has expired; or16.4. The Contractor:(a)(b)(c)(d)(e)abandons the contract Works, refuses or fails to comply with avalid instruction <strong>of</strong> the Procuring Entity or fails to proceedexpeditiously and without delay despite a written notice by theProcuring Entity;does not actually have on the project Site the minimumessential equipment listed on the Bid necessary to prosecute theWorks in accordance with the approved Program <strong>of</strong> Work andequipment deployment schedule as required for the project;does not execute the Works in accordance with this Contract orpersistently or flagrantly neglects to carry out its obligationsunder this Contract;neglects or refuses to remove materials or to perform a newWork that has been rejected as defective or unsuitable; orSub-lets any part <strong>of</strong> this Contract without approval by theProcuring Entity.55<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


16.5. All materials on the Site, Plant, Equipment, and Works shall be deemedto be the property <strong>of</strong> the Procuring Entity if this Contract is rescindedbecause <strong>of</strong> the Contractor’s default.17. Termination for Default <strong>of</strong> Procuring Entity17.1. The Contractor may terminate this Contract with the Procuring Entity ifthe works are completely stopped for a continuous period <strong>of</strong> at leastsixty (60) calendar days through no fault <strong>of</strong> its own, due to any <strong>of</strong> thefollowing reasons:(a)(b)Failure <strong>of</strong> the Procuring Entity to deliver, within a reasonabletime, supplies, materials, right-<strong>of</strong>-way, or other items it isobligated to furnish under the terms <strong>of</strong> this Contract; orThe prosecution <strong>of</strong> the Work is disrupted by the adverse peaceand order situation, as certified by the Armed Forces <strong>of</strong> thePhilippines Provincial Commander and approved by theSecretary <strong>of</strong> National Defense.18. Termination for Other Causes18.1. The Procuring Entity may terminate this Contract, in whole or in part,at any time for its convenience. The Head <strong>of</strong> the Procuring Entity mayterminate this Contract for the convenience <strong>of</strong> the Procuring Entity ifhe has determined the existence <strong>of</strong> conditions that make ProjectImplementation economically, financially or technically impracticaland/or unnecessary, such as, but not limited to, fortuitous event(s) orchanges in law and National Government policies.18.2. The Procuring Entity or the Contractor may terminate this Contract ifthe other party causes a fundamental breach <strong>of</strong> this Contract.18.3. Fundamental breaches <strong>of</strong> Contract shall include, but shall not belimited to, the following:(a)(b)(c)The Contractor stops work for twenty eight (28) days when nostoppage <strong>of</strong> work is shown on the current Program <strong>of</strong> Work andthe stoppage has not been authorized by the Procuring Entity’sRepresentative;The Procuring Entity’s Representative instructs the Contractor todelay the progress <strong>of</strong> the Works, and the instruction is notwithdrawn within twenty eight (28) days;The Procuring Entity shall terminate this Contract if theContractor is declared bankrupt or insolvent as determined with56<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


finality by a court <strong>of</strong> competent jurisdiction. In this event,termination will be without compensation to the Contractor,provided that such termination will not prejudice or affect anyright <strong>of</strong> action or remedy which has accrued or will accruethereafter to the Procuring Entity and/or the Contractor. In thecase <strong>of</strong> the Contractor's insolvency, any Contractor's Equipmentwhich the Procuring Entity instructs in the notice is to be useduntil the completion <strong>of</strong> the Works;(d)(e)(f)(g)(h)A payment certified by the Procuring Entity’s Representative isnot paid by the Procuring Entity to the Contractor within eightyfour (84) days from the date <strong>of</strong> the Procuring Entity’sRepresentative’s certificate;The Procuring Entity’s Representative gives Notice that failure tocorrect a particular Defect is a fundamental breach <strong>of</strong> Contractand the Contractor fails to correct it within a reasonable period<strong>of</strong> time determined by the Procuring Entity’s Representative;The Contractor does not maintain a Security, which is required;The Contractor has delayed the completion <strong>of</strong> the Works by thenumber <strong>of</strong> days for which the maximum amount <strong>of</strong> liquidateddamages can be paid, as defined in the GCC Clause 9; andIn case it is determined prima facie by the Procuring Entity thatthe Contractor has engaged, before or during theimplementation <strong>of</strong> the contract, in unlawful deeds and behaviorsrelative to contract acquisition and implementation, such as, butnot limited to, the following:(i)(ii)(iii)(iv)corrupt, fraudulent, collusive and coercive practices asdefined in ITB Clause 3.1(a);drawing up or using forged documents;using adulterated materials, means or methods, orengaging in production contrary to rules <strong>of</strong> science or thetrade; andAny other act analogous to the foregoing.18.4. The Funding Source or the Procuring Entity, as appropriate, will seek toimpose the maximum civil, administrative and/or criminal penaltiesavailable under the applicable law on individuals and organizationsdeemed to be involved with corrupt, fraudulent, or coercive practices.57<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


18.5. When persons from either party to this Contract gives notice <strong>of</strong> afundamental breach to the Procuring Entity’s Representative in orderto terminate the existing contract for a cause other than those listedunder GCC Clause 18.3., the Procuring Entity’s Representative shalldecide whether the breach is fundamental or not.18.6. If this Contract is terminated, the Contractor shall stop workimmediately, make the Site safe and secure, and leave the Site as soonas reasonably possible.19. Procedures for Termination <strong>of</strong> Contracts19.1. The following provisions shall govern the procedures for thetermination <strong>of</strong> this Contract:(a)(b)Upon receipt <strong>of</strong> a written report <strong>of</strong> acts or causes which mayconstitute ground(s) for termination as aforementioned, or uponits own initiative, the Implementing Unit shall, within a period <strong>of</strong>seven (7) calendar days, verify the existence <strong>of</strong> such ground(s)and cause the execution <strong>of</strong> a Verified Report, with all relevantevidence attached;Upon recommendation by the Procuring Entity, the Head <strong>of</strong> theProcuring Entity shall terminate this Contract only by a writtennotice to the Contractor conveying the termination <strong>of</strong> thisContract. The notice shall state:(i)(ii)(iii)(iv)that this Contract is being terminated for any <strong>of</strong> theground(s) afore-mentioned, and a statement <strong>of</strong> the actsthat constitute the ground(s) constituting the same;the extent <strong>of</strong> termination, whether in whole or in part;an instruction to the Contractor to show cause as to whythis Contract should not be terminated; andSpecial instructions <strong>of</strong> the Procuring Entity, if any.The Notice to Terminate shall be accompanied by a copy <strong>of</strong> theVerified Report;(c)Within a period <strong>of</strong> seven (7) calendar days from receipt <strong>of</strong> theNotice <strong>of</strong> Termination, the Contractor shall submit to the Head<strong>of</strong> the Procuring Entity a verified position paper stating why thecontract should not be terminated. If the Contractor fails toshow cause after the lapse <strong>of</strong> the seven (7) day period, either58<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


y inaction or by default, the Head <strong>of</strong> the Procuring Entity shallissue an order terminating the contract;(d)(e)(f)The Procuring Entity may, at anytime before receipt <strong>of</strong> theBidder’s verified position paper to withdraw the Notice toTerminate if it is determined that certain items or works subject<strong>of</strong> the notice had been completed, delivered, or performedbefore the Contractor’s receipt <strong>of</strong> the notice;Within a non-extendible period <strong>of</strong> ten (10) calendar days fromreceipt <strong>of</strong> the verified position paper, the Head <strong>of</strong> the ProcuringEntity shall decide whether or not to terminate this Contract. Itshall serve a written notice to the Contractor <strong>of</strong> its decision and,unless otherwise provided in the said notice, this Contract isdeemed terminated from receipt <strong>of</strong> the Contractor <strong>of</strong> the notice<strong>of</strong> decision. The termination shall only be based on theground(s) stated in the Notice to Terminate; andThe Head <strong>of</strong> the Procuring Entity may create a ContractTermination Review Committee (CTRC) to assist him in thedischarge <strong>of</strong> this function. All decisions recommended by theCTRC shall be subject to the approval <strong>of</strong> the Head <strong>of</strong> theProcuring Entity.19.2. Pursuant to Section 69(f) <strong>of</strong> RA 9184 and without prejudice to theimposition <strong>of</strong> additional administrative sanctions as the internal rules <strong>of</strong>the agency may provide and/or further criminal prosecution asprovided by applicable laws, the procuring entity shall impose oncontractors after the termination <strong>of</strong> the contract the penalty <strong>of</strong>suspension for one (1) year for the first <strong>of</strong>fense, suspension for two (2)years for the second <strong>of</strong>fense from participating in the public biddingprocess, for violations committed during the contract implementationstage, which include but not limited to the following:(a)(b)Failure <strong>of</strong> the contractor, due solely to his fault or negligence, tomobilize and start work or performance within the specifiedperiod in the Notice to Proceed (“NTP”);Failure by the contractor to fully and faithfully comply with itscontractual obligations without valid cause, or failure by thecontractor to comply with any written lawful instruction <strong>of</strong> theprocuring entity or its representative(s) pursuant to theimplementation <strong>of</strong> the contract. For the procurement <strong>of</strong>infrastructure projects or consultancy contracts, lawfulinstructions include but are not limited to the following:59<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


(i) Employment <strong>of</strong> competent technical personnel,competent engineers and/or work supervisors;(ii)(iii)(iv)(v)Provision <strong>of</strong> warning signs and barricades in accordancewith approved plans and specifications and contractprovisions;Stockpiling in proper places <strong>of</strong> all materials and removalfrom the project site <strong>of</strong> waste and excess materials,including broken pavement and excavated debris inaccordance with approved plans and specifications andcontract provisions;Deployment <strong>of</strong> committed equipment, facilities, supportstaff and manpower; andRenewal <strong>of</strong> the effectivity dates <strong>of</strong> the performancesecurity after its expiration during the course <strong>of</strong> contractimplementation.(c)(d)Assignment and subcontracting <strong>of</strong> the contract or any partthere<strong>of</strong> or substitution <strong>of</strong> key personnel named in the proposalwithout prior written approval by the procuring entity.Poor performance by the contractor or unsatisfactory qualityand/or progress <strong>of</strong> work arising from his fault or negligence asreflected in the Constructor's Performance Evaluation System(“CPES”) rating sheet. In the absence <strong>of</strong> the CPES rating sheet,the existing performance monitoring system <strong>of</strong> the procuringentity shall be applied. Any <strong>of</strong> the following acts by theconstructor shall be construed as poor performance:(i)(ii)Negative slippage <strong>of</strong> 15% and above within the criticalpath <strong>of</strong> the project due entirely to the fault or negligence<strong>of</strong> the contractor; andQuality <strong>of</strong> materials and workmanship not complying withthe approved specifications arising from the contractor'sfault or negligence.(e)Willful or deliberate abandonment or non-performance <strong>of</strong> theproject or contract by the contractor resulting to substantialbreach there<strong>of</strong> without lawful and/or just cause.In addition to the penalty <strong>of</strong> suspension, the performance securityposted by the contractor shall also be forfeited.60<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


20. Force Majeure, Release from Performance20.1. For purposes <strong>of</strong> this Contract the terms “force majeure” and “fortuitousevent” may be used interchangeably. In this regard, a fortuitous eventor force majeure shall be interpreted to mean an event which theContractor could not have foreseen, or which though foreseen, wasinevitable. It shall not include ordinary unfavorable weatherconditions; and any other cause the effects <strong>of</strong> which could have beenavoided with the exercise <strong>of</strong> reasonable diligence by the Contractor.20.2. If this Contract is discontinued by an outbreak <strong>of</strong> war or by any otherevent entirely outside the control <strong>of</strong> either the Procuring Entity or theContractor, the Procuring Entity’s Representative shall certify that thisContract has been discontinued. The Contractor shall make the Sitesafe and stop work as quickly as possible after receiving this certificateand shall be paid for all works carried out before receiving it and forany Work carried out afterwards to which a commitment was made.20.3. If the event continues for a period <strong>of</strong> eighty four (84) days, eitherparty may then give notice <strong>of</strong> termination, which shall take effecttwenty eight (28) days after the giving <strong>of</strong> the notice.20.4. After termination, the Contractor shall be entitled to payment <strong>of</strong> theunpaid balance <strong>of</strong> the value <strong>of</strong> the Works executed and <strong>of</strong> thematerials and Plant reasonably delivered to the Site, adjusted by thefollowing:(a)(b)(c)any sum to which the Contractor is entitled under GCC Clause28;the cost <strong>of</strong> his suspension and demobilization;Any sum to which the Procuring Entity is entitled.20.5. The net balance due shall be paid or repaid within a reasonable timeperiod from the time <strong>of</strong> the notice <strong>of</strong> termination.21. Resolution <strong>of</strong> Disputes21.1. If any dispute or difference <strong>of</strong> any kind whatsoever shall arise betweenthe parties in connection with the implementation <strong>of</strong> the contractcovered by the Act and this IRR, the parties shall make every effort toresolve amicably such dispute or difference by mutual consultation.21.2. If the Contractor believes that a decision taken by the PROCURINGEntity’s Representative was either outside the authority given to thePROCURING Entity’s Representative by this Contract or that the61<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


decision was wrongly taken, the decision shall be referred to theArbiter indicated in the SCC within fourteen (14) days <strong>of</strong> thenotification <strong>of</strong> the PROCURING Entity’s Representative’s decision.21.3. Any and all disputes arising from the implementation <strong>of</strong> this Contractcovered by the R.A. 9184 and its IRR shall be submitted to arbitrationin the Philippines according to the provisions <strong>of</strong> Republic Act No. 876,otherwise known as the “ Arbitration Law” and Republic Act 9285,otherwise known as the “Alternative Dispute Resolution Act <strong>of</strong> 2004”:Provided, however, That, disputes that are within the competence <strong>of</strong>the Construction Industry Arbitration Commission to resolve shall bereferred thereto. The process <strong>of</strong> arbitration shall be incorporated as aprovision in this Contract that will be executed pursuant to theprovisions <strong>of</strong> the Act and its IRR: Provided, further, That, by mutualagreement, the parties may agree in writing to resort to otheralternative modes <strong>of</strong> dispute resolution.22. Suspension <strong>of</strong> Loan, Credit, Grant, or AppropriationIn the event that the Funding Source suspends the Loan, Credit, Grant, orAppropriation to the Procuring Entity, from which part <strong>of</strong> the payments to theContractor are being made:(a)(b)The Procuring Entity is obligated to notify the Contractor <strong>of</strong> suchsuspension within seven (7) days <strong>of</strong> having received the suspensionnotice.If the Contractor has not received sums due it for work already donewithin forty five (45) days from the time the Contractor’s claim forpayment has been certified by the Procuring Entity’s Representative,the Contractor may immediately issue a suspension <strong>of</strong> work notice inaccordance with GCC Clause 45.2.23. Procuring Entity’s Representative’s Decisions23.1. Except where otherwise specifically stated, the Procuring Entity’sRepresentative will decide contractual matters between the ProcuringEntity and the Contractor in the role representing the Procuring Entity’s23.2. The Procuring Entity’s Representative may delegate any <strong>of</strong> his dutiesand responsibilities to other people except to the Arbiter, afternotifying the Contractor, and may cancel any delegation after notifyingthe Contractor.62<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


24. Approval <strong>of</strong> Drawings and Temporary Works by the ProcuringEntity’s Representative24.1. All Drawings prepared by the Contractor for the execution <strong>of</strong> theTemporary Works, are subject to prior approval by the ProcuringEntity’s Representative before its use.24.2. The Contractor shall be responsible for design <strong>of</strong> Temporary Works.24.3. The Procuring Entity’s Representative’s approval shall not alter theContractor’s responsibility for design <strong>of</strong> the Temporary Works.24.4. The Contractor shall obtain approval <strong>of</strong> third parties to the design <strong>of</strong>the Temporary Works, when required by the Procuring Entity.25. Acceleration and Delays Ordered by the Procuring Entity’sRepresentative25.1. When the Procuring Entity wants the Contractor to finish before theIntended Completion Date, the Procuring Entity’s Representative willobtain priced proposals for achieving the necessary acceleration fromthe Contractor. If the Procuring Entity accepts these proposals, theIntended Completion Date will be adjusted accordingly and confirmedby both the Procuring Entity and the Contractor.25.2. If the Contractor’s Financial Proposals for acceleration are accepted bythe Procuring Entity, they are incorporated in the Contract Price andtreated as a Variation.26. Extension <strong>of</strong> the Intended Completion Date26.1. The Procuring Entity’s Representative shall extend the IntendedCompletion Date if a Variation is issued which makes it impossible forthe Intended Completion Date to be achieved by the Contractorwithout taking steps to accelerate the remaining work, which wouldcause the Contractor to incur additional costs. No payment shall bemade for any event which may warrant the extension <strong>of</strong> the IntendedCompletion Date.26.2. The Procuring Entity’s Representative shall decide whether and by howmuch to extend the Intended Completion Date within twenty one (21)days <strong>of</strong> the Contractor asking the Procuring Entity’s Representative fora decision thereto after fully submitting all supporting information. Ifthe Contractor has failed to give early warning <strong>of</strong> a delay or has failedto cooperate in dealing with a delay, the delay by this failure shall notbe considered in assessing the new Intended Completion Date.63<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


27. Right to Vary27.1. The Procuring Entity’s Representative with the prior approval <strong>of</strong> theProcuring Entity may instruct Variations, up to a maximum cumulativeamount <strong>of</strong> ten percent (10%) <strong>of</strong> the original contract cost.27.2. Variations shall be valued as follows:(a)(b)(c)(d)At a lump sum price agreed between the parties;where appropriate, at rates in this Contract;in the absence <strong>of</strong> appropriate rates, the rates in this Contractshall be used as the basis for valuation; or failing whichAt appropriate new rates, equal to or lower than currentindustry rates and to be agreed upon by both parties andapproved by the Head <strong>of</strong> the Procuring Entity.28. Contractors Right to ClaimIf the Contractor incurs cost as a result <strong>of</strong> any <strong>of</strong> the events under GCCClause 13, the Contractor shall be entitled to the amount <strong>of</strong> such cost. If as aresult <strong>of</strong> any <strong>of</strong> the said events, it is necessary to change the Works, this shallbe dealt with as a Variation.29. Day works29.1. Subject to GCC Clause 43 on Variation Order, and if applicable asindicated in the SCC, the Day works rates in the Contractor’s Bid shallbe used for small additional amounts <strong>of</strong> work only when the ProcuringEntity’s Representative has given written instructions in advance foradditional work to be paid for in that way.29.2. All work to be paid for as Day works shall be recorded by theContractor on forms approved by the Procuring Entity’s Representative.Each completed form shall be verified and signed by the ProcuringEntity’s Representative within two days <strong>of</strong> the work being done.29.3. The Contractor shall be paid for Day works subject to obtaining signedDay works forms.30. Early Warning30.1. The Contractor shall warn the Procuring Entity’s Representative at theearliest opportunity <strong>of</strong> specific likely future events or circumstancesthat may adversely affect the quality <strong>of</strong> the work, increase the ContractPrice, or delay the execution <strong>of</strong> the Works. The Procuring Entity’s64<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Representative may require the Contractor to provide an estimate <strong>of</strong>the expected effect <strong>of</strong> the future event or circumstance on the ContractPrice and Completion Date. The estimate shall be provided by theContractor as soon as reasonably possible.30.2. The Contractor shall cooperate with the Procuring Entity’sRepresentative in making and considering proposals for how the effect<strong>of</strong> such an event or circumstance can be avoided or reduced by anyoneinvolved in the work and in carrying out any resulting instruction <strong>of</strong> theProcuring Entity’s Representative.31. Program <strong>of</strong> Work31.1. Within the time stated in the SCC, the Contractor shall submit to theProcuring Entity’s Representative for approval a Program <strong>of</strong> Workshowing the general methods, arrangements, order, and timing for allthe activities in the Works.31.2. An update <strong>of</strong> the Program <strong>of</strong> Work shall the show the actual progressachieved on each activity and the effect <strong>of</strong> the progress achieved onthe timing <strong>of</strong> the remaining work, including any changes to thesequence <strong>of</strong> the activities.31.3. The Contractor shall submit to the Procuring Entity’s Representative forapproval an updated Program <strong>of</strong> Work at intervals no longer than theperiod stated in the SCC. If the Contractor does not submit anupdated Program <strong>of</strong> Work within this period, the PROCURING Entity’sRepresentative may withhold the amount stated in the SCC from thenext payment certificate and continue to withhold this amount until thenext payment after the date on which the overdue Program <strong>of</strong> Workhas been submitted.31.4. The Procuring Entity’s Representative’s approval <strong>of</strong> the Program <strong>of</strong>Work shall not alter the Contractor’s obligations. The Contractor mayrevise the Program <strong>of</strong> Work and submit it to the Procuring Entity’sRepresentative again at any time. A revised Program <strong>of</strong> Work shallshow the effect <strong>of</strong> any approved Variations.31.5. When the Program <strong>of</strong> Work is updated, the Contractor shall provide theProcuring Entity’s Representative with an updated cash flow forecast.The cash flow forecast shall include different currencies, as defined inthe Contract, converted as necessary using the Contract exchangerates.31.6. All Variations shall be included in updated Program <strong>of</strong> Work producedby the Contractor.65<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


32. Management Conferences32.1. Either the Procuring Entity’s Representative or the Contractor mayrequire the other to attend a Management Conference. TheManagement Conference shall review the plans for remaining work anddeal with matters raised in accordance with the early warningprocedure.32.2. The Procuring Entity’s Representative shall record the business <strong>of</strong>Management Conferences and provide copies <strong>of</strong> the record to thoseattending the Conference and to the Procuring Entity. Theresponsibility <strong>of</strong> the parties for actions to be taken shall be decided bythe PROCURING Entity’s Representative either at the ManagementConference or after the Management Conference and stated in writingto all who attended the Conference.33. Bill <strong>of</strong> Quantities33.1. The Bill <strong>of</strong> Quantities shall contain items <strong>of</strong> work for the construction,installation, testing, and commissioning <strong>of</strong> work to be done by theContractor.33.2. The Bill <strong>of</strong> Quantities is used to calculate the Contract Price. TheContractor is paid for the quantity <strong>of</strong> the work done at the rate in theBill <strong>of</strong> Quantities for each item.33.3. If the final quantity <strong>of</strong> any work done differs from the quantity in theBill <strong>of</strong> Quantities for the particular item and is not more than twentyfive percent (25%) <strong>of</strong> the original quantity, provided the aggregatechanges for all items do not exceed ten percent (10%) <strong>of</strong> the Contractprice, the Procuring Entity’s Representative shall make the necessaryadjustments to allow for the changes subject to applicable laws, rules,and regulations.33.4. If requested by the Procuring Entity’s Representative, the Contractorshall provide the Procuring Entity’s Representative with a detailed costbreakdown <strong>of</strong> any rate in the Bill <strong>of</strong> Quantities.34. Instructions, Inspections and Audits34.1. The Procuring Entity’s personnel shall at all reasonable times duringconstruction <strong>of</strong> the Work be entitled to examine, inspect, measure andtest the materials and workmanship, and to check the progress <strong>of</strong> theconstruction.34.2. If the Procuring Entity’s Representative instructs the Contractor tocarry out a test not specified in the Specification to check whether any66<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


work has a defect and the test shows that it does, the Contractor shallpay for the test and any samples. If there is no defect, the test shallbe a Compensation Event.34.3. The Contractor shall permit the Funding Source named in the SCC toinspect the Contractor’s accounts and records relating to theperformance <strong>of</strong> the Contractor and to have them audited by auditorsappointed by the Funding Source, if so required by the FundingSource.35. Identifying DefectsThe Procuring Entity’s Representative shall check the Contractor’s work andnotify the Contractor <strong>of</strong> any defects that are found. Such checking shall notaffect the Contractor’s responsibilities. The Procuring Entity’s Representativemay instruct the Contractor to search uncover defects and test any work thatthe Procuring Entity’s Representative considers below standards anddefective.36. Cost <strong>of</strong> RepairsLoss or damage to the Works or Materials to be incorporated in the Worksbetween the Start Date and the end <strong>of</strong> the Defects Liability Periods shall beremedied by the Contractor at the Contractor’s cost if the loss or damagearises from the Contractor’s acts or omissions.37. Correction <strong>of</strong> Defects37.1. The Procuring Entity’s Representative shall give notice to theContractor <strong>of</strong> any defects before the end <strong>of</strong> the Defects Liability Period,which is One (1) year from project completion up to final acceptanceby the Procuring Entity’s.37.2. Every time notice <strong>of</strong> a defect is given, the Contractor shall correct thenotified defect within the length <strong>of</strong> time specified in the ProcuringEntity’s Representative’s notice.37.3. The Contractor shall correct the defects which he notices himselfbefore the end <strong>of</strong> the Defects Liability Period.37.4. The Procuring Entity shall certify that all defects have been corrected.If the Procuring Entity considers that correction <strong>of</strong> a defect is notessential, he can request the Contractor to submit a quotation for thecorresponding reduction in the Contract Price. If the Procuring Entityaccepts the quotation, the corresponding change in the SCC is aVariation.67<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


38. Uncorrected Defects38.1. The Procuring Entity shall give the Contractor at least fourteen (14)days notice <strong>of</strong> his intention to use a third party to correct a Defect. Ifthe Contractor does not correct the Defect himself within the period,the Procuring Entity may have the Defect corrected by the third party.The cost <strong>of</strong> the correction will be deducted from the Contract Price.38.2. The use <strong>of</strong> a third party to correct defects that are uncorrected by theContractor will in no way relieve the Contractor <strong>of</strong> its liabilities andwarranties under the Contract.39. Advance Payment39.1. The Procuring Entity shall, upon a written request <strong>of</strong> the contractorwhich shall be submitted as a contract document, make an advancepayment to the contractor in an amount not exceeding fifteen percent(15%) <strong>of</strong> the total contract price, to be made in lump sum or, at themost two, installments according to a schedule specified in the SCC.39.2. The advance payment shall be made only upon the submission to andacceptance by the Procuring Entity <strong>of</strong> an irrevocable standby letter <strong>of</strong>credit <strong>of</strong> equivalent value from a commercial bank, a bank guaranteeor a surety bond callable upon demand, issued by a surety orinsurance company duly licensed by the Insurance Commission andconfirmed by the Procuring Entity.39.3. The advance payment shall be repaid by the Contractor by an amountequal to the percentage <strong>of</strong> the total contract price used for theadvance payment.39.4. The contractor may reduce his standby letter <strong>of</strong> credit or guaranteeinstrument by the amounts refunded by the Monthly Certificates in theadvance payment.39.5. The Procuring Entity will provide an Advance Payment on the ContractPrice as stipulated in the Conditions <strong>of</strong> Contract, subject to themaximum amount stated in SCC Clause 39.1.40. Progress Payments40.1. The Contractor may submit a request for payment for Workaccomplished. Such request for payment shall be verified and certifiedby the Procuring Entity’s Representative/Project Engineer. Except asotherwise stipulated in the SCC, materials and equipment delivered onthe site but not completely put in place shall not be included for68<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


payment.40.2. The Procuring Entity shall deduct the following from the certified grossamounts to be paid to the contractor as progress payment:(a)(b)(c)(d)(e)Cumulative value <strong>of</strong> the work previously certified and paid for.Portion <strong>of</strong> the advance payment to be recouped for the month.Retention money in accordance with the condition <strong>of</strong> contract.Amount to cover third party liabilities.Amount to cover uncorrected discovered defects in the works.40.3. Payments shall be adjusted by deducting there from the amounts foradvance payments and retention. The Procuring Entity shall pay theContractor the amounts certified by the Procuring Entity’sRepresentative within twenty eight (28) days from the date eachcertificate was issued. No payment <strong>of</strong> interest for delayed paymentsand adjustments shall be made by the Procuring Entity.40.4. The first progress payment may be paid by the Procuring Entity to theContractor provided that at least twenty percent (20%) <strong>of</strong> the workhas been accomplished as certified by the Procuring Entity’sRepresentative.40.5. Items <strong>of</strong> the Works for which a price <strong>of</strong> “0” (zero) has been enteredwill not be paid for by the Procuring Entity and shall be deemedcovered by other rates and prices in the Contract.41. Payment Certificates41.1. The Contractor shall submit to the Procuring Entity’s Representativemonthly statements <strong>of</strong> the estimated value <strong>of</strong> the work executed lessthe cumulative amount certified previously.41.2. The Procuring Entity’s Representative shall check the Contractor’smonthly statement and certify the amount to be paid to the Contractor.41.3. The value <strong>of</strong> Work executed shall:(a)(b)be determined by the Procuring Entity’s Representative;comprise the value <strong>of</strong> the quantities <strong>of</strong> the items in the Bill <strong>of</strong>Quantities completed; and69<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


(c)Include the valuations <strong>of</strong> approved variations.41.4. The Procuring Entity’s Representative may exclude any item certified ina previous certificate or reduce the proportion <strong>of</strong> any item previouslycertified in any certificate in the light <strong>of</strong> later information.42. Retention42.1. The Procuring Entity shall retain from each payment due to theContractor an amount equal to a percentage there<strong>of</strong> using the rate asspecified in ITB Sub-Clause 42.2.42.2. Progress payments are subject to retention <strong>of</strong> ten percent (10%),referred to as the “retention money.” Such retention shall be based onthe total amount due to the Contractor prior to any deduction and shallbe retained from every progress payment until fifty percent (50%) <strong>of</strong>the value <strong>of</strong> Works, as determined by the Procuring Entity, arecompleted. If, after fifty percent (50%) completion, the Work issatisfactorily done and on schedule, no additional retention shall bemade; otherwise, the ten percent (10%) retention shall again beimposed using the rate specified therefore.42.3. The total “retention money” shall be due for release upon finalacceptance <strong>of</strong> the Works. The Contractor may, however, request thesubstitution <strong>of</strong> the retention money for each progress billing withirrevocable standby letters <strong>of</strong> credit from a commercial bank, bankguarantees or surety bonds callable on demand, <strong>of</strong> amounts equivalentto the retention money substituted for and acceptable to the ProcuringEntity, provided that the project is on schedule and is satisfactorilyundertaken. Otherwise, the ten (10%) percent retention shall bemade. Said irrevocable standby letters <strong>of</strong> credit, bank guaranteesand/or surety bonds, to be posted in favor <strong>of</strong> the Government shall bevalid for a duration to be determined by the concerned implementing<strong>of</strong>fice/agency or Procuring Entity and will answer for the purpose forwhich the ten (10%) percent retention is intended, i.e., to coveruncorrected discovered defects and third party liabilities.42.4. On completion <strong>of</strong> the whole Works, the Contractor may substituteretention money with an “on demand” Bank guarantee in a formacceptable to the Procuring Entity.43. Variation Orders43.1. Variation Orders may be issued by the Procuring Entity to cover anyincrease/decrease in quantities, including the introduction <strong>of</strong> new workitems that are not included in the original contract or reclassification <strong>of</strong>work items that are either due to change <strong>of</strong> plans, design or alignment70<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


to suit actual field conditions resulting in disparity between thepreconstruction plans used for purposes <strong>of</strong> bidding and the “as stakedplans” or construction drawings prepared after a joint survey by theContractor and the Procuring Entity after award <strong>of</strong> the contract,provided that the cumulative amount <strong>of</strong> the Variation Order does notexceed ten percent (10%) <strong>of</strong> the original project cost. Theaddition/deletion <strong>of</strong> Works should be within the general scope <strong>of</strong> theproject as bid and awarded. The scope <strong>of</strong> works shall not be reducedso as to accommodate a positive Variation Order. A Variation Ordermay either be in the form <strong>of</strong> a Change Order or Extra Work Order.43.2. A Change Order may be issued by the implementing <strong>of</strong>ficial to coverany increase/decrease in quantities <strong>of</strong> original Work items in thecontract.43.3. An Extra Work Order may be issued by the implementing <strong>of</strong>ficial tocover the introduction <strong>of</strong> new work necessary for the completion,improvement or protection <strong>of</strong> the project which were not included asitems <strong>of</strong> Work in the original contract, such as, where there aresubsurface or latent physical conditions at the site differing materiallyfrom those indicated in the contract, or where there are duly unknownphysical conditions at the site <strong>of</strong> an unusual nature differing materiallyfrom those ordinarily encountered and generally recognized as inherentin the Work or character provided for in the contract.43.4. Any cumulative Variation Order beyond ten percent (10%) shall besubject <strong>of</strong> another contract to be bid out if the works are separablefrom the original contract. In exceptional cases where it is urgentlynecessary to complete the original scope <strong>of</strong> work, the Head <strong>of</strong> theProcuring Entity may authorize a positive Variation Order go beyondten percent (10%) but not more than twenty percent (20%) <strong>of</strong> theoriginal contract price, subject to the guidelines to be determined bythe GPPB: Provided, however, That appropriate sanctions shall beimposed on the designer, consultant or <strong>of</strong>ficial responsible for theoriginal detailed engineering design which failed to consider theVariation 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 thecircumstances leading to such condition(s) leading to the extra cost,and within twenty-eight (28) calendar days deliver a writtencommunication giving full and detailed particulars <strong>of</strong> any extra cost inorder that it may be investigated at that time. Failure to provide either<strong>of</strong> such notices in the time stipulated shall constitute a waiver by thecontractor for any claim. The preparation and submission <strong>of</strong> VariationOrders are as follows:71<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


(a)(b)(c)(d)(e)If the Procuring Entity’s representative/Project Engineer believesthat a Change Order or Extra Work Order should be issued, heshall prepare the proposed Order accompanied with the noticessubmitted by the Contractor, the plans therefore, hiscomputations as to the quantities <strong>of</strong> the additional worksinvolved per item indicating the specific stations where suchworks are needed, the date <strong>of</strong> his inspections and investigationsthereon, and the log book there<strong>of</strong>, and a detailed estimate <strong>of</strong>the unit cost <strong>of</strong> such items <strong>of</strong> work, together with hisjustifications for the need <strong>of</strong> such Change Order or Extra WorkOrder, and shall submit the same to the Head <strong>of</strong> the ProcuringEntity for approval.The Head <strong>of</strong> the Procuring Entity or his duly authorizedrepresentative, upon receipt <strong>of</strong> the proposed Change Order orExtra Work Order shall immediately instruct the technical staff <strong>of</strong>the Procuring Entity’s to conduct an on-the-spot investigation toverify the need for the Work to be prosecuted. A report <strong>of</strong> suchverification shall be submitted directly to the Head <strong>of</strong> theProcuring Entity or his duly authorized representative.The, Head <strong>of</strong> the Procuring Entity or his duly authorizedrepresentative, after being satisfied that such Change Order orExtra Work Order is justified and necessary, shall review theestimated quantities and prices and forward the proposal withthe supporting documentation to the Head <strong>of</strong> Procuring Entityfor consideration.If, after review <strong>of</strong> the plans, quantities and estimated unit cost<strong>of</strong> the items <strong>of</strong> work involved, the proper <strong>of</strong>fice <strong>of</strong> the procuringentity empowered to review and evaluate Change Orders orExtra Work Orders recommends approval there<strong>of</strong>, Head <strong>of</strong> theProcuring Entity or his duly authorized representative, believingthe Change Order or Extra Work Order to be in order, shallapprove the same.The timeframe for the processing <strong>of</strong> Variation Orders from thepreparation up to the approval by the Head <strong>of</strong> the ProcuringEntity concerned shall not exceed thirty (30) calendar days.44. Contract CompletionOnce the project reaches an accomplishment <strong>of</strong> ninety five (95%) <strong>of</strong> the totalcontract amount, the Procuring Entity may create an inspectorate team tomake preliminary inspection and submit a punch-list to the Contractor inpreparation for the final turnover <strong>of</strong> the project. Said punch-list will contain,among others, the remaining Works, Work deficiencies for necessary72<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


corrections, and the specific duration/time to fully complete the projectconsidering the approved remaining contract time. This, however, shall notpreclude the claim <strong>of</strong> the Procuring Entity for liquidated damages.45. Suspension <strong>of</strong> Work45.1. The Procuring Entity shall have the authority to suspend the workwholly or partly by written order for such period as may be deemednecessary, due to force majeure or any fortuitous events or for failureon the part <strong>of</strong> the Contractor to correct bad conditions which areunsafe for workers or for the general public, to carry out valid ordersgiven by the Procuring Entity or to perform any provisions <strong>of</strong> thecontract, or due to adjustment <strong>of</strong> plans to suit field conditions as foundnecessary during construction. The Contractor shall immediatelycomply with such order to suspend the work wholly or partly.45.2. The Contractor or its duly authorized representative shall have theright to suspend work operation on any or all projects/activities alongthe critical path <strong>of</strong> activities after fifteen (15) calendar days from date<strong>of</strong> receipt <strong>of</strong> written notice from the Contractor to the districtengineer/regional director/consultant or equivalent <strong>of</strong>ficial, as the casemay be, due to the following:(a)(b)(c)(d)(e)There exist right-<strong>of</strong>-way problems which prohibit the Contractorfrom performing work in accordance with the approvedconstruction schedule.Requisite construction plans which must be owner-furnished arenot issued to the contractor precluding any work called for bysuch plans.Peace and order conditions make it extremely dangerous, if notpossible, to work. However, this condition must be certified inwriting by the Philippine National Police (PNP) station which hasresponsibility over the affected area and confirmed by theDepartment <strong>of</strong> Interior and Local Government (DILG) RegionalDirector.There is failure on the part <strong>of</strong> the Procuring Entity to delivergovernment-furnished materials and equipment as stipulated inthe contract.Delay in the payment <strong>of</strong> Contractor’s claim for progress billingbeyond forty-five (45) calendar days from the time theContractor’s claim has been certified to by the procuring entity’sauthorized representative that the documents are complete73<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


unless there are justifiable reasons there<strong>of</strong> which shall becommunicated in writing to the Contractor.45.3. In case <strong>of</strong> total suspension, or suspension <strong>of</strong> activities along the criticalpath, which is not due to any fault <strong>of</strong> the Contractor, the elapsed timebetween the effective order <strong>of</strong> suspending operation and the order toresume work shall be allowed the Contractor by adjusting the contracttime accordingly.46. Payment on Termination46.1. If the Contract is terminated because <strong>of</strong> a fundamental breach <strong>of</strong>Contract by the Contractor, the Procuring Entity’s Representative shallissue a certificate for the value <strong>of</strong> the work done and Materials orderedless advance payments received up to the date <strong>of</strong> the issue <strong>of</strong> thecertificate and less the percentage to apply to the value <strong>of</strong> the worknot completed, as indicated in the SCC. Additional Liquidated Damagesshall not apply. If the total amount due to the Procuring Entityexceeds any payment due to the Contractor, the difference shall be adebt payable to the Procuring Entity.46.2. If the Contract is terminated for the Procuring Entity’s convenience orbecause <strong>of</strong> a fundamental breach <strong>of</strong> Contract by the Procuring Entity,the Procuring Entity’s Representative shall issue a certificate for thevalue <strong>of</strong> the work done, Materials ordered, the reasonable cost <strong>of</strong>removal <strong>of</strong> Equipment, repatriation <strong>of</strong> the Contractor’s personnelemployed solely on the Works, and the Contractor’s costs <strong>of</strong> protectingand securing the Works, and less advance payments received up to thedate <strong>of</strong> the certificate.46.3. The net balance due shall be paid or repaid within twenty eight (28)days from the notice <strong>of</strong> termination.46.4. If the Contractor has terminated the Contract under GCC Clauses 17or18, the Procuring Entity shall promptly return the PerformanceSecurity to the Contractor.47. Extension <strong>of</strong> Contract Time47.1. Should the amount <strong>of</strong> additional work <strong>of</strong> any kind or other specialcircumstances <strong>of</strong> any kind whatsoever occur such as to fairly entitle thecontractor to an extension <strong>of</strong> contract time, the Procuring Entity shalldetermine the amount <strong>of</strong> such extension; provided that the ProcuringEntity is not bound to take into account any claim for an extension <strong>of</strong>time unless the Contractor has, prior to the expiration <strong>of</strong> the contracttime and within thirty (30) calendar days after such work has beencommenced or after the circumstances leading to such claim have74<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


arisen, delivered to the Procuring Entity notices in order that it couldhave investigated them at that time. Failure to provide such noticeshall constitute a waiver by the Contractor <strong>of</strong> any claim. Upon receipt<strong>of</strong> full and detailed particulars, the Procuring Entity shall examine thefacts and extent <strong>of</strong> the delay and shall extend the contract timecompleting the contract work when, in the Procuring Entity’s opinion,the findings <strong>of</strong> facts justify an extension.47.2. No extension <strong>of</strong> contract time shall be granted the Contractor due to(a) ordinary unfavorable weather conditions and (b) inexcusable failureor negligence <strong>of</strong> Contractor to provide the required equipment,supplies or materials.47.3. Extension <strong>of</strong> contract time may be granted only when the affectedactivities fall within the critical path <strong>of</strong> the PERT/CPM network.47.4. No extension <strong>of</strong> contract time shall be granted when the reason givento support the request for extension was already considered in thedetermination <strong>of</strong> the original contract time during the conduct <strong>of</strong>detailed engineering and in the preparation <strong>of</strong> the contract documentsas agreed upon by the parties before contract perfection.47.5. Extension <strong>of</strong> contract time shall be granted for rainy/unworkable daysconsidered unfavorable for the prosecution <strong>of</strong> the works at the site,based on the actual conditions obtained at the site, in excess <strong>of</strong> thenumber <strong>of</strong> rainy/unworkable days pre-determined by the ProcuringEntity in relation to the original contract time during the conduct <strong>of</strong>detailed engineering and in the preparation <strong>of</strong> the contract documentsas agreed upon by the parties before contract perfection, and/or forequivalent period <strong>of</strong> delay due to major calamities such asexceptionally destructive typhoons, floods and earthquakes, andepidemics, and for causes such as non-delivery on time <strong>of</strong> materials,working drawings, or written information to be furnished by theProcuring Entity, non-acquisition <strong>of</strong> permit to enter private propertieswithin the right-<strong>of</strong>-way resulting in complete paralyzation <strong>of</strong>construction activities, and other meritorious causes as determined bythe Procuring Entity’s Representative and approved by the Head <strong>of</strong> theProcuring Entity. Shortage <strong>of</strong> construction materials, general laborstrikes, and peace and order problems that disrupt constructionoperations through no fault <strong>of</strong> the Contractor may be considered asadditional grounds for extension <strong>of</strong> contract time provided they arepublicly felt and certified by appropriate government agencies such asDTI, DOLE, DILG, and DND, among others. The written consent <strong>of</strong>bondsmen must be attached to any request <strong>of</strong> the Contractor forextension <strong>of</strong> contract time and submitted to the Procuring Entity for75<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


consideration and the validity <strong>of</strong> the Performance Security shall becorrespondingly extended.48. Price AdjustmentExcept for extraordinary circumstances as determined by NEDA and approvedby the GPPB, no price adjustment shall be allowed. Nevertheless, in caseswhere the cost <strong>of</strong> the awarded contract is affected by any applicable newlaws, ordinances, regulations, or other acts <strong>of</strong> the GOP, promulgated after thedate <strong>of</strong> bid opening, a contract price adjustment shall be made or appropriaterelief shall be applied on a no loss-no gain basis.49. CompletionThe Contractor shall request the Procuring Entity’s Representative to issue acertificate <strong>of</strong> Completion <strong>of</strong> the Works, and the Procuring Entity’sRepresentative will do so upon deciding that the work is completed.50. Taking OverThe 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 <strong>of</strong>Completion.51. Operating and Maintenance Manuals51.1. If “as built” Drawings and/or operating and maintenance manuals arerequired, the Contractor shall supply them by the dates stated in theSCC.51.2. If the Contractor does not supply the Drawings and/or manuals by thedates stated in the SCC, or they do not receive the Procuring Entity’sRepresentative’s approval, the Procuring Entity’s Representative shallwithhold the amount stated in the SCC from payments due to theContractor.76<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Section V. Special Conditions <strong>of</strong> Contract(SCC)77<strong>Clark</strong> Development CorporationSection IV General Conditions <strong>of</strong> Contract<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


GCC ClauseSpecial Conditions <strong>of</strong> Contract1.16 The Intended Completion Date is within 150 Calendar Days uponeffective date <strong>of</strong> Contract. (The effective date <strong>of</strong> contract is within seven(7) calendar days upon receipt <strong>of</strong> Notice to Proceed).1.21 The Procuring Entity is <strong>Clark</strong> Development Corporation Bldg. 2122 E.Quirino St. CDC Corporate Center, <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, Philippines.1.22 The Procuring Entity’s Representative isAtty. Felipe Antonio B. RemolloPresident and Chief Executive Officer<strong>Clark</strong> Development CorporationBldg. 2122, E. Quirino Avenue, corner Carlos P. Garcia St.CDC Corporate Center, <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, Philippines 2023.Tel. No. (045)599-9000 local 902The duly alternate representative is Engr. Rene S. Arcilla1.23 The Site is located at Pagkakaisa Street, <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, Philippines2023 and as defined in drawings.1.27 The Start Date is within seven (7) calendar days upon receipt <strong>of</strong> theNotice to Proceed.1.30The Works involves the construction <strong>of</strong> new road and drainage alongIndustrial Estate 5.2.2 No further instructions.5.1. The Procuring Entity shall give possession <strong>of</strong> all parts <strong>of</strong> the Site to theContractor upon receipt <strong>of</strong> Notice to Proceed.6.5. The Contractor shall employ the following Key Personnel: [List keypersonnel by name and designation]7.4(c)No further instructions.7.1. No further instructions.7.7 No further instructions.8.1 No further instructions.10 The site investigation reports are: none12.3 No further instructions.78<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


12.5 In case <strong>of</strong> permanent structures, such as buildings <strong>of</strong> types 4 and 5 asclassified under the National <strong>Building</strong> Code <strong>of</strong> the Philippines and otherstructures made <strong>of</strong> steel, iron, or concrete which comply with relevantstructural codes (e.g., DPWH Standard Specifications), such as, but notlimited to, steel/concrete bridges, flyovers, aircraft movement areas, ports,dams, tunnels, filtration and treatment plants, sewerage systems, powerplants, transmission and communication towers, railway system, and othersimilar permanent structures: Fifteen (15) years.13. “No additional provision.” or, if the Contractor is a joint venture, “Allpartners to the joint venture shall be jointly and severally liable to theProcuring Entity.”18.3 (h)(i) No further instructions.21.2. The Arbiter is:Construction Industry Arbitration Commission4F, Jupiter <strong>Building</strong>56 Jupiter Street, Bel Air Makati City29.1. Day works are applicable at the rate shown in the Contractor’s original Bid.31.1. The Contractor shall submit the Program <strong>of</strong> Work to the Procuring Entity’sRepresentative within seven (7) calendar days <strong>of</strong> delivery <strong>of</strong> the Notice toProceed. The Program <strong>of</strong> Work should include the As-Staked Plans and As-Staked Quantities for all items <strong>of</strong> work for the project.31.3. The period between Program <strong>of</strong> Work updates is seven (7) calendar days.The amount to be withheld for late submission <strong>of</strong> an updated Program <strong>of</strong>Work is 1% <strong>of</strong> every Progress Billing <strong>of</strong> the Contractor.34.3. The Funding Source is the Government <strong>of</strong> the Philippines.39.1. The amount <strong>of</strong> the advance payment is 15% <strong>of</strong> the Contract Amount.40.1. No further Instructions.51.1. The date by which operating and maintenance manuals are required iswithin seven (7) working days upon satisfactory completion.51.2.The date by which “as built” drawings are required is within seven (7)working days upon satisfactory completion.The amount to be withheld for failing to produce “as built” drawingsand/or operating and maintenance manuals by the date required isequivalent to final collection/billing & or 10% <strong>of</strong> the final Contract Costwhichever is higher.79<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Section VI. Technical Specifications andScope <strong>of</strong> Work80<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


PROJECT TITLE :<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and MaintenanceArea)LOCATION : Pagkakaisa Street, <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, PhilippinesSCOPE OF WORKThe construction procedures shall be done in accordance with the DPWH StandardSpecifications Volume III, and in full compliance with the approved plans andspecifications.Pertinent notes appearing in the Contract Plans or Drawings shall also be considered aspart and parcel <strong>of</strong> the technical specifications. Such notes shall take precedence over theGeneral SpecificationsPART A – EARTHWORKItem 800 (a) Site Clearing and Grubbing <strong>of</strong> Surrounding AreaThis item shall consist <strong>of</strong> clearing and grubbing, removing and disposing allvegetation and debris as designated in the Contract, except those objects that aredesignated to remain in place or are to be removed in consonance with otherprovisions <strong>of</strong> this Specification. The work shall also include the preservation frominjury or defacement <strong>of</strong> all objects designated to remain.All surface objects and all trees, stumps, roots and other protruding obstructions,not designated to remain, shall be cleared and/or grubbed, including mowing asrequired.The holes resulting from grubbing operations, where directed by the Engineer,shall be filled with approved materials which shall be deposited and compacted tothe same dry density as that <strong>of</strong> the adjoining soil.The work to be paid for shall be the number <strong>of</strong> hectares and fractions there<strong>of</strong>acceptably cleared and grubbed within the limits indicated on the Plans or as maybe adjusted in field staking by the Engineer. Areas not within the clearing andgrubbing limits shown on the plans or not staked for clearing and grubbing will notbe measured for payment.81<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Item 800 (b) Cleaning and Scrubbing <strong>of</strong> existing feeble floor and stairsThis item shall consist <strong>of</strong> cleaning and scrubbing <strong>of</strong> existing feeble floor and stairs.Use detergent, foam and scrub brush in cleaning and scrubbing works. The workto be paid for shall be the number <strong>of</strong> square meters acceptably cleaned asindicated on the plans or as directed by the Engineer.Item 801 (a) to (j) Removal <strong>of</strong> Structures and ObstructionsThis item shall consist <strong>of</strong> the removal wholly or in part, and satisfactory disposal <strong>of</strong>all buildings, structures, and any other obstructions which are not designated orpermitted to remain, except for the obstructions to be removed and disposed <strong>of</strong>funder other items in the Contract. The work includes the removal <strong>of</strong> existingconcrete floor slab, CHB wall, metal awning/fixed frames, ceramic floor and walltiles, vinyl tiles, ceiling including t-runners and hangers, drywall partitions, glasswindows, doors and jambs, and the removal <strong>of</strong> existing ro<strong>of</strong> insulations.The removal works shall be carefully done with appropriate equipment so as toavoid peripheral damaged. Excess excavated materials, and concrete debris shallbe disposed-<strong>of</strong>f properly at location approved by the Engineer.In the case where the Engineer instructed the Contractor to cut or remove existingfacilities, or parts there<strong>of</strong>, such as sewers, drains, water service, gas supply orother utility lines, the Contractor shall provide and maintain satisfactory bypassservice and/or protection during the construction period. When only a portion <strong>of</strong>an existing structure is to be removed, care shall be taken not to damage theretained portion. During demolition, the Contractor shall ensure the safety <strong>of</strong> hiswork and the general public.All materials having salvage value shall be carefully removed to avoid damage andshall be placed in neat piles at the locations to be determined by the Engineerwithin the construction site. If so provided or directed by the Engineer, approvedsalvaged materials shall be used in the new work, with corresponding adjustmentin cost.All demolished materials not intended for reuse shall be removed or deposited at asite or hauled to a disposal area designated by the Engineer.All other structures to be removed aside from mentioned within the limits <strong>of</strong>construction as indicated on the Drawings or as directed by the Engineer, whichobstruct or interfere with the prosecution <strong>of</strong> the works, shall be removed,reinstalled, hauled and stockpiled as the case maybe in accordance with thisSpecification or as directed by the Engineer.82<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Item 803 Structure ExcavationThis item shall consist <strong>of</strong> the necessary excavation for foundation <strong>of</strong> buildingstructures, and other structures not otherwise provided for in the Specifications.Except as otherwise provided for pipe culverts, the backfilling <strong>of</strong> completedstructures and the disposal <strong>of</strong> all excavated surplus materials, shall be inaccordance with these Specifications and in reasonably close conformity with thePlans or as established by the Engineer.This item shall also include necessary diverting <strong>of</strong> live streams, bailing, pumping,draining, sheeting, bracing, and the placing <strong>of</strong> all necessary backfill.Prior to starting excavation operations in any area, all necessary clearing andgrubbing in that area shall have been performed in accordance with item 800,Clearing and Grubbing.Trenches or foundation pits for structures or structure footings shall be excavatedto the lines and grades or elevations shown on the approved plan or as staked bythe Engineer. They shall be <strong>of</strong> sufficient size to permit the placing <strong>of</strong> structures orstructure footings <strong>of</strong> the full width and length shown. Any excavation carriedbeyond the limits shown or described on the drawings or specifications or beyondthe dimension resulting from adjustments made by the Engineer shall be backfilledwith materials acceptable and as directed by the Engineer.The volume <strong>of</strong> excavation to be paid for will be the number <strong>of</strong> cubic metersmeasured in original position <strong>of</strong> material acceptably excavated in conformity withthe plans or as directed by the Engineer.Item 804 Embankment from Common BorrowPrior to construction <strong>of</strong> embankment, all necessary clearing and grubbing inthat area shall have been performed in conformity with Item 800, Clearing andGrubbing.Embankment construction shall consist <strong>of</strong> constructing embankments includingpreparation <strong>of</strong> the areas upon which they are to be placed; the placing andcompacting <strong>of</strong> approved material within the areas where unsuitable materialhas been removed; and placing and compacting <strong>of</strong> embankment material inholes, pits and other depressions within the area.Embankments and backfills shall contain no muck, peat, sod, roots or otherdeleterious matter. Rocks, broken concrete or other solid, bulky materials shallnot be placed in embankment areas where pilling is to be place or driven.Where there is evidence <strong>of</strong> discrepancies on the actual elevations and thatshown on the Plans, a preconstruction survey referred to the datum plane used83<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


in the approved Plan shall undertaken by the Contractor under the control <strong>of</strong>the Engineer to serve as basis for the computation <strong>of</strong> the actual volume <strong>of</strong> theembankment materials.Embankment <strong>of</strong> earth material shall be placed in horizontal layers notexceeding 200 mm (8 inches), loose measurement, before the next layer isplaced, However, thicker layer maybe placed if vibratory roller with highcompactive effort is used provided that density requirement is attained and asapproved by the Engineer. The Contractor shall compact the material placed inall embankment layers and the material scarified to the designated depthbelow subgrade in cut sections, until uniform density <strong>of</strong> not less than 95 masspercent <strong>of</strong> the maximum dry density determined by AASHTO T 99 Method C, isattained, at a moisture content determined by the Engineer to be suitable forsuch density.The quantity <strong>of</strong> embankment to be paid for shall be the volume <strong>of</strong> materialcompacted in place and accepted by the Engineer.PART B1 -CONCRETE AND MASONRY WORKSItem 404 Reinforcing SteelPlacing <strong>of</strong> steel reinforcement shall be in accordance with the Specification and inconformity with the requirements shown on the Approved Plans or as directed bythe Engineer. Steel reinforcement shall be deformed bars with a minimum tensilestrength <strong>of</strong> 33,000 psi.Steel reinforcement shall be stored above the surface <strong>of</strong> the ground uponplatforms, skids, or other supports and shall be protected as far as practicablefrom mechanical injury and surface deterioration caused by exposure toconditions producing rust. When placed in the work, reinforcement shall be freefrom dirt, detrimental rust, loose scale, paint, grease, oil or other foreignmaterials.All reinforcing bars requiring bending shall be cold bent to the shapes shown onthe Plans or required by the Engineer. It shall be accurately placed in the positionshown on the Plans or required by the Engineer and firmly held there during theplacing and setting <strong>of</strong> the concrete. Bars shall be tied at all intersections exceptwhere splicing is less than 300mm in each directions, in which case, alternateintersections shall be tied, Ties shall be fastened on the inside inside.Reinforcement in any member shall be placed and then inspected and approvedby the Engineer before placing <strong>of</strong> concrete begins. Concrete placed in violation <strong>of</strong>this provision may be rejected and removal may be required.All reinforcement shall be furnished in the full lengths indicated on the approvedplans. Splicing <strong>of</strong> bars, except where shown on the plans, will not be permitted84<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


without the written approval <strong>of</strong> the Engineer. Splices shall be staggered as far aspossible and with a minimum separation <strong>of</strong> not less than 40 bar diameter. Notmore than one-third <strong>of</strong> the bars may be spliced in the same cross-section, exceptwhere shown on the plans.The quantity <strong>of</strong> reinforcing steel to be paid for will be the final quantity inkilogram placed and accepted in the completed structure.Item 704 4” Thk. CHB WallThis item shall consist <strong>of</strong> furnishing and placing <strong>of</strong> Concrete Hollow Block (CHB)wall in accordance with this specification and conforming to the lines, grades anddimensions shown on the approved plans.Material Requirements:Concrete Hollow Blocks shall be machine made and have a minimum facethickness <strong>of</strong> 1” (0.025). Nominal size shall be 100mm (4”) thick x 200mm (8”) x400mm (16”). Hollow blocks shall conform to the requirements <strong>of</strong> ASTM C 90.Sand shall be washed river sand, well screened, clean, and free from loam, silt andother impurities.Mixture <strong>of</strong> cement mortar shall be made <strong>of</strong> one part Portland Cement and twoparts fine aggregate by volume.Reinforcing bar shall be 10mm. deformed bar conforming to item 404.The quantity <strong>of</strong> CHB wall (including its reinforcements) to be paid for will be thefinal quantity in Square Meter placed and accepted in the completed structure.Item 900(a) & (b) Structural Concrete (3,000psi) including false workThis item shall consist <strong>of</strong> furnishing; placing and finishing <strong>of</strong> concrete inaccordance with this specification and conforming to the lines, grades anddimensions shown on the approved Plans. Concrete shall consist <strong>of</strong> a mixture <strong>of</strong>Portland cement, fine aggregate, coarse aggregate, and water.Material Requirements:All cement shall be Portland type –1, ASTM C-150.Fine aggregates used in the composition <strong>of</strong> concrete shall consist <strong>of</strong> washed riversand.Coarse Aggregate shall consist <strong>of</strong> stone, gravel or other approved inert materialswith similar characteristics. Size shall be ¾” crushed gravel.The water to be used in the project for the concrete works shall be potable.85<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


The concrete materials shall be proportioned in accordance with therequirements for each class <strong>of</strong> concrete as specified in Table 405.2 (3,000 psimin. compressive strength for class “A” concrete) Composition and Strength <strong>of</strong>Concrete for Use in Structures <strong>of</strong> DPWH Standard Specifications 2004.Concrete shall have a consistency such that it will be workable in the requiredposition. It shall be <strong>of</strong> such a consistency that it will flow around reinforcing steelbut individual particles <strong>of</strong> the coarse aggregate when isolated shall show acoating <strong>of</strong> mortar containing its appropriate amount <strong>of</strong> sand.The quantity <strong>of</strong> structural concrete to be paid for will be the final quantity inCubic Meter placed and accepted in the completed structure.PART B2 -METAL STRUCTURESItem 403(a), (b), (c) & (f) Miscellaneous and Structural MetalsThe work shall consist <strong>of</strong> furnishing, fabricating, hauling, erecting, welding andpainting <strong>of</strong> tubular bars, purlins, angular bar, metal plates, sag rod, welded wire,and other miscellaneous and structural metals in accordance with this specificationand in conformance to the approved plans.General Notes and typical structural details shall apply to all drawings unlessotherwise shown or noted. Features <strong>of</strong> construction shown are typical and shallapply generally throughout for similar conditions. Modify typical details as requiredto meet special conditions.The contractor shall examine the drawings and shall notify the Engineer/Architect<strong>of</strong> any discrepancies he may find before proceeding with the work or duringconstruction.It shall be the contractor's responsibility to provide adequate shoring and bracing<strong>of</strong> the structure for all loads that may be imposed during construction.All materials and workmanship shall conform to the latest applicable standards orspecifications. All works shall conform to the best practice prevailing in the varioustrades.All construction and workmanship shall be subject to inspection, examination andtesting by the Engineer/Architect. The Engineer/Architect shall have the right toreject defective materials and workmanship or require its correction.The contractor will be responsible for the coordination <strong>of</strong> work among the varioustrades as necessary to avoid conflicts and to insure the installation <strong>of</strong> all workwithin the available space.86<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Structural steel shall conform to American Society <strong>of</strong> Testing Materials (ASTM) A-36, with Fy <strong>of</strong> 248 Mpa. Electrodes for welding shall conform to the latest coderequirements <strong>of</strong> the American Welding Society (AWS).Surfaces to be welded shall be free from loose scale, slag, rust, grease, paint andany other foreign material. All butt welds shall be full penetration welds.Joint surfaces shall be free from fins and tears. Any shop paint on surfacesadjacent to joints to be field welded shall be wire brushed to reduce the paintfilm to a minimum.Thermal cutting and welding shall be done in accordance with the latest Standardcode for "Welding in <strong>Building</strong> Construction" <strong>of</strong> the American Welding Society(AWS).No permanent welding shall be done until as much <strong>of</strong> the structure as will bestiffened thereby has been properly aligned.Painting shall conform to the requirements <strong>of</strong> item 1032. Apply one (1) coat <strong>of</strong>metal primer paint and two (2) coats <strong>of</strong> quick drying enamel paint.The quantity <strong>of</strong> metal structures to be paid for will be the final quantity in kilosfor item (a) & (b); in Square Meter for item (c); and each for item (f) placed andaccepted in the completed structure.Item 403(d) & (e) Anchor Bolts and Expansion BoltsThe work shall consist <strong>of</strong> furnishing, fabricating, and installation <strong>of</strong> anchor bolts,expansion bolts including nut and washer in accordance with this specification andin conformance to the approved plans. All bolts shall conform to ASTM A325requirement.Item 403(g) Removal, Re-fabrication, and Reinstallation <strong>of</strong> ExistingSteel Trusses/PurlinsThe work shall consist <strong>of</strong> furnishing labor, tools and equipment for the removal, refabricating,reinstallation and repainting <strong>of</strong> the existing steel trusses and purlins atthe old motor pool shed located along J. Abad Santos Avenue in accordance withthis specification and in conformance to the approved plans.The dismantling and removal works shall be carefully done with appropriateequipment so as to avoid peripheral damaged. Re-fabrication and reinstallationshall be in accordance with item 403 (a). Repainting shall conform to therequirements <strong>of</strong> item 1032.87<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


The quantity <strong>of</strong> metal structures to be paid for will be the final quantity in kilosplaced and accepted in the completed structure.Part – C -FINISHINGTERMITE CONTROL WORKSItem 1000 Soil PoisoningThe work includes furnishing <strong>of</strong> skilled labor (certified pesticide applicator dulylicensed by fertilizer and pesticide authority), chemical, tools, equipments,supervision and other related works necessary to complete the program hereinrecommended and described.Before any termite control work is started, thorough examination <strong>of</strong> the site shallbe undertaken so that the appropriate method <strong>of</strong> soil poisoning can be applied.Treatment <strong>of</strong> the soil on the exterior sides <strong>of</strong> the foundation walls, grade beamsand similar structures shall be done prior to final grading and planting orlandscaping work to avoid disturbance <strong>of</strong> the toxicant barriers by such operations.Areas to be covered by concrete slab shall be treated before placement <strong>of</strong>granular fill used as capillary water barrier at a rate <strong>of</strong> 12 liters per squre meterwith Type 1 working solution after it has been compacted and set to requiredelevation.Use 30 ml. <strong>of</strong> concentrated chemical per 1 (one) liter <strong>of</strong> water (dilution) or 1 liter<strong>of</strong> concentrated chemical per 33.33 liter <strong>of</strong> water. Chemical to be used shall be100% efficacy in 5 (five) years upon completion <strong>of</strong> work.STORM DRAINAGE AND SEWERAGE SYSTEMAll sanitary/plumbing works shall be done under the supervision <strong>of</strong> aMechanical/Sanitary Engineer and in strict accordance with these specificationsand <strong>of</strong> the methods as prescribed by the latest edition <strong>of</strong> the Philippine PlumbingCode, Sanitary Code <strong>of</strong> the Philippine and the Mechanical Code <strong>of</strong> the Philippines.All items not specifically mentioned in the specifications or noted on the drawingsbut which are obviously necessary to make a complete working installation shallbe included.Item 1001.2 (a) to (d) PVC Pipes and FittingsThis item shall consist <strong>of</strong> furnishing all materials, equipment and labor for thecomplete installation <strong>of</strong> all sanitary sewer piping and accessories including hangerand supports.88<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


All sewer pipes shall be polyvinyl chloride (PVC) pipes series 1000 “branded” orapproved equal. Fittings shall be PVC conforming to ASTM D1784 and solventcement joint materials shall conform to ASTM 2564. Sewer pipe shall be testedaccording to Plumbing Code. All testing shall be witnessed by CDC authorizedrepresentative.The quantities to be paid for all PVC pipes including its supports andaccessories shall be measured by the meter along their axes installed in placeand accepted by the Engineer.Item 1001.2 (e) & (f) Septic Vault and Grease Trap with Steel GratingThis item shall consist <strong>of</strong> furnishing all materials, equipment and labor for thecomplete installation <strong>of</strong> septic vault and grease trap with steel grating.All concrete works for the septic vault and grease trap shall conform to item900(a), all reinforcing bars to item 404, and steel grating to item 403(b). ConcreteHollow Blocks shall be machine made and shall have a nominal size <strong>of</strong> 150mm (6”)thick x 200mm (8”) x 400mm (16) conforming to the requirements <strong>of</strong> ASTM C 90.The quantities to be paid for septic vault and grease trap shall be the number<strong>of</strong> unit/set installed and accepted by the Engineer.PLUMBING SYSTEMItem 1002 (a) to (z)This item shall consist <strong>of</strong> furnishing all materials, tools, equipment and fixturesrequired as shown on the plans for the satisfactory performance <strong>of</strong> the entireplumbing system including installation in accordance with the latest edition <strong>of</strong>the National Plumbing Code, Mechanical Code <strong>of</strong> the Philippines, and thisSpecification.All water supply pipes and accessories shall be PP-R pipes. Pipes shall be heavygauge conforming to PNS-20, DIN 8077/16962. Jointing method (socketfusion) shall conform to ASTM Standard or approved equal. All water line shallbe hydrostatic tested at 100 psi for 4 hours prior to tapping. All testing shall bewitnessed by CDC authorized representative.Standpipe for fire protection shall be G.I. pipe Schedule 40, Super ‘A’.Standpipe system shall be installed in compliance with all the regulationprescribed by the National Fire Protection Association (NFPA). StandpipeSystem shall be tested for Air Test, Hydraulic Test, Flow Test, Gauge Test, andOn-site Water Supply Test including test for sway bracings, hanger andcorrosion to ensure that the system is in proper working condition.89<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Valves for water supply system shall be PP-R (fusion type) while valves forstandpipe for fire protection system shall be high grade cast bronze mounted(heavy duty) withstanding working pressure as indicated on the plans.Fire hose cabinet shall be locally available consisting <strong>of</strong> 38mm diameter valvehose rack with 100ft an<strong>of</strong>lex fire hose with 38mm diameter brass fog nozzle. Italso include portable fire extinguisher suitable for Class A, B, C fires, mountedinside cabinet.Fire hose cabinet shall be full flush mounting door with aluminium trim forglass plate, frame and box shall be <strong>of</strong> gauge 14 galvanized iron sheet withwhite interior and red exterior baked enamel finish over primer.All bathroom and toilet accessories such as shower head, shower valve,lavatory faucets, angle valves, floor drain shall be made <strong>of</strong> stainless steel(heavy duty) unless otherwise specified. Model and make shall be as indicatedin the BOQ.Water Closet shall be “Tank Type” with bowl flange, stop valve, supply hose,cover and complete mounting accessories. Model make and color shall besubmitted for approval prior to delivery at jobsite by the Engineer.Lavatory shall be wall-hung and counter top type as indicated on the approvedplans complete with mounting accessories. Wall hung lavatory shall beCopacabana 0959 model L455 x W500 x H197mm. Counter top lavatory shallbe Aqualyn 0476 model.Urinal shall be wall-hung, New Washbrook 6510 model, 370mm x 475mm x690mm with Urinal Flush Valve 5110 lever type with complete fittings &accessories.The quantities to be paid for plumbing system shall be the number <strong>of</strong> linearmeter for pipes and each/set for fixtures installed and accepted by theEngineer.CARPENTRY AND JOINERY WORKSItem 1003 Ceiling Board, metal furring and hangerThe work under this item shall consist <strong>of</strong> furnishing all required materials, tools,equipment and labor all operations necessary for the satisfactory completion <strong>of</strong>all carpentry and joinery works in strict accord with applicable drawings, detailsand these Specifications.Ceiling Boards shall be 4.5mm. thick cement fiber board, 0.4 thick double metalfurring and use perforated tape for all joints.90<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Perimeter Angle or Perimeter Channel is fixed to the walls around the edge <strong>of</strong>the room providing a location for the Ceiling Furring Channel. Primary 1.0mmthick Channel is suspended at a maximum <strong>of</strong> 1200mm centres using AdjustableRod Sets.The work commenced under this item shall be measured as ceiling area insquare meter. The quantity determined shall be paid for at the Contract UnitPrice which price constitutes full compensation including labor, materials, toolsand equipment.HARDWAREThis item shall consist <strong>of</strong> furnishing and installing all building hardwarerequired to ensure rigidity <strong>of</strong> joints/connections <strong>of</strong> the different parts <strong>of</strong> thestructure such as doors, windows, cabinets and other similar operating parts asindicated on the plans and in accordance with these specifications.All rough hardware such as nails, screws, lag screws, bolts and other relatedfasteners required for work shall be first class quality.All finishing hardware consisting <strong>of</strong> Cylindrical lockset polished brass, Keyoutside and thumb turn inside with high security 5-pin tumbler cylinder (E-Zset or Approved Equal), 4” x 4” Polished brass loose pin ball bearing type withqueen tip door hinge, Door closer with hold-open function open beyond 85dthe door will remain open, closing speed is adjustable faster or slower,reversible to right or left hand swing (E-Z set or Approved Equal)Stair Noising shall be heavy duty brass type or any approved equal.All hardware shall be installed in neat workmanship manner following themanufacturers’ instruction manual to fit details as indicated on the plans.All hardware actually installed shall be measured and determined by number <strong>of</strong>pieces or units ready for service as provided in the bill <strong>of</strong> quantities accepted tothe satisfaction <strong>of</strong> the Engineer.The quantities to be paid for hardware shall be the number <strong>of</strong> material in piece(each)/set installed and accepted by the Engineer.Item 1004 (b) to (d)The work under these items shall consist <strong>of</strong> furnishing all required materials,tools, equipment and labor all operations necessary for the satisfactorycompletion <strong>of</strong> works in strict accord with applicable drawings, details and theseSpecifications.91<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


High Pressure Plastic Laminate compartments, 12mm thick Phenolic antibacterialwater pro<strong>of</strong> partition, Laminate edges are applied before facelaminate and bonded with a thermo-setting resin glue under continuous heatand pressure. All face laminate are bonded with a polyvinyl acetate adhesive.Including all hardware shall be stainless steel or any approved accepted to thesatisfaction <strong>of</strong> the Engineer.The quantities to be paid for this item shall be the number <strong>of</strong> unit/set installedand accepted by the Engineer.STEEL WINDOWS (Supply and Install)Item 1005 (a) to (b)This item shall consist <strong>of</strong> all fabricated steel windows fully equipped with fixingaccessories and locking devices as shown on the Plans and in accordance withthis specification.All members shall be <strong>of</strong> hot-rolled, low carbon, new billet steel, heavy sectionwith depth <strong>of</strong> at least 33mm and web thickness <strong>of</strong> at least 3mm. Muntins shallbe 25mm by 25mm rolled-tee sections. All members to be used shall conformto the specification requirements <strong>of</strong> ASTM A “505. The frame member shallafford not less than 16mm continuous anchorage to surrounding masonry.Painting <strong>of</strong> metal frames shall conform to item 1032.Glass thickness shall be 6mm for both Awning and Fixed glass window. Verifyall measurement to match actual conditions.The quantities to be paid for shall be the actual area in square meter <strong>of</strong> steelwindows and glass panel satisfactorily installed.STEEL DOORS AND FRAMES (Supply and Install)Item 1005 (a) to (c)This item shall consist <strong>of</strong> furnishing and installing all fabricated steel door andframes equipped with fixing accessories and locking devices in accordance withPlans and/or Specifications.All door cladding plates or panels shall be formed from gauge 20 cold-rolled,prime quality steel. Frames shall be formed from gauge 16 cold-rolled steel.The materials used shall conform with the specification requirement <strong>of</strong> ASTM-A505.Flush doors shall be constructed from outer steel sheet not lighter than gauge20, with edges welded and finished flush. The outer face sheets shall be92<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


einforced with gauge 24 vertical channel or interlocking zee members. Soundinsulation fillers <strong>of</strong> cork fiberboard, mineral wool board. Doors shall havesmooth, flush surfaces without any visible joints or seams on exposed faces orstile edges except around glazed or louvered pane insert. Top and bottomframe <strong>of</strong> doors shall have continuous reinforcing channels welded to facesheets. The channel for exterior door shall be inverted type, not lighter thangauge 16, constructed to form a weather seal. Glazed opening shall beprovided where indicated and moulding around glazed openings shall not belighter than gauge 20 metalLouvers shall be machine pressed conforming to the size and design indicatedon the Plans with removable louver pane formed to fit the metal subframe <strong>of</strong>openings. The steel sheets shall meet the requirement <strong>of</strong> ASTM 505, rivets <strong>of</strong>ASTM B 316, screws, bolts, nuts and washers <strong>of</strong> ASTM B 211.Installation steel doors, frames and louvers shall be set plumb and true inopenings. The joint between frame and masonry shall be carefully caulked.Contacts between door/frame and adjacent steel shall be sealed with mastic.The quantity to be paid for steel doors, frames, louvers, accessories andhardware shall be per set/each. A set shall consist <strong>of</strong> metal door, jambs,anchors, door closer, and hardware (Panic Device) except locksets.ALUMINUM GLASS DOOR (Supply and Install)Item 1007 (a) to (b)This item shall consist <strong>of</strong> furnishing all glass door materials, labor, tools andequipment required in undertaking the proper installation as shown on thePlans and in accordance with the specification.Frame and panel members shall be fabricated from extruded aluminum sectiontrue to details with clean, straight, sharply defined pr<strong>of</strong>iles and free fromdefects impairing strength or durability. Extruded aluminum section shallconform to the specification requirements defined in ASTM B 211. Usealuminum section FB -100 on top and bottom frame only.Screws, nuts, washers, bolts, rivets and other miscellaneous fastening devicesshall be made <strong>of</strong> non-corrosive materials such as aluminum, stainless steel,etc. Hardware for fixing and locking devices shall be closely matched to theextruded aluminum section and adaptable to the type and method <strong>of</strong> opening.Glazing shall be 12mm thick tempered glass. Aluminum glass door shall beinstalled in a prepared opening to be set plumb, square, level and true todetails. Double action type door panel shall be equipped with heavy dutyhinges that will control the door leaf in a close or open position.93<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


ALUMINUM GLASS WINDOWS (Supply and Install)Item 1008 (a) to (b)This item shall consist <strong>of</strong> furnishing all aluminum glass window materials, labor,tools and equipment required in undertaking the proper installation as shownon the Plans and in accordance with the specification.Frame and panel members shall be fabricated from extruded aluminum sectiontrue to details with clean, straight, sharply defined pr<strong>of</strong>iles and free fromdefects impairing strength or durability. Extruded aluminum section shallconform to the specification requirements defined in ASTM B 211.Weather strip shall be first class quality flexible vinyl forming an effective sealand without adverse deformation when installed.Main frame shall consist <strong>of</strong> head, sill and jamb. Window panel shall be jointedat corners with miter and fixed rigidly to ensure weather tightness.Sliding windows shall be provided with nylon sheave. Sliding panels shall besuspended with concealed roller overhead tracks with bottom guide pitchoutward and slotted for complete drainage. The sliding panels shall beprovided with interior handles. The locking device shall be a spring loadedextruded latch that automatically engages special frame hips.The contractor does not only protect all entrance units during the constructionphase but shall also be responsible for removal <strong>of</strong> protective materials andcleaning the aluminum surface including glazing before work is accepted by theEngineer.Aluminum shall be thoroughly cleaned with kerosene or gasoline diluted withwater and then wipes surface using clean cloth rugs. No abrasive cleaningmaterials shall be permitted in cleaning surface.Aluminum glass window fully equipped with fixing accessories and lockingdevices shall be measured in square meters actually installed in-place andaccepted to the satisfaction <strong>of</strong> the Engineer.WOODEN DOORSItem 1010 (a) to (b)This item shall consist <strong>of</strong> furnishing all materials, hardware, tools, labor andservices necessary for complete fabrication and installation <strong>of</strong> wooden doorsand the type and size as shown on the Plans and in accordance with the94<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


specifications and applicable specification under Item 1003 on Carpentry andJoinery Works.Lumber <strong>of</strong> doors, jambs and panels when required, shall be kiln-dried withmoisture content <strong>of</strong> not more than 14 %.Wooden doors and frames shall be fabricated in accordance with the designsand sizes shown on the Plans. The fabricated products shall be finished square,smoothly sanded and free from damage or warpage.Wooden doors shall be measured and paid for on the basis <strong>of</strong> number <strong>of</strong> setscompletely installed and accepted by the Engineer. A set shall consist <strong>of</strong> paneldoor, jambs, anchors, door closer, and hardware including lockset.ROLLING UP DOORSItem 1011 (a) to (b)This item shall consist <strong>of</strong> furnishing all labor, tools, equipment and rolling updoor required as shown on the Plans and in accordance with this specification.Rolling up doors shall be surfaced mounted designed for exterior serviceopening as indicated on the Plans. Component parts shall conform with thefollowing material specifications:Curtain – shall be manufactured if interlocking curved or flat slats, rolled fromgalvanized and bonderized steel. Slats shall be <strong>of</strong> size and thickness towithstand 0.957 KPa windload.Counter balance barrel assembly shall include spring barrel which serves asload carrying beam encases counter balance mechanism and provided axisaround curtain coils. Hood shall be manufactured from 0.60mm thick(minimum) galvanized sheet metal, flanged at top for attachment to headerand flanged at bottom to provide longitudinal stiffness.Hood shall enclose curtain coil and counter balance mechanism. Brackets shallbe made <strong>of</strong> precisely formed plate with permanently sealed ball bearings,designed to enclose end <strong>of</strong> the curtain coil and provide support for counterbalance pipe at each end.Guides shall be fabricated from structural steel angles or precision roll formedchannels and angles. Especially adaptable for doors exposed to heavy windpressure. Designed with groove depths varying from 50mm depending uponthe width <strong>of</strong> the door, and set cut from the face <strong>of</strong> the wall to facilitate thetravel <strong>of</strong> the curtain.95<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Doors shall be operated and with provision for manual operation by means <strong>of</strong>hand chain. Accessories needed for the satisfactory performance <strong>of</strong> the doorshall be built-in with the unit.The work executed under this item shall be measured by actual units <strong>of</strong> rollingup door installed at jobsite complete and ready for service. The computed unitshall bear type <strong>of</strong> materials and area <strong>of</strong> opening covered and shall be acceptedby the Engineer.PREPAINTED METAL SHEETSItem 1014 (a)1, 1014 (a)2, 1014 (b) to (d)This item shall consist <strong>of</strong> furnishing all pre-painted metal sheet materials, toolsand equipment, plant including labor required in undertaking the properinstallation complete as shown on the Plans and in accordance with thisSpecification.All pre-painted metal sheet and ro<strong>of</strong>ing accessories shall be oven bakedpainted and shall have an overall thickness with protective coats <strong>of</strong> 0.400mm,true to pr<strong>of</strong>iles indicated on the Plans.Pre-painted rolling sheets shall be fabricated from cold rolled galvanized ironsheets specially tempered steel for extra strength and durability. It shallconform to the material requirements defined in PNS 67:1985Design/color shall be subject to the approval <strong>of</strong> the Architect/Engineer.Pre-painted steel ro<strong>of</strong>ing sheets “long span” for the repair <strong>of</strong> ro<strong>of</strong>ing at Main<strong>Building</strong> shall match the pr<strong>of</strong>ile <strong>of</strong> the existing ro<strong>of</strong>ing.Removal and Re-installation <strong>of</strong> existing Pre-painted long span from the OldMotorpool to <strong>Jacinto</strong> <strong>Building</strong> shall include labor, equipment and accessories.The removal and reinstallation work shall be carefully done to avoid damage.The work done under this item shall be measured by actual area covered orinstalled with pre-painted steel ro<strong>of</strong>ing and accepted to the satisfaction <strong>of</strong> theEngineer/Architect.CERAMIC TILESItem 1018 (a) and (b)This item shall consist <strong>of</strong> furnishing all ceramic tiles, materials, tools andequipment including labor required in undertaking the proper installation <strong>of</strong>96<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


walls and floor tiles as shown on the Plans and in accordance with thisSpecification.Glazed tiles and trims shall have an impervious face <strong>of</strong> ceramic materials fusedonto the body <strong>of</strong> the tiles and trims. The glazed surface may be clear white orcolored depending on the color scheme approved by the Engineer. Glazed tilesare used principally for walls.Unglazed tiles shall be hard dense tile <strong>of</strong> homogeneous composition. Its colorand characteristics are determined by the materials used in the body, themethod <strong>of</strong> manufacture and the thermal treatment. It is used primarily for floorand walks.Trims are manufactured to match wall tile color, texture and to coordinate withit in dimension.Mortar mix for scratch coat and setting bed shall consist <strong>of</strong> one part Portlandcement ¼ part lime and 3 parts sand by volume. Surface to receive tile mustbe level, true to elevation, dry, free from dirt, oil and other ointments. Allow atleast seven days curing <strong>of</strong> scratch coat and setting bed.Installation work shall not be allowed to proceed until unsatisfactory conditionsare corrected.Tiles shall have laid in place for at least 24 hours before grouting <strong>of</strong> the jointsis started. Grouting mortar shall be white Portland cement or blended withpigments to acquire the color appropriate for the ceramic tile.All works performed under this item shall be measured in square meters forareas actually laid with ceramic tiles and accepted to the satisfaction <strong>of</strong> theEngineer.CEMENT PLASTER FINISHItem 1027 (a)This item shall consist <strong>of</strong> furnishing all cement plaster materials, labor, toolsand equipment required in undertaking cement plaster finish as shown on thePlans and accordance with this Specification.Portland cement shall conform with the requirements as defined in item 700,Hydraulic Cement.Fine aggregates shall be clean, washed river sand and free from dirt, clay,organic matter or other deleterious substances.97<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Mortar mixture shall be freshly prepared and uniformly mixed in the proportionby volume <strong>of</strong> one part Portland Cement, and three (3) parts sand.Finish coat shall be pure Portland Cement properly graded conforming to therequirements <strong>of</strong> item 700, Hydraulic Cement and mixed with water to approvedconsistency and plasticity.All cement plaster finish shall be measured in square meters or part there<strong>of</strong> forwork actually completed in the building.PAINTING AND VARNISHINGItem 1032 (a) to (f)This item shall consist <strong>of</strong> furnishing all paint materials, varnish and otherrelated products, labor, tools, equipment and plant required in undertaking theproper application <strong>of</strong> painting, varnishing and related works indicated on thePlans and in accordance with this Specification.Material requirementsTinting colors shall be first grade quality, pigment ground in alkyd resin thatdisperses and mixes easily with paint to produce the color desired. Use thesame brand <strong>of</strong> paint and tinting color to effect good paint body.Concrete neutralizer shall be first grade quality concentrate diluted with cleanwater and applied as surface conditioner <strong>of</strong> new interior and exterior walls thusimproving paint adhesion and durability.Silicon water repellent shall be transparent water shield especially formulatedto repel rain and moisture on exterior masonry surfaces.Patching compound shall be fine powder type material like calciumine that canbe mixed into putty consistency, with oil base primers and paints to fill minorsurface dents and imperfections.Varnish shall be a homogeneous solution <strong>of</strong> resin, drying oil, drier and solvent.It shall be extremely durable clear coating, high resistant to wear and tearwithout cracking, peeling, whitening, spotting.Sanding sealer shall be quick drying lacquer, formulated to provide quick dry,good holdout <strong>of</strong> succeeding coats, and containing sanding agents such as zincstearate to allow dry sanding <strong>of</strong> sealer.Glazing putty shall be alkyd-type product for filling minor surface unevenness.98<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Painting SchedulesFor New Concrete/ Masonry Surfaces:One coat <strong>of</strong> Acrylic Flat base paintTwo coats <strong>of</strong> Acrylic Semi-Gloss base paintFor Old Concrete/ Masonry Surfaces:Two coats <strong>of</strong> Acrylic Semi-Gloss base paintFor Concrete Flooring:Two coast <strong>of</strong> Rubberized PaintFor Wood Varnish:1 st coat, <strong>of</strong> one part sanding sealer to one part solvent2 nd coat, <strong>of</strong> 2/3 sanding sealer to 1/3 solventFor old Ferrous metal:Two coats <strong>of</strong> enamel paintsFor old ro<strong>of</strong>ing:Two coats <strong>of</strong> Portland cement ro<strong>of</strong>ing paint.For new Galvanized metal:1 coat zinc chromate primer2 coats Portland cement paintWorkmanship in General:a. All paints shall be evenly applied. Coats shall be <strong>of</strong> proper consistencyand well brushed out so as to show a minimum <strong>of</strong> brush marks.b. All coats shall be thoroughly dry before the succeeding coat is applied.c. Where surfaces are not fully covered or cannot be satisfactorily finishedin the number <strong>of</strong> coats specified such preparatory coats and subsequentcoats as may be required shall be applied to attain the desire evenness<strong>of</strong> surface without extra cost to the owner.d. Where surface is not in proper condition to receive the coat theEngineer shall be notified immediately. Work on the questioned99<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


portion(s) shall not start until clearance to proceed is ordered by theEngineere. Hardware, lighting fixture and other similar items shall be removed orprotected and re-installed after completion <strong>of</strong> the work.The areas <strong>of</strong> concrete and metal surfaces applied with paint and relatedcoating materials shall be measured in square meters while the varnishing <strong>of</strong>wooden doors and jambs shall be measured per set as desired and accepted tothe satisfaction <strong>of</strong> the Engineer.PART D – ELECTRICALGeneralAll works shall be done under the direct supervision <strong>of</strong> an Electrical Engineer andin strict accordance with these specifications and <strong>of</strong> the methods as prescribed bythe latest edition <strong>of</strong> the Philippine Electrical Code.All items not specifically mentioned in the specifications as noted on the drawingbut which are obviously necessary to make a complete working installation shall beincluded.CONDUITS, BOXES AND FITTINGSItems 1100 (1) to 1100 (19)DescriptionThis Item shall consist <strong>of</strong> the furnishing and installation <strong>of</strong> the complete conduitwork consisting <strong>of</strong> electrical conduits; conduit boxes such as junction boxes, pullboxes, utility boxes, octagonal and square boxes; conduit fittings such as couplings,locknuts and bushings and other electrical materials needed to complete theconduit roughing – in work <strong>of</strong> this project.Material RequirementsAll materials shall be brand new and shall be <strong>of</strong> the approved type meeting all therequirements <strong>of</strong> the Philippine Electrical Code and bearing the Philippine StandardAgency (PSA) mark.ConduitsConduit shall be standard rigid steel; zinc coated or galvanized, and shall beSchedule 40. Electrical metal conduit may be used if shown or specified on theapproved Plans. PVC conduit if required shall be Schedule 40. Enamel coated steelconduits and conduits with rough inner surfaces are not acceptable.100<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


UPVC. Plastic duct for concrete encased burial shall be PVC schedule 40 and shallconform to NEMA standards. Endbell fittings shall conform to NEMA standards.No conduits shall be used in any system smaller than 12 mm diameter electricaltrade size nor shall have more than four (4) 90-degree bends in any one run andwhere necessary, pull boxes shall be provided.On exposed work, all pipes and outlet boxes shall be secured by means <strong>of</strong>galvanized metal clamps which shall be held in place by means <strong>of</strong> machine screws.When running over concrete surfaces, the screws shall be place by means <strong>of</strong>expansion sleeves for big pipes and rolled lead sheet for small pipes.All pipes shall be run at right angles to and parallel with the surrounding walls. Nodiagonal run shall be allowed and all bends and <strong>of</strong>fsets shall be avoided as muchas possible. Conduits shall be supported at 1,500 mm intervals maximum.Conduit BoxesAll conduit boxes shall be code gauge steel and galvanized. Outlet boxes shall begalvanized pressed steel <strong>of</strong> standard make. In general, outlet boxes shall be atleast 100 mm square or octagonal, 55 mm deep and 16 mm minimum gauge.As a rule, provide junction boxes or pull boxes in all runs greater than 30 metres inlength, for horizontal runs. For other lengths, provide boxes as required for splicesor pulling. Pull boxes shall be installed in inconspicuous but accessible locations.Conduit FittingsAll conduit fittings such as locknuts and bushings shall be galvanized <strong>of</strong> standardmake.GroundingAll grounding system installation shall be executed in accordance with theapproved plans. Grounding system shall include building perimeter ground wires,ground rods, clamps, connectors, ground wells and ground wire taps as shown inthe approved design.All non-current carrying metallic parts like conduits, cabinets and equipmentframes shall be properly grounded in accordance with the Philippine ElectricalCode, latest edition. The size <strong>of</strong> the ground rods and ground wires shall be asshown on the approved plans. The ground resistance shall not be more than 5ohms.101<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


All panel board and metallic boxes and electrically associated frame works shall begrounded effectively. Conductor and ground wires shall be insulated copper asshown and sizes as indicated in the plans. All connections shall be mechanicallyand electrically sound and secure by split type copper bolts and wire nuts <strong>of</strong>approved type. Grounding wire shall be made <strong>of</strong> stranded copper, s<strong>of</strong>t drawn wireand shall be installed in one continuous length without splices or joint insideconduit. Ground rods shall be made <strong>of</strong> copper-clad steel and shall be driven in fulllength into the earth, sizes <strong>of</strong> which shall be indicated on the Plans’ groundingdetails.WIRES AND WIRING DEVICESItem 1101 (1) to 1101 (29)Wires and cables shall be <strong>of</strong> the approved type meeting all the requirements <strong>of</strong> thePhilippine Electrical Code and bearing the PSA mark. Unless specified or indicatedotherwise, all power and lighting conductors shall be insulated for 600 volts. Allwires shall be copper (unless otherwise specified as seen in the plan), s<strong>of</strong>t drawnand annealed, smooth and <strong>of</strong> cylindrical form and shall be centrally located insidethe insulation.Conductors or wires shall not be drawn in conduits until after the cement plaster isdry and the conduits are thoroughly cleaned and free from dirt and moisture.All joints, taps and splices on wires larger than 14 mm shall be made <strong>of</strong> suitablesolderless connectors <strong>of</strong> the approved type and size. They shall be taped withrubber and PVC tapes providing insulation not less than that <strong>of</strong> the conductors.All wiring devices shall be standard products <strong>of</strong> reputable electrical manufacturers.Wall switches shall be rated at least 16A, 250V and shall be spring operated, flush,tumbler type. Duplex convenience receptacles shall be rated at least 16A, 250V,flush parallel slots. Single heavy duty receptacles shall be rated at least 20A, 250V.3 – wire, flush, polarized type.Auxiliary SystemsAll auxiliary system such as telephone, internet, and fire alarm system installationsshall be done in accordance with the approved design.All materials to be used shall conform to the Bureau <strong>of</strong> Product Standard (BPS)Specifications.102<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Lighting Fixtures and LampAll lighting fixtures and lamps are as specified and listed on lighting fixtureschedule.For fluorescent lamp, it shall be 32-watt rapid start daylight white. All fluorescentballast shall be 108-277 v auto volt, electronic ballast, high power factor, <strong>of</strong> goodquality materials and approved by the Bureau <strong>of</strong> Product Standards (BSP).Luminaire housing shall be die cast aluminum with electro gray finish for long lifeperformance. It shall be pole/wall mounted with wattage capacity from 200 wattsto 400 watts Metal Halide. Ballast shall be 230 volt with ignitor and capacitor andshall have universal two (2) bolt slip fitter and adjustable mogul or E40 socket.Standard construction is IP65 with breathing seal to prevent contaminant fromentering the optical assembly. Ball latch shall be stainless steel and precisiondesign refractor to uniformly laminate wide area.For Perimeter Lights, Lamps shall be Metal Halide, 400-watts, 28,000 lumens, andshall conform to ANSI and UL Standards, and shall have a constant wattagetransformer CWA or regulator, open type high power factor. Ballast shall bedesigned to operate on the voltage system to which they are connected. Providesingle lamp ballasts with a minimum starting temperature <strong>of</strong> minus 30 degreesCelcius (C). Ballast shall be constructed so that open circuit operation will notreduce their average life. Metal Halide ballast shall have a solid state ignitor/starterwith an average life in the pulsing mode <strong>of</strong> 15,000 hr. and a case temperature <strong>of</strong>75 degrees C. Average life is defined as the time after which 50 percent will havefailed and 50 percent will have survived under normal conditions.Item 1102 –Power Load Centre, Switchgear and Panel boardThis item shall consist <strong>of</strong> the furnishing and installation <strong>of</strong> the power load centreunit low voltage switchgear and distribution panel boards at the location shown orthe approved plans complete with circuit breakers, cabinets and all accessories,completely wired and ready for service.All materials shall be brand new and shall be <strong>of</strong> the approved type. It shallconform with the requirements <strong>of</strong> the Philippine Electrical Code and shall bear thePhilippine Standard Agency (PSA) mark.The molded case circuit breakers shall be <strong>of</strong> the thermal-magnetic type having metripping characteristic on overload and instantaneous trip on short circuits, shall beequipped with arc quenchers, shall have a quick-made and quick- break togglemechanism, and shall have trip-free operating handles. Each multi-pole breakershall have a common trip so that an overload on one pole with automaticallycauses all poles <strong>of</strong> the breakers to open. The circuit breakers shall have aninterrupting rating <strong>of</strong> not less than 20,000 symmetrical amperes at 230 volts.103<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Panel boards shall conform to the schedule <strong>of</strong> panel board as shown on theapproved plans with respect to supply characteristics, rating <strong>of</strong> main lugs or maincircuit breaker, number and ratings and capacities <strong>of</strong> branch circuit breakers.Panel boards shall consist <strong>of</strong> a factory completed dead front assembly mounted inan enclosing flush type cabinet consisting <strong>of</strong> code gauge galvanized sheet steelbox with trim and door. Each door shall be provided with catch lock and two (2)keys. Panel boards shall be provided with directories and shall be printed toindicate load served by each circuit.Panel board cabinets and trims shall be suitable for the type <strong>of</strong> mounting shownon the approved plans. The inside and outside <strong>of</strong> panel board cabinets and trimsshall be factory painted with one rust pro<strong>of</strong>ing primer coat and two finish shopcoats <strong>of</strong> pearl gray enamel paint.Main and branch circuit breakers for panel boards shall have the rating, capacityand number <strong>of</strong> poles as shown on the approved plans. Breakers shall be thermalmagnetic type. Multiple breaker shall be <strong>of</strong> the common trip type having a singleoperating handle. For 50-ampere breaker or less, it may consist <strong>of</strong> single polebreaker permanently assembled at the factory into a multi-pole unit.Standard panels and cabinets shall be used and assembled on the job. All panelsshall be <strong>of</strong> dead front construction furnished with trims for flush or surfacemounting as required.Photocell Switch. A hermetically sealed cadmium sulphide cell rated 230 volts AC,60 Hz with single throw contacts rated at 1800 VA, 230 volts, shall be providedconforming to UL-773. The switch shall be mounted in a high-impact resistant,non-corroding and non-conductive molded plastic housing with a NEMA lockingtype receptacle. The switch shall turn on 10.76 lux and <strong>of</strong>f 32.28 lux. A time delayshall prevent accidental switching from transient light sources. A directional lensshall be mounted in front <strong>of</strong> the cell to prevent fixed light sources from creating aturn-<strong>of</strong>f condition if necessary. The switch shall be aimed according tomanufacturer’s instructions. Normally the sensor opening shall be facing east.Test and GuaranteeUpon completion <strong>of</strong> the electrical construction work, the contractor shall provide alltest equipment and personnel and to submit written copies <strong>of</strong> all test results. Thecontractor shall guarantee the electrical installation are done and I accordancewith the approved plans and specifications. The contractor shall guarantee thatthe electrical systems are free from all grounds and from all defectiveworkmanship and materials and will remain so for a period <strong>of</strong> one year from date<strong>of</strong> acceptance <strong>of</strong> works. Any defects shall be remedied by the contractor at hisown expense.104<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


PART E – MECHANICAL (SUPPLY AND INSTALL)This item shall consist <strong>of</strong> furnishing and installation <strong>of</strong> air conditioning andventilation system, inclusive <strong>of</strong> necessary electrical connections, ductworks, grilles,pipes and condensate drains and all other necessary accessories, ready for servicein accordance with the Plans and Specifications.The air conditioning system shall be window type and split-type, high efficiency(Inverter), <strong>of</strong> high quality brand and with remote control. The type, sizes,capacities, quantities and power characteristics <strong>of</strong> the compressor, evaporator,condenser chilled water pump and condenser water pump shall be as specified oras shown on the plans. Refrigerant pipes shall be copper tubing, type L or K.All equipment and materials shall be inspected upon delivery and shall be testedafter installation. Wall, floors and other parts <strong>of</strong> the building and equipmentdamaged by the contractor in the prosecution <strong>of</strong> the work shall be replaced asshown o the plans.Part – J –SPECIAL ITEMSSPL -1- Construction Safety and HealthThe contractor shall, at his own expense, furnish his workers with protectiveequipment for eyes, face, hands and feet, lifeline, safety belt/harness, protectiveshields and barriers whenever necessary by reason <strong>of</strong> the hazardous work processor environment, chemical or radiological or other mechanical irritants <strong>of</strong> hazardscapable <strong>of</strong> causing injury or impairment in the function <strong>of</strong> any part <strong>of</strong> the bodythrough absorption, inhalation or physical agent.All Personal Protective Equipment and Devices shall be in accordance with therequirement <strong>of</strong> the Occupational Safety and Health Standards (OSHS) and shouldpass the test conducted and/or standards sets by the Occupational Safety andHealth Center (OSHC).105<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


Section VII. DrawingsSee attached106<strong>Clark</strong> Development Corporation <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area)


107


Section VIII. Bill <strong>of</strong> Quantities108


Section IX. Bidding FormsTABLE OF CONTENTSBid Form ....................................................................................... 167Form <strong>of</strong> Contract Agreement .......................................................... 169Omnibus Sworn Statement ............................................................. 172166


Bid FormDate: ___________________IAEB 2 N o : ________________To: Atty. Felipe Antonio B. RemolloPresident and CEO<strong>Clark</strong> Development CorporationBldg. 2122 E. Quirino Avenue,CDC Corporate Center<strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong> 2023We, the undersigned, declare that:We have examined and have no reservation to the Bidding Documents, includingAddenda, for the Contract <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area).(a) We have examined and have no reservation to the Bidding Documents, includingAddenda, for the Contract [insert name <strong>of</strong> contract];(b) We <strong>of</strong>fer to execute the Works for this Contract in accordance with the Bid andBid Data Sheet, General and Special Conditions <strong>of</strong> Contract accompanying thisBid;The total price <strong>of</strong> our Bid, excluding any discounts <strong>of</strong>fered in item (d) below is:[insert information];The discounts <strong>of</strong>fered and the methodology for their application are: [insertinformation];(c) Our Bid shall be valid for a period <strong>of</strong> 120 calendar days from the date fixed forthe Bid submission deadline in accordance with the Bidding Documents, and itshall remain binding upon us and may be accepted at any time before theexpiration <strong>of</strong> that period;167


(d) If our Bid is accepted, we commit to obtain a Performance Security in theamount <strong>of</strong> [insert percentage amount] percent <strong>of</strong> the Contract Price for the dueperformance <strong>of</strong> the Contract;(e) Our firm, including any subcontractors or suppliers for any part <strong>of</strong> the Contract,have nationalities from the following eligible countries: [insert information];(f) We are not participating, as Bidders, in more than one Bid in this biddingprocess, other than alternative <strong>of</strong>fers in accordance with the Bidding Documents;(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliersfor any part <strong>of</strong> the Contract, has not been declared ineligible by the FundingSource;(h) We understand that this Bid, together with your written acceptance there<strong>of</strong>included in your notification <strong>of</strong> award, shall constitute a binding contractbetween us, until a formal Contract is prepared and executed; and(i) We understand that you are not bound to accept the Lowest Evaluated Bid orany other Bid that you may receive.Name:In the capacity <strong>of</strong>:Signed:Duly authorized to sign the Bid for and on behalf <strong>of</strong>:Date: ___________168


Form <strong>of</strong> Contract AgreementTHIS Contract, made and entered into this _____ day <strong>of</strong> _________,2011, by and between:CLARK DEVELOPMENT CORPORATION, a government-owned and controlledcorporation duly organized and existing under the laws <strong>of</strong> the Philippines, with principaladdress at <strong>Building</strong> 2122, E. Quirino St., <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, Philippines, representedherein by its President & Chief Executive Officer, Atty. Felipe Antonio B. Remollo , dulyauthorized for the purpose <strong>of</strong> this Agreement, and hereinafter called “the ProcuringEntity”;and(Name <strong>of</strong> Authorized Signatory), <strong>of</strong> legal age, Filipino, a sole proprietor/or company anddoing business under the name <strong>of</strong> (Company Name) with principal address at (address <strong>of</strong>Company), and duly authorized for the purpose <strong>of</strong> this Agreement, hereinafter called “theContractor” .-WITNESSETH-WHEREAS, the Procuring Entity caused the procurement <strong>of</strong> the needed Services for the<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong> (Motorpool, Records, Warehouses &Maintenance Area), <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, hereinafter called “the Works” through CompetitivePublic Bidding in accordance with Republic Act No. 9184;WHEREAS, after Bid Evaluation and Post-Qualification, the Contractor’s bid in the amount <strong>of</strong>________________________________ ( Php _________), hereinafter called “ the ContractPrice”, turned out to be the Lowest Calculated and Responsive Bid;WHEREAS, the Procuring Entity is desirous that the Contractor undertakes the Works, hence thisAgreement;NOW THEREFORE, for and in consideration <strong>of</strong> the foregoing premises, parties hereto herebymutually bind themselves to abide and comply with the following terms and conditions, to wit:1. In this Contract, words and expressions shall have the same meanings as are respectivelyassigned to them in the Conditions <strong>of</strong> Contract hereinafter referred to.2. The following documents shall be deemed attached to form and be read and construed aspart <strong>of</strong> this Agreement, to wit:(a) General and Special Conditions <strong>of</strong> Contract;(b) Drawings/Plans;169


(c) Specifications, Scope <strong>of</strong> Works and Material Testing Requirements;(d) Invitation to Apply for Eligibility and to Bid;(e) Instructions to Bidders;(f) Bid Data Sheet;(g) Addenda and/or Supplemental/Bid Bulletins;(h) Bid form, including all the documents/statements contained in the Bidder’sbidding envelopes, as annexes;(i) Eligibility requirements, documents and/or statements;(j) Performance Security;(k) Credit line issued by a licensed bank;(l) Notice <strong>of</strong> Award <strong>of</strong> Contract and the Bidder’s conforme thereto ;and(m) Other contract documents that may be required by existing laws and/or theEntity.3. In consideration <strong>of</strong> the payments to be made by the Procuring Entity to the Contractor ashereinafter mentioned, the Contractor hereby covenants with the Procuring Entity to executeand complete the Works and remedy any defects therein in conformity with the provisions <strong>of</strong>this Contract in all respects.4. The Procuring Entity hereby covenants to pay the Contractor in consideration <strong>of</strong> the executionand completion <strong>of</strong> the Works and the remedying <strong>of</strong> defects wherein, the Contract Price orsuch other sum as may become payable under the provisions <strong>of</strong> this Contract at the times andin the manner prescribed by this Contract.IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed inaccordance with the laws <strong>of</strong> the Republic <strong>of</strong> the Philippines on the day and year first abovewritten.<strong>Clark</strong> Development CorporationContractor’s NameBy:By:Atty. Felipe Antonio B. RemolloPresident and Chief Executive OfficerName <strong>of</strong> Authorized SignatoryGeneral Manager/ OwnerSigned in the presence <strong>of</strong>:______________________________________________________170


A C K N O W L E D G E M E N TREPUBLIC OF THE PHILIPPINES)) S.S.On this ______ day <strong>of</strong> ___________, 2011 personally appeared before me the following:Name Competent Evidence <strong>of</strong> Identity Date and Place <strong>of</strong> IssueAtty. Felipe Antonio B. RemolloIn his capacity as Presidentand Chief Executive Officer <strong>of</strong>CLARK DEVELOPMENT CORP.ContractorIn his capacity as _______<strong>of</strong> ______________known to me and to me known and identified by me through competent evidence <strong>of</strong> identity withphoto to be the same persons who executed the foregoing instrument and they acknowledge tome that the same is their free act and voluntary deed and the true and voluntary act <strong>of</strong> the entitiesthey respectively represent.This agreement refers to a Contract for the <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong><strong>Building</strong> (Motorpool, Records, Warehouses and Maintenance Area) and consists <strong>of</strong> three(3) pages including the one on which the acknowledgment is written, all <strong>of</strong> which have beensigned by the parties and their instrumental witnesses on each and every page there<strong>of</strong>.IN WITNESS WHEREOF, I have hereunto affixed my signature and my notarial seal on the dateand place first written above.Doc. No.Page No.Book No.Series <strong>of</strong>______;______;______;______.171


Omnibus Sworn StatementREPUBLIC OF THE PHILIPPINES )CITY/MUNICIPALITY OF ______ ) S.S.A F F I D A V I TI, [Name <strong>of</strong> Affiant], <strong>of</strong> legal age, [Civil Status], [Nationality], and residing at[Address <strong>of</strong> Affiant], after having been duly sworn in accordance with law, do herebydepose and state that:2. Select one, delete the other:If a sole proprietorship: I am the sole proprietor <strong>of</strong> [Name <strong>of</strong> Bidder] with <strong>of</strong>ficeaddress at [address <strong>of</strong> Bidder];If a partnership, corporation, cooperative, or joint venture: I am the dulyauthorized and designated representative <strong>of</strong> [Name <strong>of</strong> Bidder] with <strong>of</strong>fice addressat [address <strong>of</strong> Bidder];3. Select one, delete the other:If a sole proprietorship: As the owner and sole proprietor <strong>of</strong> [Name <strong>of</strong> Bidder], Ihave full power and authority to do, execute and perform any and all actsnecessary to represent it in the bidding for [Name <strong>of</strong> the Project] <strong>of</strong> the [Name <strong>of</strong>the Procuring Entity];If a partnership, corporation, cooperative, or joint venture: I am granted fullpower and authority to do, execute and perform any and all acts necessary and/orto represent the [Name <strong>of</strong> Bidder] in the bidding as shown in the attached [statetitle <strong>of</strong> attached document showing pro<strong>of</strong> <strong>of</strong> authorization (e.g., duly notarizedSecretary’s Certificate issued by the corporation or the members <strong>of</strong> the jointventure)];4. [Name <strong>of</strong> Bidder] is not “blacklisted” or barred from bidding by the Government <strong>of</strong>the Philippines or any <strong>of</strong> its agencies, <strong>of</strong>fices, corporations, or Local GovernmentUnits, foreign government/foreign or international financing institution whoseblacklisting rules have been recognized by the Government Procurement PolicyBoard;5. Each <strong>of</strong> the documents submitted in satisfaction <strong>of</strong> the bidding requirements is anauthentic copy <strong>of</strong> the original, complete, and all statements and informationprovided therein are true and correct;172


6. [Name <strong>of</strong> Bidder] is authorizing the Head <strong>of</strong> the Procuring Entity or its dulyauthorized representative(s) to verify all the documents submitted;7. Select one, delete the rest:If a sole proprietorship: I am not related to the Head <strong>of</strong> the Procuring Entity,members <strong>of</strong> the Bids and Awards Committee (BAC), the Technical Working Group,and the BAC Secretariat, the head <strong>of</strong> the Project Management Office or the enduserunit, and the project consultants by consanguinity or affinity up to the thirdcivil degree;If a partnership or cooperative: None <strong>of</strong> the <strong>of</strong>ficers and members <strong>of</strong> [Name <strong>of</strong>Bidder] is related to the Head <strong>of</strong> the Procuring Entity, members <strong>of</strong> the Bids andAwards Committee (BAC), the Technical Working Group, and the BAC Secretariat,the head <strong>of</strong> the Project Management Office or the end-user unit, and the projectconsultants by consanguinity or affinity up to the third civil degree;If a corporation or joint venture: None <strong>of</strong> the <strong>of</strong>ficers, directors, and controllingstockholders <strong>of</strong> [Name <strong>of</strong> Bidder] is related to the Head <strong>of</strong> the Procuring Entity,members <strong>of</strong> the Bids and Awards Committee (BAC), the Technical Working Group,and the BAC Secretariat, the head <strong>of</strong> the Project Management Office or the enduserunit, and the project consultants by consanguinity or affinity up to the thirdcivil degree;8. [Name <strong>of</strong> Bidder] complies with existing labor laws and standards; and9. [Name <strong>of</strong> Bidder] is aware <strong>of</strong> and has undertaken the following responsibilities as aBidder:a) Carefully examine all <strong>of</strong> the Bidding Documents;b) Acknowledge all conditions, local or otherwise, affecting the implementation <strong>of</strong> theContract;c) Made an estimate <strong>of</strong> the facilities available and needed for the contract to be bid, ifany; andd) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name <strong>of</strong> the Project].IN WITNESS WHEREOF, I have hereunto set my hand this __ day <strong>of</strong> ___, 20__ at ____________,Philippines._____________________________________Bidder’s Representative/Authorized Signatory[JURAT]173


Project Title: <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong> (Motorpool, Records,Warehouses and Maintenance Area)Location: <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, PhilippinesChecklist <strong>of</strong> Eligibility and TechnicalComponent for BiddersThe Eligibility and Technical Component shall contain one (1) Original and Two (2) DuplicateCopies <strong>of</strong> the following:ELIGIBILITY DOCUMENTSClass A Documents Registration certificate from SEC, Department <strong>of</strong> Trade and Industry (DTI) for soleproprietorship, or CDA for cooperatives ; Mayor’s permit issued by the city or municipality where the principal place <strong>of</strong> business<strong>of</strong> the prospective bidder is located; Valid Philippine Contractors Accreditation Board (PCAB) license and registration for thetype and cost <strong>of</strong> the contract to be bid (Sample Form No. SF-INFR-09). Statement <strong>of</strong> all its on-going government and private contracts including contractsawarded but not yet started reckoned from the submission <strong>of</strong> bids , supported withany <strong>of</strong> the following: Notice <strong>of</strong> Award, Notice to Proceed issued by the Owner (SampleForms No. SF-INFR 15). Statement <strong>of</strong> similar completed government and private contracts within ten (10)years from submission <strong>of</strong> bids, the statement shall be supported by the ConstructorsPerformance Evaluation System (CPES) rating sheets, and/or certificates <strong>of</strong> completionand owner’s acceptance, if applicable (Sample Forms No. SF-INFR 16). Audited financial statements, showing, among others, the prospective total andcurrent assets and liabilities, stamped “received” by the BIR or its duly accredited andauthorized institutions, for the preceding calendar year which should not be earlierthan two (2) years from the date <strong>of</strong> bid submission. Contracting Capability174


Any one <strong>of</strong> the Following:o Computation <strong>of</strong> Net Financial Contracting Capacity (NFCC) which must be equalto ABC (Sample Form No. SF-INFR 19) , ORoCertificate <strong>of</strong> commitment specific to the contract to be bid, issued by alicensed bank to extend to the bidder a credit line if awarded the contractwhich shall at least equal to 10% <strong>of</strong> ABC. (Sample Form No. SF-INFR 20)Class B Documents If applicable, valid Joint Venture Agreement (JVA) or, in lieu there<strong>of</strong>, duly notarizedstatements from all the potential joint venture partners stating that they will enterinto and abide by the provisions <strong>of</strong> the JVA in the instance that the bid is successfulshall be included in the bid.TECHNICAL DOCUMENTS Bid SecurityAny one <strong>of</strong> the following: Php 356,066.91 (2% <strong>of</strong> ABC), if bid security is in cash,cashier’s/manager’s check, bank draft/guarantee confirmed by aUniversal or Commercial bank;Php 356,066.91 (2% <strong>of</strong> ABC), Irrevocable Letter <strong>of</strong> Credit issuedby a Universal or Commercial Bank: Provided, however, that it shallbe confirmed or authenticated by a Universal or Commercial Bank, ifissued by a foreign bank.Php 890,167.28 (5% <strong>of</strong> ABC) if bid security is in Surety Bondcallable upon demand issued by a surety or insurance company dulycertified by the Insurance Commission as authorized to issue suchsecurity; orAny combination <strong>of</strong> the foregoing proportionate to the share <strong>of</strong> formwith respect to total amount <strong>of</strong> security.Except for the following CDC blacklisted Insurance Company:Sterling InsuranceStronghold Insurance175


Organizational chart for the contract to be bid; List <strong>of</strong> contractor’s personnel (viz, Project Manager/ Engineer, Materials Engineer,Electrical Engineer, Sanitary Engineer and Foremen), to be assigned to the contractto be bid, their complete qualifications, Letter to Procuring Entity, Notarized Certificate<strong>of</strong> Employment, Bio-data and Photocopy <strong>of</strong> Valid Pr<strong>of</strong>essional License (forPr<strong>of</strong>essionals) using the following prescribed forms:1. Sample Form INFR-48 : Qualification <strong>of</strong> <strong>Proposed</strong> Key Personnelto be assigned to the Contract;2. Sample Form INFR-45 : Contractor’s Letter Certificate toProcuring Entity (for each personnel);3. Sample Form INFR-46 : Notarized Key Personnel’s Certificate <strong>of</strong>Employment (for each personnel); and4. Sample Form INFR-47: Key Personnel Format <strong>of</strong> Bio-data (foreach personnel) List <strong>of</strong> contractor’s equipment units, which are owned, leased, and/or under purchaseagreements, supported by certification <strong>of</strong> availability <strong>of</strong> equipment from theequipment lessor/vendor for the duration <strong>of</strong> the project; and Duly Notarized and Accomplished Omnibus Sworn Statement. Duly Signed Bid Bulletin, if applicable.Checklist <strong>of</strong> Financial Component forBiddersThe Financial Component shall contain one (1) Original and Two (2) Duplicate Copies <strong>of</strong> thefollowing: Financial Bid Form in accordance with the form prescribed in Section IX BiddingForms; Detailed Estimates including a summary sheet indicating the unit prices <strong>of</strong>construction materials, labor rates and equipment rentals used in coming up with thebid in the prescribed format (Section VIII Bill <strong>of</strong> Quantities) Duly Signed Cash Flow and Payment Schedule; and Duly Signed Day Work Schedule.176


Sample Forms <strong>of</strong> Eligibility, Technicaland Financial Component177


Standard Form Number: SF-INFR-15Statement <strong>of</strong> all On-going Government & Private Contracts includingcontracts awarded but not yet startedBusiness Name: ___________________________________________________Business Address: ___________________________________________________Name <strong>of</strong> Contract/Project Cost a. Owner’s Nameb. Addressc. Telephone Nos.Nature <strong>of</strong> WorkBidder’s RoleDescription %a. Date Awardedb. Date Startedc. Date <strong>of</strong>Completion% <strong>of</strong>AccomplishmentPlannedActualValue <strong>of</strong> OutstandingWorks / UndeliveredPortionGovernmentPrivateNote: This statement shall be supported with the following: Total Cost Php1 Notices <strong>of</strong> Award and/or Notices to Proceed issued by the OwnersSubmitted byDesignationDate: ___________________________________________________(Printed Name & Signature): ___________________________________________________: ___________________________________________________178


Standard Form Number: SF-INFR-16Statement <strong>of</strong> all Government & Private Contracts completed which aresimilar in natureBusiness Name: ___________________________________________________Business Address: ___________________________________________________Name <strong>of</strong> Contract a. Owner’s Nameb. Addressc. Telephone Nos.Nature <strong>of</strong> WorkBidder’s RoleDescription %a. Amount atAwardb. Amount atCompletionc. Durationa. Date Awardedb. Contract Effectivityc. Date CompletedGovernmentPrivateNote: This statement shall be supported with the following:1 Contractor’s Performance Evaluation System rating sheets and/or2 Certificates <strong>of</strong> Completion3 Certificate <strong>of</strong> Acceptance by the OwnerSubmitted byDesignationDate: ___________________________________________________(Printed Name & Signature): ___________________________________________________: ___________________________________________________179


Standard Form Number: SF-INFR-19Revised on: July 29, 2004FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECKA. Summary <strong>of</strong> the Applicant Firm’s/Contractor’s assets and liabilities on the basis <strong>of</strong> the attached income tax returnand audited financial statement, stamped “RECEIVED” by the Bureau <strong>of</strong> Internal Revenue or BIR authorizedcollecting agent, for the immediately preceding year and a certified copy <strong>of</strong> Schedule <strong>of</strong> Fixed Assets particularlythe list <strong>of</strong> construction equipment.1. Total Assets2. Current Assets3. Total Liabilities4. Current Liabilities5. Total Net Worth (1-3)6. Current Net Worth or Net Working Capital(2-4)Year 2010B. The Net Financial Contracting Capacity (NFCC) based on the above data is computed as follows:NFCC = K (current asset – current liabilities) minus value <strong>of</strong> all outstanding works under ongoing contractsincluding awarded contracts yet to be startedNFCC = P _______________________________________K = 10 for a contract duration <strong>of</strong> one year or less, 15 for more than one year up to two years and 20 for morethan two years or a Commitment from a licensed bank to extend to it a credit line if awarded the contract or acash deposit certificate in the amount <strong>of</strong> at least 10% <strong>of</strong> the proposed project to bid.Name <strong>of</strong> Bank: ________________________________ Amount: ___________________Herewith attached are certified true copies <strong>of</strong> the income tax return and audited financial statement: stamped“RECEIVED” by the BIR or BIR authorized collecting agent for the immediately preceding year and the cash depositcertificate or certificate <strong>of</strong> commitment from a licensed bank to extend a credit line.Submitted by:__________________________________Name <strong>of</strong> Firm / Contractor_________________________________________Signature <strong>of</strong> Authorized RepresentativeDate : _____________________________NOTE:1. If Partnership or Joint Venture, each Partner or Member Firm <strong>of</strong> Joint Venture shall submit the aboverequirements.180


Standard Form Number: SF-INFR-20Revised on: July 29, 2004CREDIT LINE CERTIFICATEAtty. Felipe Antonio B. RemolloPresident and CEO<strong>Clark</strong> Development Corporation<strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, PhilippinesDate:__________________CONTRACT NAME: <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and MaintenanceArea)ADDRESSBANK/FINANCING INSTITUTIONADDRESSAMOUNT:_______________________________________________________________:_______________________________:_______________________________________________________________:_______________________________This is to certify that the above Bank/Financing Institution with business address indicated above,commits to provide the Contractor, if awarded the above-mentioned Contract, a credit line in the amountspecified above which shall be exclusively used to finance the performance <strong>of</strong> the above-mentionedContract, subject to our terms, conditions and requirements.The credit line shall be available within fifteen (15) calendar days after receipt by the Contractor <strong>of</strong>the Notice <strong>of</strong> Award and such line <strong>of</strong> credit shall be maintained until the project is completed by theContractor.This Certification is being issued in favor <strong>of</strong> said Contractor in connection with the biddingrequirement <strong>of</strong> <strong>Clark</strong> Development Corporation for the above-mentioned Contract. We are aware thatany false statements issued by us make us liable for perjury.Name and Signature <strong>of</strong> AuthorizedFinancing Institution OfficerOfficial Designation: _______________________: _______________________Concurred By:Name & Signature <strong>of</strong> Contractor’sAuthorized RepresentativeOfficial Designation: _______________________: _______________________181


Standard Form Number: SF-INFR-36Revised on: July 29, 2004FORM OF BID SECURITY (BANK GUARANTEE)WHEREAS, __(Name <strong>of</strong> Bidder)__ (hereinafter called “the Bidder”) has submitted his biddated __(Date)__ for the <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area).(hereinafter called “the Bid”).KNOW ALL MEN by these presents that We __(Name <strong>of</strong> Bank)__ <strong>of</strong> __(Name <strong>of</strong>Country)__ having our registered <strong>of</strong>fice at ________________________ (hereinaftercalled “the Bank”) are bound unto <strong>Clark</strong> Development Corporation(hereinafter called “theEntity”) in the sum <strong>of</strong> _______________ 3 for which payment well and truly to be madeto the said Entity the Bank binds himself, his successors and assigns by these presents.SEALED with the Common Seal <strong>of</strong> the said Bank this _____ day <strong>of</strong> _________ 20___.THE CONDITIONS <strong>of</strong> this obligation are that:1) if the Bidder withdraws his Bid during the period <strong>of</strong> bid validity specified in theForm <strong>of</strong> Bid; or2) if the Bidder does not accept the correction <strong>of</strong> arithmetical errors <strong>of</strong> his bidprice in accordance with the Instructions to Bidder; or3) if the Bidder having been notified <strong>of</strong> the acceptance <strong>of</strong> his bid and award <strong>of</strong>contract to him by the Entity during the period <strong>of</strong> bid validity:a) fails or refuses to execute the Form <strong>of</strong> Contract in accordance with theInstructions to Bidders, if required; orb) fails or refuses to furnish the Performance Security in accordance with theInstructions to Bidders;3 The bidder should insert the amount <strong>of</strong> the guarantee in words and figures, denominated in the currency <strong>of</strong> the Entity’s country or anequivalent amount in a freely convertible currency. This figure should be the same as shown <strong>of</strong> the Instructions to Bidders.182


we undertake to pay to the Entity up to the above amount upon receipt <strong>of</strong> his firstwritten demand, without the Entity having to substantiate its demand, provided that inhis demand the Entity will note that the amount claimed by it is due to the occurrence <strong>of</strong>any one or combination <strong>of</strong> the three (3) conditions stated above.The Guarantee will remain in force up to and including the date _______________ 4 daysafter the deadline for submission <strong>of</strong> Bids as such deadline is stated in theInstructions to Bidders or as it may be extended by the Entity, notice <strong>of</strong> whichextension(s) to the Bank is hereby waived. Any demand in respect <strong>of</strong> this Guaranteeshould reach the Bank not later than the above date.DATE __________________SIGNATURE OF THE BANK ______________________WITNESS___________________________SEAL _______________________________(Signature, Name and Address)4 Usually 28 days after the end <strong>of</strong> the validity period <strong>of</strong> the Bid. Date should be inserted by the Entity before the bidding documentsare issued.183


Bid Security: GSIS BondRepublic <strong>of</strong> the PhilippinesGOVERNMENT SERVICE INSURANCE SYSTEMGENERAL INSURNCE FUNDGSIS Makati <strong>Building</strong>, Legaspi St.Legaspi Village, Makati, Metro ManilaG ( ) GIF Bond _____KNOW ALL MEN BY THESE PRESENTS:That we, ____________(Name <strong>of</strong> Bidder)____________ represented by its________________________________, as PRINCIPAL, and the GOVERNMENT SERVICEINSURANCE SYSTEM as Administrator <strong>of</strong> the General Insurance Fund, a corporation dulyorganized and existing under and by virtue <strong>of</strong> the laws <strong>of</strong> the Philippines, with head <strong>of</strong>ficeat Manila, as SURETY, are held and firmly bound unto the OBLIGEE, <strong>Clark</strong>Development Corporation in the sum <strong>of</strong> PESOS ________________ (P_______),callable on demand, Philippine Currency, for the payment <strong>of</strong> which sum well and truly tobe made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents.WHEREAS, the above bonded PRINCIPAL will submit a bid for the ____(Name <strong>of</strong>the Contract)_____ on the _______ day <strong>of</strong> ________, 20 ______ at _______am/pm.WHEREAS, the conditions <strong>of</strong> aforementioned OBLIGEE require the BIDDER a bondfor the said bid.WHEREAS, the PRINCIPAL agrees to comply with all the terms and conditions <strong>of</strong>the said bid with the aforementioned OBLIGEE;NOW, THEREFORE, the conditions <strong>of</strong> this obligation are that:1) if the Principal withdraws his Bid during the period <strong>of</strong> bid validity specifiedin the Form <strong>of</strong> Bid; or184


2) if the Principal does not accept the correction <strong>of</strong> arithmetical errors <strong>of</strong> hisbid price in accordance with the Instruction’s to Bidders: or3) if the Principal having been notified <strong>of</strong> the acceptance <strong>of</strong> his Bid and award<strong>of</strong> contract to him by the Entity during the period <strong>of</strong> bid validity:a) fails or refuses to execute the Form <strong>of</strong> Contract in accordance withthe Instructions to Bidders, if required; orb) fails or refuses to furnish the Performance Security in accordancewith the Instructions to Bidders;then the Entity shall call on the bond upon a written demand to the Surety, and theSurety shall pay the Entity up to amount <strong>of</strong> the Bond, upon receipt by the Surety <strong>of</strong> awritten demand from the Entity, without the Entity having to substantiate its demand,provided that in the demand, the Entity will note that the sum claimed by it is due to theoccurrence <strong>of</strong> any or combination <strong>of</strong> the three conditions stated above. In this case, thisobligation shall remain in full force and effect, otherwise it shall be null and void.PROVIDED HOWEVER, that the Surety shall not be:a) liable for a greater sum than the specified penalty <strong>of</strong> this bond, norb) liable for a greater sum that the difference between the amount <strong>of</strong>the said Principal’s Bid and the amount <strong>of</strong> the Bid that is accepted bythe Entity.WITNESS OUR HANDS AND SEALS this _______ day <strong>of</strong> _______, 20 _____, at_____________________, Philippines.PrincipalBy:____________________GOVERNMENT SERVICE INSURANCE SYSTEMGeneral Insurance FundBy:____________________SIGNED IN THE PRESENCE OF:NOT VALID WITH ERASURES________________________________________185


Standard Form Number: SF-INFR-43Revised on: August 11, 2004OUTLINENARRATIVE DESCRIPTIONOFCONSTRUCTION METHODS1.0 INTRODUCTIONRefer to Bidding, etc.2.0 BRIEF DESCRIPTION OF CONTRACT WORKSState general features <strong>of</strong> contract works. Use tables as necessary.3.0 CONSTRUCTION METHODS AND PROCEDURES3.1 Methodology or General ApproachState general approach in construction in terms <strong>of</strong> use <strong>of</strong> equipment-intensive orlabor-based methods, any special techniques, methods or procedures to ensurecompletion on time and quality <strong>of</strong> construction financing the project, etc.3.2 Program <strong>of</strong> WorkCPM, Progress Bar Schedule and Development Schedules submitted.3.3 Financial ProgramCash flow schedules, provision for working capital, schedule <strong>of</strong> receipts, etc.186


Standard Form Number: SF-INFR-45Revised on: August 11, 2004Contractor’s Letter-Certificate to Procuring EntityDate <strong>of</strong> IssuanceAtty. Felipe Antonio B. RemolloPresident and CEO<strong>Clark</strong> Development Corporation<strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, PhilippinesDear Sir:Supplementing our Organizational Chart for the Contract, we have the honor to submitherewith, and to certify as true and correct, the following pertinent information:That I/we have engaged the services <strong>of</strong> ___(Name <strong>of</strong> Employee)___, to be the___(Designation)___ <strong>of</strong> the <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong>(Motorpool, Records, Warehouses and Maintenance Area).1. , who is a ___(Pr<strong>of</strong>ession)___ with Pr<strong>of</strong>essional License Certificate No. _______issued on ____________________ and who has performed the duties in theconstruction <strong>of</strong> the Contracts enumerated in the duly filled Form ___.2. The said Engineer shall be designated by us as our (Designation) to personallyperform the duties <strong>of</strong> the said position in the above-mentioned Project, if andwhen the same is awarded in our favor.3. That said Engineer shall employ the best care, skill and ability in performing hisduties in accordance with the Contract Agreement, Conditions <strong>of</strong> Contract, Plans,Specifications, Special Provisions, and other provisions embodied in the proposedcontract.4. That said Engineer shall be personally present at the jobsite to supervise thephase <strong>of</strong> the construction work pertaining to this assignment as (Designation), allthe time.187


5. That, in order to guarantee that said Engineer shall perform his duties properlyand be personally present in the Job Site, he is hereby required to secure acertificate <strong>of</strong> appearance for the Procuring Entity Engineer at the end <strong>of</strong> everymonth.That, in the event that I/we elect or choose to replace said (Designation) withanother Engineer, the Procuring Entity will be accordingly notified by us in writingat least twenty one (21) days before making the replacement. We will submit tothe Procuring Entity, for prior approval, the name <strong>of</strong> the proposed new(Designation), his qualifications, experience, list <strong>of</strong> projects undertaken and otherrelevant information.6. That any willful violation on my/our part <strong>of</strong> the herein conditions may prejudicemy/our standing as a reliable contractor in future bidding <strong>of</strong> the Procuring Entity.Very truly yours,_____________________________(Authorized Representative <strong>of</strong> Bidder)CONCURRED IN:___________________________(Name <strong>of</strong> Engineer)_______________________(Address)188


Standard Form Number: SF-INFR-46Revised on: August 11, 2004Issuance DateKey Personnel’s Certificate <strong>of</strong> EmploymentAtty. Felipe Antonio B. RemolloPresident and CEO<strong>Clark</strong> Development Corporation<strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, PhilippinesDear Sir:I am __(Name <strong>of</strong> Nominee)_____ a Licensed _____ Engineer with Pr<strong>of</strong>essionalLicense No. ______________ issued on __(date <strong>of</strong> issuance)__ at __(place <strong>of</strong>issuance)__.I hereby certify that ___(Name <strong>of</strong> Bidder) has engaged my services as (Designation) for<strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong> (Motorpool, Records,Warehouses and Maintenance Area), if awarded to it.As ___(Designation)___, I supervised the following completed projects similar tothe contract under bidding):NAME OF PROJECT OWNER COST DATE COMPLETED___________________ ____________ ________ ___________________________________ ____________ ________ ___________________________________ ____________ ________ ___________________________________ ____________ ________ ________________At present, I am supervising the following projects:NAME OF PROJECT OWNER COST DATE COMPLETED___________________ ____________ ________ ___________________________________ ____________ ________ ___________________________________ ____________ ________ ________________189


___________________ ____________ ________ ________________In case <strong>of</strong> my separation for any reason whatsoever from the above-mentionedContractor, I shall notify the <strong>Clark</strong> Development Corporation at least twenty one (21)days before the effective date <strong>of</strong> my separation.As __(Designation)__, I know I will have to stay in the job site all the time tosupervise and manage the Contract works to the best <strong>of</strong> my ability, and aware that I amauthorized to handle only one (1) contract at a time.I do not allow the use <strong>of</strong> my name for the purpose <strong>of</strong> enabling the abovementionedContractor to qualify for the Contract without any firm commitment on mypart to assume the post <strong>of</strong> __(Designation)__ therefore, if the contract is awarded to himsince I understand that to do so will be a sufficient ground for my disqualification as__(Designation)__ in any future <strong>Clark</strong> Development Corporation bidding oremployment with any Contractor doing business with the <strong>Clark</strong> DevelopmentCorporation.DRY SEAL_____________________(Signature <strong>of</strong> Engineer)Republic <strong>of</strong> the Philippines )____________________ ) S.S.SUBSCRIBED AND SWORN TO before me this _________ day <strong>of</strong> _________ 2011affiant exhibiting to me his Residence Certificate No. _________ issued on_____________ at _______________.Doc. No. ________;Page No. ________;Book No. ________;Series <strong>of</strong> _________;Notary PublicUntil December 31, 2011190


Standard Form Number: SF-INFR-47Revised on: August 11, 2004KEY PERSONNEL(FORMAT OF BIO-DATA)Give the detailed information <strong>of</strong> the following personnel who are scheduled to beassigned as full-time field staff for the project. Fill up a form for each person.- Authorized Managing Officer / Representative- Sustained Technical Employee1. Name : ____________________________________________2. Date <strong>of</strong> Birth: ____________________________________________3. Nationality: ____________________________________________4. Education and Degrees: ____________________________________________5. Specialty : ____________________________________________6. Registration : ____________________________________________7. Length <strong>of</strong> Service with the Firm :_____Year from____(months) _____ (year)To ____ (months) _____ (year)8. Years <strong>of</strong> Experience: ____________________________________________9. If Item 7 is less than ten (10) years, give name and length <strong>of</strong> service with previousemployers for a ten (10)-year period (attached additional sheet/s), if necessary:Name and Address <strong>of</strong> EmployerLength <strong>of</strong> Service________________________________________________________________________________ year(s) from _______ to ___________ year(s) from _______ to ___________ year(s) from _______ to ______191


10. Experience:This should cover the past ten (10) years <strong>of</strong> experience. (Attached as many pagesas necessary to show involvement <strong>of</strong> personnel in projects using the format below).1. Name : ____________________________________________2. Name and Address <strong>of</strong> Owner :_____________________________________3. Name and Address <strong>of</strong> theOwner’s Engineer: ____________________________________________(Consultant)4. Indicate the Features <strong>of</strong> Project(particulars <strong>of</strong> the project components and any other particular interest connectedwith the project):___________________________________________5. Contract Amount Expressed inPhilippine Currency : ____________________________________________6. Position : ____________________________________________7. Structures for which the employeewas responsible : ____________________________________________8. Assignment Period : from _______ (months) _______ (years): to _______ (months) _______ (years)___________________________Name and Signature <strong>of</strong> EmployeeIt is hereby certified that the above personnel can be assigned to this project, if thecontract is awarded to our company.___________________________________(Place and Date)____________________________________(The Authorized Representative)192


Standard Form Number: SF-INFR-48Qualification <strong>of</strong> Key Personnel <strong>Proposed</strong> to be Assigned to the ContractProject Manager/EngineerMaterials Engineer Electrical Engineer Sanitary EngineerConstruction Safety andHealth Officer1 Name2 Address3 Date <strong>of</strong> Birth4 Employed Since5 Experience6PreviousEmployment7 Education8 PRC License193


List <strong>of</strong> Equipment, Owned or Leased and/or under PurchaseAgreements, Pledged to the <strong>Proposed</strong> ContractBusiness Name1. BusinessAddress: ___________________________________________________: ___________________________________________________A. OwnedDescription Model/Year Capacity /Performance /SizePlate No. Motor No. /Body No.Location Condition Pro<strong>of</strong> <strong>of</strong>Ownership /Lessor or Vendori.ii.iii.iv.B. Leasedi.ii.iii.iv.C. Under Purchase Agreementsi.ii.iii.Submitted By:______________________ Designation:________________________ Date:_____________________194


DAYWORK SCHEDULEPROJECT : <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong> (Motorpool, Records,Warehouses and Maintenance AreaLOCATION : <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, PhilippinesCONTRACTOR :ADDRESS :A. LABORPARTICULAR BILLING RATE/HOUR REMARKSa) Direct Supervisionb) Skilled Workersc) Unskilled LaborersB. EQUIPMENTITEMDESCRIPTIONC. MATERIALSPARTICULAR BILLING RATE REMARKSNOTES:A) Skilled worker's rates include the use <strong>of</strong> ordinary tools and gadgets in their respectivetrades like carpenter tools, masonry tools, etc.B) Unskilled worker's rates include the use <strong>of</strong> ordinary tools provided by Contractor likepick and shovels, crowbars, wheel barrow, etc.C) Prices <strong>of</strong> materials will be subject to actual canvass and evaluation if no longer validat time <strong>of</strong> application and are inclusive <strong>of</strong> overhead, pr<strong>of</strong>it, storage, handling, etc.ready or use at site.SUBMITTED:CONTRACTOR:BY _______________195


Standard Form Number: SF-INFR-56Revised on: August 11, 2004ContractNameLocation: <strong>Proposed</strong> <strong>Renovation</strong> <strong>of</strong> <strong>Former</strong> <strong>Jacinto</strong> <strong>Building</strong> (Motorpool, Records, Warehouses and MaintenanceArea ): <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, PhilippinesCASH FLOW BY QUARTER AND PAYMENT SCHEDULEPARTICULAR %WT.ACCOMPLISHMENTCASH FLOWCUMULATIVE ACCOMPLISHMENTCUMULATIVE CASH FLOW1ST QUARTER 2ND QUARTER 3RD QUARTER 4TH QUARTERSubmitted by:Name <strong>of</strong> the Representative <strong>of</strong> the Bidder Date: _______________PositionName <strong>of</strong> the Bidder196

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!