11.07.2015 Views

Extension of Manunggal Street to Bayanihan Street - Clark.com.ph

Extension of Manunggal Street to Bayanihan Street - Clark.com.ph

Extension of Manunggal Street to Bayanihan Street - Clark.com.ph

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> Freeport Zone, PhilippinesBIDDING DOCUMENTS<strong>Extension</strong> <strong>of</strong><strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>PROJECT LOCATION : <strong>Clark</strong> Freeport Zone, 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 ..................................... 100SECTION IX. BIDDING FORMS ............................................... 117


Section I. Invitation <strong>to</strong> Bid<strong>Clark</strong> Development Corporation 1 Section 1: Invitation <strong>to</strong> Bid<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


<strong>Clark</strong> Development CorporationRepublic <strong>of</strong> the PhilippinesInvitation <strong>to</strong> Bid for the<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong> <strong>Bayanihan</strong> <strong>Street</strong>1. The <strong>Clark</strong> Development Corporation, through the Corporate Capital ExpendituresBudget for CY 2012 intend <strong>to</strong> apply the sum <strong>of</strong> Php 5,980,000.00 being the ApprovedBudget for Contract (ABC) <strong>to</strong> payments under the contract for the <strong>Extension</strong> <strong>of</strong><strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong> <strong>Bayanihan</strong> <strong>Street</strong>. Bids received in excess <strong>of</strong> the ABC shall beau<strong>to</strong>matically rejected at Bid Opening.2. The <strong>Clark</strong> Development Corporation now invites bids for the <strong>Extension</strong> <strong>of</strong><strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong> <strong>Bayanihan</strong> <strong>Street</strong>. Completion <strong>of</strong> the Works is required withinNinety (90) Calendar Days. Bidders should have <strong>com</strong>pleted, within ten (10) years from thedate <strong>of</strong> submission and receipt <strong>of</strong> bids, a contract similar <strong>to</strong> the Project. The description <strong>of</strong>an eligible bidder is contained in the Bidding Documents, particularly, in Section II.Instruction <strong>to</strong> Bidders.3. Bidding will be conducted through open <strong>com</strong>petitive 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 <strong>to</strong> Filipino citizens/sole proprie<strong>to</strong>rships, partnerships, or organizationswith at least seventy five percent (75%) interest or outstanding capital s<strong>to</strong>ck belonging <strong>to</strong>citizens <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 May 04-22, 2012 (9:00 a.m. <strong>to</strong> 4:00 p.m.)<strong>Clark</strong> Development Corporation 2 Section 1: Invitation <strong>to</strong> Bid<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


5. A <strong>com</strong>plete 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 10,000.00.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 that biddersshall pay the fee for the Bidding Documents not later than the submission <strong>of</strong> their bids.6. The <strong>Clark</strong> Development Corporation- Bids and Awards Committee will hold a Pre-BidConference on May 10, 2012 (10:00 a.m.) at CDC Board Room, Ground Floor Bldg. 2125E. Quirino Avenue corner C.P. Garcia <strong>Street</strong>, CDC Corporate Center, <strong>Clark</strong> Freeport Zone,Philippines 2023 which shall be open <strong>to</strong> all interested parties who have purchased the BiddingDocuments. 17. Bids must be delivered <strong>to</strong> the address below on or before May 22, 2012 (10:00 a.m.) atCDC Board Room, Ground Floor Bldg. 2125 E. Quirino Avenue corner C.P. Garcia <strong>Street</strong>, CDCCorporate Center, <strong>Clark</strong> Freeport Zone, Philippines 2023. All bids must be ac<strong>com</strong>panied by abid security in any <strong>of</strong> the acceptable forms and in the amount stated in ITB Clause 18.Bids will be opened in the presence <strong>of</strong> the bidders’ representatives who choose <strong>to</strong> attend at theaddress 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 Trac<strong>to</strong>r with Dozer 1 unit3. Pneumatic Tired Roller 1 unit4. Mo<strong>to</strong>rized Grader 1 unit5. Chipping Hammer with Power Unit 1 unit6. Truck Mounted Hydraulic Telescopic Boom 1 unit7. Dump Truck 2 units8. Water Truck, 500-1,000 gallons 1 unit9. Concrete Mixer ( 1-2 baggers) 1 unit10. Cargo Truck 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 <strong>to</strong> Bid<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


9. The CDC minimum required Key Personnel with their <strong>com</strong>plete individual qualifications (FormINFR-48), Letter <strong>to</strong> Procuring Entity (Form INFR-45), Notarized Certificate <strong>of</strong> Employment(Form INFR-46), Bio-data (Form INFR-47) and Pho<strong>to</strong>copy <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. Safety Engineer/ Occupational Safety and Health Officer5. Construction Foreman10. The <strong>Clark</strong> Development Corporation- Bids and Awards Committee reserves the right<strong>to</strong> accept or reject any bid, <strong>to</strong> annul the bidding process, and <strong>to</strong> reject all bids at any timeprior <strong>to</strong> contract award, without thereby incurring any liability <strong>to</strong> the affected bidder orbidders.11. For further information, please refer <strong>to</strong>:Ms. Ma. Zoraida G. Camello (OIC)Office <strong>of</strong> the Bids and Awards SecretariatBldg. 2121 E. Quirino St., CDC Corporate Center,<strong>Clark</strong> Freeport Zone, Philippines 2023Trunkline: (045) 599-9000 local 932/Telefax: (045) 599-7028e-mail: bacsecretariat@clark.<strong>com</strong>.<strong>ph</strong>website: www.clark.<strong>com</strong>.<strong>ph</strong>Ernes<strong>to</strong> S. GorospeBAC-Chairman<strong>Clark</strong> Development Corporation 4 Section 1: Invitation <strong>to</strong> Bid<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


Section II. Instructions <strong>to</strong> 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 <strong>to</strong> 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 <strong>to</strong> Proceed................................................................................. 33<strong>Clark</strong> Development Corporation6Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


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 <strong>to</strong> <strong>com</strong>plete the Works by theintended <strong>com</strong>pletion 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 <strong>to</strong> apply part <strong>of</strong> the funds received for the Project, as definedin the BDS, <strong>to</strong> 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 contrac<strong>to</strong>rs, 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)"corrupt practice" means behavior on the part <strong>of</strong> <strong>of</strong>ficialsin the public or private sec<strong>to</strong>rs by which they improperlyand unlawfully enrich themselves, others, or induceothers <strong>to</strong> 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 <strong>to</strong> 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, in<strong>to</strong> any contract or transaction manifestly andgrossly disadvantageous <strong>to</strong> 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;(ii)<strong>Clark</strong> Development Corporation"fraudulent practice" means a misrepresentation <strong>of</strong> factsin order <strong>to</strong> influence a procurement process or theexecution <strong>of</strong> a contract <strong>to</strong> the detriment <strong>of</strong> the ProcuringEntity, and includes collusive practices among Bidders7Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


(prior <strong>to</strong> or after Bid submission) designed <strong>to</strong> establishbid prices at artificial, non-<strong>com</strong>petitive levels and <strong>to</strong>deprive the Procuring Entity <strong>of</strong> the benefits <strong>of</strong> free andopen <strong>com</strong>petition;(iii)(iv)(v)“collusive practices” means a scheme or arrangementbetween two or more bidders, with or without theknowledge <strong>of</strong> the Procuring Entity, designed <strong>to</strong> establishbid prices at artificial, non-<strong>com</strong>petitive levels; and“coercive practices” means harming or threatening <strong>to</strong>harm, directly or indirectly, persons, or their property <strong>to</strong>influence their participation in a procurement process, oraffect the execution <strong>of</strong> a contract;“obstructive practice” is(aa)(bb)deliberately destroying, falsifying, altering orconcealing <strong>of</strong> evidence material <strong>to</strong> anadministrative proceedings or investigation ormaking false statements <strong>to</strong> investiga<strong>to</strong>rs in order<strong>to</strong> materially impede an administrative proceedingsor investigation <strong>of</strong> the Procuring Entity or anyforeign government/foreign or internationalfinancing institution in<strong>to</strong> allegations <strong>of</strong> a corrupt,fraudulent, coercive or collusive practice; and/orthreatening, harassing or intimidating any party <strong>to</strong>prevent it from disclosing its knowledge <strong>of</strong> mattersrelevant <strong>to</strong> the administrative proceedings orinvestigation or from pursuing such proceedings orinvestigation; oracts intended <strong>to</strong> materially impede the exercise <strong>of</strong>the inspection and audit rights <strong>of</strong> the ProcuringEntity or any foreign government/foreign orinternational financing institution herein.(b)(c)will reject a proposal for award if it determines that the bidderre<strong>com</strong>mended for award has engaged in corrupt or fraudulentpractices in <strong>com</strong>peting for the Contract; andwill declare a firm ineligible, either indefinitely or for a statedperiod <strong>of</strong> time, <strong>to</strong> be awarded Contract funded by the FundingSource if it at any time determines that the firm has engaged incorrupt or fraudulent practices in <strong>com</strong>peting or, or in executing,a Contract funded by the Funding Source.<strong>Clark</strong> Development Corporation8Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


3.2. Further, the Procuring Entity will seek <strong>to</strong> impose the maximum civil,administrative, and/or criminal penalties available under the applicablelaws on individuals and organizations deemed <strong>to</strong> 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 <strong>to</strong> inspect and audit records and accounts <strong>of</strong> a contrac<strong>to</strong>r in thebidding for and performance <strong>of</strong> a contract themselves or throughindependent audi<strong>to</strong>rs as reflected in the GCC Clause 34.4. Conflict <strong>of</strong> Interest4.1. All bidders found <strong>to</strong> have conflicting interests shall be disqualified <strong>to</strong>participate in the procurement at hand, without prejudice <strong>to</strong> theimposition <strong>of</strong> appropriate administrative, civil, and criminal sanctions. ABidder may be considered <strong>to</strong> have conflicting interests with anotherBidder in any <strong>of</strong> the events described in paragra<strong>ph</strong>s (a) through (c)and a general conflict <strong>of</strong> interest in any <strong>of</strong> the circumstances set out inparagra<strong>ph</strong>s (d) through (g) below:(a)(b)(c)(d)(e)(f)A Bidder has controlling shareholders in <strong>com</strong>mon 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 <strong>to</strong> have access <strong>to</strong> 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 <strong>to</strong> firms or organizations which areengaged in consulting services for the preparation related <strong>to</strong>procurement 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> subcontrac<strong>to</strong>rsin 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<strong>Clark</strong> Development Corporation9Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


(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 <strong>to</strong> procurement for orimplementation <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 ac<strong>com</strong>panied by a sworn affidavit <strong>of</strong> the Bidderthat it is not related <strong>to</strong> 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 <strong>to</strong> the third civildegree. On the part <strong>of</strong> the bidder, this Clause shall apply <strong>to</strong> thefollowing persons:(a)(b)(c)(d)If the Bidder is an individual or a sole proprie<strong>to</strong>rship, <strong>to</strong> theBidder himself;If the Bidder is a partnership, <strong>to</strong> all its <strong>of</strong>ficers and members;If the Bidder is a corporation, <strong>to</strong> all its <strong>of</strong>ficers, direc<strong>to</strong>rs, andcontrolling s<strong>to</strong>ckholders; 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 <strong>to</strong> 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 <strong>to</strong> <strong>com</strong>ply withthis Clause will result in the au<strong>to</strong>matic disqualification <strong>of</strong> a Bidder.5. Eligible Bidders5.1. Unless otherwise indicated in the BDS, the following persons shall beeligible <strong>to</strong> participate in this Bidding:(a)(b)(c)Duly licensed Filipino citizens/sole proprie<strong>to</strong>rships;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 <strong>to</strong> 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 s<strong>to</strong>ck belongs <strong>to</strong> citizens <strong>of</strong> the Philippines;(d)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 <strong>to</strong> citizens <strong>of</strong> the Philippines; and<strong>Clark</strong> Development Corporation10Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


(e)Persons/entities forming themselves in<strong>to</strong> a JV, i.e., a group <strong>of</strong>two (2) or more persons/entities that intend <strong>to</strong> be jointly andseverally 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 <strong>to</strong> 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 <strong>to</strong> participate only ifthey can establish that they (a) are legally and financially au<strong>to</strong>nomous,(b) operate under <strong>com</strong>mercial 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 have<strong>com</strong>pleted, within ten (10) years from the submission <strong>of</strong> bids, a singlecontract that is similar <strong>to</strong> this Project, equivalent <strong>to</strong> at least fiftypercent (50%) <strong>of</strong> the ABC adjusted <strong>to</strong> 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 <strong>to</strong> the Project shall be thosedescribed in the BDS, and <strong>com</strong>pleted within the period stated in theInvitation <strong>to</strong> Bid and ITB Clause12.1 (a) (iii).5.5. The Bidder must submit a <strong>com</strong>putation <strong>of</strong> its Net Financial ContractingCapacity (NFCC) or a Commitment from a Universal or Commercialbank <strong>to</strong> extend a credit line in its favor if awarded the contract for thisproject (CLC).The NFCC, <strong>com</strong>puted using the following formula, must be at leastequal <strong>to</strong> the ABC <strong>to</strong> be bid:<strong>Clark</strong> Development Corporation11Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


NFCC = [(Current assets minus current liabilities) (K)] minus thevalue <strong>of</strong> all outstanding or un<strong>com</strong>pleted portions <strong>of</strong> the projectsunder ongoing contracts, including awarded contracts yet <strong>to</strong> 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 <strong>to</strong> two years, and 20 for acontract duration <strong>of</strong> more than two years.The CLC must be at least equal <strong>to</strong> 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 <strong>to</strong> 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 <strong>to</strong> 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 <strong>to</strong> be bid, if any; andHaving <strong>com</strong>plied with its responsibility <strong>to</strong> 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,<strong>com</strong>plete, and all statements and information provided thereinare true and correct;<strong>Clark</strong> Development Corporation12Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


(g)(h)(i)(j)Authorizing the Head <strong>of</strong> the Procuring Entity or its dulyauthorized representative/s <strong>to</strong> verify all the documentssubmitted;Ensuring that the signa<strong>to</strong>ry is the duly authorized representative<strong>of</strong> the Bidder, and granted full power and authority <strong>to</strong> do,execute and perform any and all acts necessary and/or <strong>to</strong>represent the Bidder in the bidding, with the duly notarizedSecretary’s Certificate attesting <strong>to</strong> 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 <strong>to</strong> other provisions <strong>of</strong> Republic Act 3019; andComplying with existing labor laws and standards.Failure <strong>to</strong> 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 <strong>to</strong> 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 <strong>to</strong> determineand <strong>to</strong> satisfy itself by such means as it considers necessary ordesirable as <strong>to</strong> all matters pertaining <strong>to</strong> 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 <strong>com</strong>munication facilities,requirements, location and availability <strong>of</strong> construction aggregates andother materials, labor, water, electric power and access roads; and (d)other fac<strong>to</strong>rs 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 <strong>to</strong> have be<strong>com</strong>efamiliar 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 orout<strong>com</strong>e <strong>of</strong> the bidding process.<strong>Clark</strong> Development Corporation13Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


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 <strong>to</strong> 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 <strong>to</strong> 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. Subcontrac<strong>to</strong>rs must submit the documentary requirements under ITBClause 12 and <strong>com</strong>ply with the eligibility criteria specified in the BDS.In the event that any subcontrac<strong>to</strong>r is found by the Procuring Entity <strong>to</strong>be ineligible, the subcontracting <strong>of</strong> such portion <strong>of</strong> the Works shall bedisallowed.8.3. The Bidder may identify the subcontrac<strong>to</strong>r <strong>to</strong> 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 <strong>to</strong> disclose thename <strong>of</strong> the subcontrac<strong>to</strong>r during bid submission, the Bidder shallinclude the required documents as part <strong>of</strong> the technical <strong>com</strong>ponent <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, <strong>to</strong> clarify and address theBidders’ questions on the technical and financial <strong>com</strong>ponents <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 <strong>com</strong>plexity <strong>of</strong> the contract <strong>to</strong> be bid, or when internationalparticipation will be more advantageous <strong>to</strong> 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.<strong>Clark</strong> Development Corporation14Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


9.2. Bidders are encouraged <strong>to</strong> attend the pre-bid conference <strong>to</strong> 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 <strong>to</strong> know the changes and/or amendments <strong>to</strong> 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 there<strong>to</strong> 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 <strong>to</strong> 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 <strong>to</strong>the 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 <strong>to</strong>inquire 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 <strong>to</strong> 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 <strong>to</strong> 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 ac<strong>com</strong>panied by an accuratetranslation in English certified by the appropriate embassy or consulate in the<strong>Clark</strong> Development Corporation15Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


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 proprie<strong>to</strong>rship, 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 <strong>com</strong>pleted 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) contrac<strong>to</strong>r’s role (whether sole contrac<strong>to</strong>r,subcontrac<strong>to</strong>r, or partner in a JV) and percentage<strong>of</strong> participation;(iii.7) <strong>to</strong>tal contract value at award;(iii.8) date <strong>of</strong> <strong>com</strong>pletion or estimated <strong>com</strong>pletion time;(iii.9) <strong>to</strong>tal contract value at <strong>com</strong>pletion, if applicable;<strong>Clark</strong> Development Corporation16Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


(iii.10) percentages <strong>of</strong> planned and actualac<strong>com</strong>plishments, 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 <strong>to</strong> proceed issued by theowners; and(iii.13) the statement shall be supported by theConstruc<strong>to</strong>rs Performance Evaluation System(CPES) rating sheets, and/or certificates <strong>of</strong><strong>com</strong>pletion and owner’s acceptance, if applicable;(iv)(v)(vi)Unless otherwise provided in the BDS, valid PhilippineContrac<strong>to</strong>rs Accreditation Board (PCAB) license andregistration for the type and cost <strong>of</strong> the contract for thisProject;Audited financial statements, showing, among others, theprospective <strong>to</strong>tal 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 <strong>com</strong>putation 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 in<strong>to</strong> 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 <strong>to</strong> 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 beac<strong>com</strong>panied by a confirmation from a Universal orCommercial Bank;<strong>Clark</strong> Development Corporation17Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


(i.2)a surety bond ac<strong>com</strong>panied by a certification<strong>com</strong>ing from an authorized Insurance Commissionthat a surety or insurance <strong>com</strong>pany is authorized<strong>to</strong> issue such instrument;(ii)Project Requirements, which shall include the following:(ii.1) Organizational chart for the contract <strong>to</strong> be bid;(ii.2) List <strong>of</strong> contrac<strong>to</strong>r’s personnel (viz, projectManager, Project Engineers, Materials Engineers,and Foremen), <strong>to</strong> be assigned <strong>to</strong> the contract <strong>to</strong>be bid, with their <strong>com</strong>plete qualification andexperience data; and(ii.3) List <strong>of</strong> contrac<strong>to</strong>r’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 <strong>com</strong>ponent <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 <strong>to</strong> the financial <strong>com</strong>ponent <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 <strong>to</strong> 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.<strong>Clark</strong> Development Corporation18Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


(ii) The procuring entity has procedures in place <strong>to</strong> 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 fac<strong>to</strong>rs, as well asprevailing market prices, associated with the types <strong>of</strong>works or goods <strong>to</strong> be procured.(iii) The procuring entity has trained cost estima<strong>to</strong>rs 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 <strong>to</strong> moni<strong>to</strong>rand report bid prices relative <strong>to</strong> ABC andengineer’s/procuring entity’s estimate.(v)The procuring entity has established a moni<strong>to</strong>ring andevaluation system for contract implementation <strong>to</strong> provide afeedback on actual <strong>to</strong>tal 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 <strong>to</strong> 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 <strong>com</strong>ply 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 subcontrac<strong>to</strong>r if a subcontrac<strong>to</strong>r is permitted <strong>to</strong>participate in more than one bid) will cause all the proposals with theBidder’s participation <strong>to</strong> be disqualified. This shall be without prejudice<strong>to</strong> any applicable criminal, civil and administrative penalties that maybe imposed upon the persons and entities concerned.<strong>Clark</strong> Development Corporation19Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


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, au<strong>to</strong>matically 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 <strong>to</strong> the Government.15.3. All duties, taxes, and other levies payable by the Contrac<strong>to</strong>r under theContract, or for any other cause, prior <strong>to</strong> the deadline for submission <strong>of</strong>bids, shall be included in the rates, prices, and <strong>to</strong>tal 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 <strong>to</strong> 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 re<strong>com</strong>mendation <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 <strong>to</strong> 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 <strong>com</strong>paring the bid prices willconvert the amounts in various currencies in which the bid price isexpressed <strong>to</strong> 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.<strong>Clark</strong> Development Corporation20Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


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 <strong>to</strong> the expiration <strong>of</strong> the bid validityperiod, the Procuring Entity may request Bidders <strong>to</strong> 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 <strong>to</strong> 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 <strong>to</strong> 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 <strong>to</strong> 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 <strong>to</strong> 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 insurance<strong>com</strong>pany duly certified by the Insurance Five percent (5%)Commission as authorized <strong>to</strong> issue suchsecurity; and/or(d) Any <strong>com</strong>bination <strong>of</strong> the foregoing. Proportionate <strong>to</strong> share<strong>of</strong> form with respect <strong>to</strong><strong>to</strong>tal 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, bank<strong>Clark</strong> Development Corporation21Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


draft/guarantee, or irrevocable letter <strong>of</strong> credit from other banks certifiedby the BSP as authorized <strong>to</strong> issue such financial statement.18.2. The bid security should be valid for the period specified in the BDS.Any bid not ac<strong>com</strong>panied by an acceptable bid security shall berejected by the Procuring Entity as non-responsive.18.3. No bid securities shall be returned <strong>to</strong> bidders after the opening <strong>of</strong> bidsand before contract signing, except <strong>to</strong> 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 <strong>to</strong> ITB Clause31, and the posting <strong>of</strong> the performance security, pursuant <strong>to</strong> 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 <strong>to</strong> ITBClause 27.3 (b);fails <strong>to</strong> 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 <strong>to</strong> influence the out<strong>com</strong>e<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;<strong>Clark</strong> Development Corporation22Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


(vii)(viii)(ix)(x)(xi)(xii)withdrawal <strong>of</strong> a bid, or refusal <strong>to</strong> accept an award, orenter in<strong>to</strong> contract with the Government withoutjustifiable cause, after the Bidder had been adjudged ashaving submitted the Lowest Calculated and ResponsiveBid;refusal or failure <strong>to</strong> post the required performancesecurity within the prescribed time;refusal <strong>to</strong> 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 <strong>to</strong> unduly influencethe out<strong>com</strong>e <strong>of</strong> the bidding in his favor;failure <strong>of</strong> the potential joint venture partners <strong>to</strong> enter in<strong>to</strong>the joint venture after the bid is declared successful; orall other acts that tend <strong>to</strong> defeat the purpose <strong>of</strong> the<strong>com</strong>petitive 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 <strong>to</strong> sign the contract in accordance with ITB Clause31;fails <strong>to</strong> 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 technical<strong>com</strong>ponent <strong>of</strong> the bid, including the eligibility requirements under ITBClause 12.1, and the second shall contain the financial <strong>com</strong>ponent <strong>of</strong>the bid.19.2. Forms as mentioned in ITB Clause 19.1 must be <strong>com</strong>pleted withoutany alterations <strong>to</strong> their format, and no substitute form shall beaccepted. All blank spaces shall be filled in with the informationrequested.<strong>Clark</strong> Development Corporation23Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


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 financial<strong>com</strong>ponent 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 <strong>to</strong> be bid in capital letters;bear the name and address <strong>of</strong> the Bidder in capital letters;be addressed <strong>to</strong> the Procuring Entity’s BAC indentified in ITBClause 10.1.;bear the specific identification <strong>of</strong> this bidding process indicatedin the Invitation <strong>to</strong> Bid; andbear a warning “DO NOT OPEN BEFORE…” the date and time forthe opening <strong>of</strong> bids, in accordance with ITB Clause 21.<strong>Clark</strong> Development Corporation24Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


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 <strong>to</strong> 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 <strong>to</strong> thedeadline prescribed for submission and receipt <strong>of</strong> bids. The Bidder shallnot be allowed <strong>to</strong> retrieve its original bid, but shall be allowed <strong>to</strong>submit another bid equally sealed, properly identified, linked <strong>to</strong> 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 <strong>to</strong> 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 <strong>to</strong> thedeadline prescribed for submission and receipt <strong>of</strong> bids.23.3. Bids requested <strong>to</strong> be withdrawn in accordance with ITB Clause 23.1shall be returned unopened <strong>to</strong> the Bidders. A Bidder may also expressits intention not <strong>to</strong> 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 <strong>to</strong> 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 <strong>to</strong> ITB Clause 18.5, and the imposition <strong>of</strong><strong>Clark</strong> Development Corporation25Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


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 <strong>to</strong> determine each Bidder’s <strong>com</strong>pliance 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 <strong>to</strong> 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 <strong>to</strong> include any requirement or are in<strong>com</strong>pleteor 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 determining<strong>com</strong>pliance 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 <strong>com</strong>plying 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, in<strong>com</strong>plete or patently insufficient, and/orif the submitted <strong>to</strong>tal 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 <strong>to</strong> contain all the bidrequirements for both <strong>com</strong>ponents shall be rated “passed” and shallimmediately be considered for evaluation and <strong>com</strong>parison.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 <strong>to</strong> the Bidder unopened. If the withdrawing Bidder’srepresentative is in attendance, the original bid and all copies there<strong>of</strong>shall be returned <strong>to</strong> 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 <strong>to</strong> 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 <strong>to</strong> appropriate administrativesanctions.24.4. If a Bidder has previously secured a certification from the ProcuringEntity <strong>to</strong> 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) <strong>to</strong> (vi).<strong>Clark</strong> Development Corporation26Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


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) <strong>to</strong>12.1. (a) (vi) by any <strong>of</strong> the joint venture partners constitutes<strong>com</strong>pliance.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 <strong>to</strong> 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 <strong>to</strong> 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 <strong>to</strong> 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 <strong>to</strong> 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> <strong>com</strong>munication 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 <strong>to</strong> influence the Procuring Entity in the ProcuringEntity’s decision in respect <strong>of</strong> Bid evaluation, Bid <strong>com</strong>parison orcontract award will result in the rejection <strong>of</strong> the Bidder’s Bid.26. Clarification <strong>of</strong> BidsTo assist in the evaluation, <strong>com</strong>parison and post-qualification <strong>of</strong> the bids, thePurchaser may ask in writing any Bidder for a clarification <strong>of</strong> its bid. Allresponses <strong>to</strong> requests for clarification shall be in writing. Any clarificationsubmitted by a Bidder in respect <strong>to</strong> its bid and that is not in response <strong>to</strong> arequest by the Procuring Entity shall not be considered.<strong>Clark</strong> Development Corporation27Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


27. Detailed Evaluation and Comparison <strong>of</strong> Bids27.1. The Procuring Entity will undertake the detailed evaluation and<strong>com</strong>parison <strong>of</strong> Bids which have passed the opening and preliminaryexamination <strong>of</strong> Bids, pursuant <strong>to</strong> ITB Clause 24, in order <strong>to</strong> determinethe Lowest Calculated Bid.27.2. In evaluating the Bids <strong>to</strong> get the Lowest Calculated Bid, the ProcuringEntity shall undertake the following:(a)(b)The detailed evaluation <strong>of</strong> the financial <strong>com</strong>ponent <strong>of</strong> the bids,<strong>to</strong> establish the correct calculated prices <strong>of</strong> the bids; andThe ranking <strong>of</strong> the <strong>to</strong>tal bid prices as so calculated from thelowest <strong>to</strong> 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, au<strong>to</strong>matically 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 <strong>to</strong> the Procuring Entity; andArithmetical corrections. Consider <strong>com</strong>putational errors andomissions <strong>to</strong> enable proper <strong>com</strong>parison <strong>of</strong> all eligible bids. Itmay also consider bid modifications if expressly allowed in theBDS. Any adjustment shall be calculated in monetary terms <strong>to</strong>determine the calculated prices.27.4. Based on the detailed evaluation <strong>of</strong> bids, those that <strong>com</strong>ply with theabove-mentioned requirements shall be ranked in the ascending order<strong>of</strong> their <strong>to</strong>tal calculated bid prices, as evaluated and corrected for<strong>com</strong>putational errors, discounts and other modifications, <strong>to</strong> identify theLowest Calculated Bid. Total calculated bid prices, as evaluated andcorrected for <strong>com</strong>putational errors, discounts and other modifications,which exceed the ABC shall not be considered, unless otherwiseindicated in the BDS.<strong>Clark</strong> Development Corporation28Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


27.5. The Procuring Entity’s evaluation <strong>of</strong> bids shall only be based on the bidprice quoted in the Financial Bid Form.27.6. Bids shall be evaluated on an equal footing <strong>to</strong> ensure fair <strong>com</strong>petition.For this purpose, all bidders shall be required <strong>to</strong> include in their bidsthe cost <strong>of</strong> all taxes, such as, but not limited <strong>to</strong>, value added tax (VAT),in<strong>com</strong>e 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 <strong>com</strong>parison.28. Post Qualification28.1. The Procuring Entity shall determine <strong>to</strong> its satisfaction whether theBidder that is evaluated as having submitted the Lowest Calculated Bid<strong>com</strong>plies with and is responsive <strong>to</strong> 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 in<strong>com</strong>e 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 <strong>to</strong> 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 pursuant<strong>to</strong> 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 re<strong>com</strong>mend <strong>to</strong> the Head<strong>of</strong> the Procuring Entity the award <strong>of</strong> contract <strong>to</strong> the said Bidder at itssubmitted price or its calculated bid price, whichever is lower, subject<strong>to</strong> ITB Clause 30.3.<strong>Clark</strong> Development Corporation29Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


28.5. A negative determination shall result in rejection <strong>of</strong> the Bidder’s Bid, inwhich event the Procuring Entity shall proceed <strong>to</strong> the next LowestCalculated Bid <strong>to</strong> make a similar determination <strong>of</strong> that Bidder’scapabilities <strong>to</strong> perform satisfac<strong>to</strong>rily. 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 re<strong>com</strong>mendation <strong>of</strong> the BAC, the Head <strong>of</strong> the ProcuringEntity shall approve or disapprove the said re<strong>com</strong>mendation. 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 <strong>to</strong> review itsqualifications at any stage <strong>of</strong> the procurement process if it hasreasonable grounds <strong>to</strong> believe that a misrepresentation has been madeby the said bidder, or that there has been a change in the Bidder’scapability <strong>to</strong> 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 <strong>to</strong> 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 right<strong>to</strong> reject any and all Bids, declare a Failure <strong>of</strong> Bidding at any time prior<strong>to</strong> the contract award, or not <strong>to</strong> award the contract, without therebyincurring any liability, and make no assurance that a contract shall beentered in<strong>to</strong> 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 <strong>to</strong> restrict, suppress or nullify <strong>com</strong>petition;If the Procuring Entity’s BAC is found <strong>to</strong> have failed in followingthe prescribed bidding procedures; or<strong>Clark</strong> Development Corporation30Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


(c)For any justifiable and reasonable ground where the award <strong>of</strong>the contract will not redound <strong>to</strong> the benefit <strong>of</strong> the Governmentas follows:(i)(ii)(iii)If the <strong>ph</strong>ysical and economic conditions have significantlychanged so as <strong>to</strong> render the project no longereconomically, financially or technically feasible asdetermined by the head <strong>of</strong> the procuring entity;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 <strong>to</strong> <strong>com</strong>ply with all the bid requirements or fail postqualification;orThe bidder with the Lowest Calculated Responsive Bid refuses,without justifiable cause <strong>to</strong> accept the award <strong>of</strong> contract, and noaward is made.30. Contract AwardF. Award <strong>of</strong> Contract30.1. Subject <strong>to</strong> ITB Clause 28, the Procuring Entity shall award the contract<strong>to</strong> the Bidder whose Bid has been determined <strong>to</strong> be substantiallyresponsive and has been determined <strong>to</strong> be the Lowest Calculated andResponsive Bid (LCRB).30.2. Prior <strong>to</strong> 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 <strong>to</strong> the Procuring Entity.30.3. Notwithstanding the issuance <strong>of</strong> the Notice <strong>of</strong> Award, award <strong>of</strong> contractshall be subject <strong>to</strong> the following conditions:<strong>Clark</strong> Development Corporation31Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


(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 <strong>to</strong> 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 <strong>to</strong> 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 <strong>to</strong> the Procuring Entity.31.3. The Procuring Entity shall enter in<strong>to</strong> contract with the successful Bidderwithin the same ten (10) calendar day period provided that all thedocumentary requirements are <strong>com</strong>plied 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; and<strong>Clark</strong> Development Corporation32Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


(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 <strong>to</strong> thepercentage <strong>of</strong> the <strong>to</strong>tal 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 <strong>to</strong> 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 <strong>com</strong>pany dulycertified by the Insurance Commission asauthorized <strong>to</strong> issue such security; and/or(d) Any <strong>com</strong>bination <strong>of</strong> the foregoing.<strong>Clark</strong> Development Corporation33Ten percent (10%)Thirty percent (30%)Proportionate <strong>to</strong> share<strong>of</strong> form with respect <strong>to</strong><strong>to</strong>tal amount <strong>of</strong>security32.3. Failure <strong>of</strong> the successful Bidder <strong>to</strong> <strong>com</strong>ply 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 <strong>com</strong>plete 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.Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


33. Notice <strong>to</strong> 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 <strong>to</strong> Proceed <strong>to</strong> the Bidder.33.2. The contract effectivity date shall be provided in the Notice <strong>to</strong> Proceedby the Procuring Entity, which date shall not be later than seven (7)calendar days from the issuance <strong>of</strong> the Notice <strong>to</strong> Proceed.<strong>Clark</strong> Development Corporation34Section II Instructions <strong>to</strong> Bidders<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


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>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>.The identification number <strong>of</strong> the contract is Work Order No. 2012-012.2. 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 5,980,000.00.The name <strong>of</strong> the Project is <strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>.3.1. No further instructions.5.1. No Further Instructions.5.2. Bidding is restricted <strong>to</strong> eligible bidders as defined in ITB Clause 5.1.5.4. No Further Instructions.For this purpose, similar contracts shall refer <strong>to</strong> Construction <strong>of</strong> Road withDrainage.8.1. Subcontracting is not allowed.8.2. Not applicable.9.1.The Procuring Entity will hold a pre-bid conference for this Project on May10, 2012 (10:00 a.m.) at CDC Board Room, Ground Floor Bldg. 2125 , E.Quirino St. corner C.P. Garcia <strong>Street</strong> ,CDC Corporate Center, <strong>Clark</strong> FreeportZone, Philippines 2023.10.1 The Procuring Entity’s address is:Ms. Ma. Zoraida G. CamelloOfficer-in-ChargeBids and Awards SecretariatBldg. 2121 E. Quirino St., CDC Corporate Center,<strong>Clark</strong> Freeport Zone, Philippines 2023Telefax: (045) 599-7028/Trunkline: (045) 599-9000 local 932<strong>Clark</strong> Development Corporation36Section III Bid Data Sheet<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


e-mail: bacsecretariat@clark.<strong>com</strong>.<strong>ph</strong>website: www.clark.<strong>com</strong>.<strong>ph</strong>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> contrac<strong>to</strong>r’s personnel (viz, Project Manager/ Engineers, ElectricalEngineer, Materials Engineer, and Foremen), <strong>to</strong> be assigned <strong>to</strong> the contract<strong>to</strong> be bid, should attach their <strong>com</strong>plete qualifications, Letter <strong>to</strong> ProcuringEntity, Notarized Certificate <strong>of</strong> Employment, Bio-data and Pho<strong>to</strong>copy <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> Proposed Key Personnel<strong>to</strong> be assigned <strong>to</strong> the Contract;2. Sample Form INFR-45 : Contrac<strong>to</strong>r’s Letter Certificate <strong>to</strong>Procuring 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 5,980,000.00. Any bid with a financial <strong>com</strong>ponentexceeding this amount shall not be accepted.Additional Documents <strong>to</strong> 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 <strong>com</strong>ingup with the bid in the prescribed format;<strong>Clark</strong> Development Corporation37Section III Bid Data Sheet<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


2. Duly Signed Cash Flow and Payment Schedule; and3. Day work Schedule.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 119,600.00 (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 <strong>com</strong>mercial/universal bank);2. The amount <strong>of</strong> Php 299,000.00 (5% <strong>of</strong> ABC) if bid security is inSurety Bond callable upon demand issued by a surety or insurance<strong>com</strong>pany duly certified by the Insurance Commission as authorized <strong>to</strong>issue such security; or3. Any <strong>com</strong>bination <strong>of</strong> the foregoing proportionate <strong>to</strong> the share <strong>of</strong> formwith respect <strong>to</strong> <strong>to</strong>tal 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 <strong>com</strong>ponents <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 <strong>Street</strong>, CDC Corporate Center, <strong>Clark</strong>Freeport Zone, Philippines 2023.Deadline for submission <strong>of</strong> bids: May 22, 2012 (exactly 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 <strong>Street</strong>, CDC Corporate Center, <strong>Clark</strong>Freeport Zone, Philippines 2023.The date & time <strong>of</strong> bid opening is 10:00 a.m. on May 22, 2012The <strong>of</strong>ficial time would be the Time keeping Machine located at the left side<strong>of</strong> Bldg. 2125. Late Bids would not be accepted.24.2. No further instructions.<strong>Clark</strong> Development Corporation38Section III Bid Data Sheet<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


27.3.(b)Bid modification is not allowed27.4. No further instructions.28.2.(b)1. Certified True Copy <strong>of</strong> the following documents filed using theElectronic Filing and Payment System (EFPS):a. In<strong>com</strong>e Tax Return- refers <strong>to</strong> the latest ITR (BIR Form No. 1702for Corporation and Partnership) for the calendar/fiscal year; andb. Business Tax Returns- refers <strong>to</strong> 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 in<strong>com</strong>e 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 <strong>to</strong> 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.<strong>Clark</strong> Development Corporation39Section III Bid Data Sheet<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


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 ................................................5214.PROCURING ENTITY’S RISK .........................................................5315.INSURANCE .......................................................................................5316.TERMINATION FOR DEFAULT OF CONTRACTOR .....................5517.TERMINATION FOR DEFAULT OF PROCURING ENTITY.........5518.TERMINATION FOR OTHER CAUSES ...........................................5619.PROCEDURES FOR TERMINATION OF CONTRACTS................5820.FORCE MAJEURE, RELEASE FROM PERFORMANCE .................6021.RESOLUTION OF DISPUTES ..........................................................6122.SUSPENSION OF LOAN, CREDIT, GRANT, ORAPPROPRIATION..............................................................................6123.PROCURING ENTITY’S REPRESENTATIVE’S DECISIONS ......6224. APPROVAL OF DRAWINGS AND TEMPORARY WORKS BY THE PROCURING ENTITY’SREPRESENTATIVE .......................................................................................................... 6225. ACCELERATION AND DELAYS ORDERED BY THE PROCURING ENTITY’SREPRESENTATIVE .......................................................................................................... 6326.EXTENSION OF THE INTENDED COMPLETION DATE..............63<strong>Clark</strong> Development Corporation41Section IV General Conditions <strong>of</strong> the Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


27.RIGHT TO VARY................................................................................6328.CONTRACTORS RIGHT TO CLAIM ................................................6429.DAYWORKS........................................................................................6430.EARLY WARNING .............................................................................6431.PROGRAM OF WORK .......................................................................6432.MANAGEMENT CONFERENCES......................................................6533.BILL OF QUANTITIES ......................................................................6634.INSTRUCTIONS, INSPECTIONS AND AUDITS ..........................6635.IDENTIFYING DEFECTS ..................................................................6636.COST OF REPAIRS............................................................................6737.CORRECTION OF DEFECTS ............................................................6738.UNCORRECTED DEFECTS ...............................................................6739.ADVANCE PAYMENT ........................................................................6740.PROGRESS PAYMENTS....................................................................6841.PAYMENT CERTIFICATES...............................................................6942.RETENTION........................................................................................6943.VARIATION ORDERS .......................................................................7044.CONTRACT COMPLETION...............................................................7245.SUSPENSION OF WORK..................................................................7246.PAYMENT ON TERMINATION........................................................7347.EXTENSION OF CONTRACT TIME.................................................7448.PRICE ADJUSTMENT........................................................................7549.COMPLETION.....................................................................................7550.TAKING OVER....................................................................................7551.OPERATING AND MAINTENANCE MANUALS ............................75<strong>Clark</strong> Development Corporation42Section IV General Conditions <strong>of</strong> the Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


1. DefinitionsFor purposes <strong>of</strong> this Clause, boldface type is used <strong>to</strong> identify defined terms.1.1. The Arbiter is the person appointed jointly by the Procuring Entity andthe Contrac<strong>to</strong>r <strong>to</strong> resolve disputes in the first instance, as provided forin GCC Clause 21.1.2. Bill <strong>of</strong> Quantities refers <strong>to</strong> 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> <strong>com</strong>pletion <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 theContrac<strong>to</strong>r <strong>to</strong> execute, <strong>com</strong>plete, and maintain the Works.1.5. The Contract Price is the price stated in the Letter <strong>of</strong> Acceptance andthereafter <strong>to</strong> be paid by the Procuring Entity <strong>to</strong> the Contrac<strong>to</strong>r for theexecution <strong>of</strong> the Works in accordance with this Contract.1.6. Contract Time <strong>Extension</strong> is the allowable period for the Contrac<strong>to</strong>r<strong>to</strong> <strong>com</strong>plete the Works in addition <strong>to</strong> the original Completion Datestated in this Contract.1.7. The Contrac<strong>to</strong>r is the juridical entity whose proposal has beenaccepted by the Procuring Entity and <strong>to</strong> whom the Contract <strong>to</strong> executethe Work was awarded.1.8. The Contrac<strong>to</strong>r’s Bid is the signed <strong>of</strong>fer or proposal submitted by theContrac<strong>to</strong>r <strong>to</strong> the Procuring Entity in response <strong>to</strong> the BiddingDocuments.1.9. Days are calendar days; months are calendar months.1.10. Day works are varied work inputs subject <strong>to</strong> payment on a time basisfor the Contrac<strong>to</strong>r’s employees and Equipment, in addition <strong>to</strong> paymentsfor associated Materials and Plant.1.11. A Defect is any part <strong>of</strong> the Works not <strong>com</strong>pleted 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 theContrac<strong>to</strong>r.1.13. The Defects Liability Period is the one year period between project<strong>com</strong>pletion and final acceptance within which the Contrac<strong>to</strong>r assumes<strong>Clark</strong> Development Corporation43Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


the responsibility <strong>to</strong> undertake the repair <strong>of</strong> any damage <strong>to</strong> the Worksat his own expense.1.14. Drawings are gra<strong>ph</strong>ical 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 <strong>to</strong> all facilities, supplies, appliances, materials orthings required for the execution and <strong>com</strong>pletion <strong>of</strong> the Work providedby the Contrac<strong>to</strong>r and which shall not form or are not intended <strong>to</strong> formpart <strong>of</strong> the Permanent Works.1.16. The Intended Completion Date refers <strong>to</strong> the date specified in theSCC when the Contrac<strong>to</strong>r is expected <strong>to</strong> have <strong>com</strong>pleted 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 theContrac<strong>to</strong>r for incorporation in the Works.1.18. The Notice <strong>to</strong> Proceed is a written notice issued by the ProcuringEntity or the Procuring Entity’s Representative <strong>to</strong> the Contrac<strong>to</strong>rrequiring the latter <strong>to</strong> begin the <strong>com</strong>mencement <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 <strong>to</strong> be constructed and <strong>com</strong>pleted inaccordance with this Contract which shall be delivered <strong>to</strong> the ProcuringEntity and which shall remain at the Site after the removal <strong>of</strong> allTemporary Works.1.20. Plant refers <strong>to</strong> 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 Contrac<strong>to</strong>r <strong>to</strong>carry out the Works stated in the SCC.1.22. The Procuring Entity’s Representative refers <strong>to</strong> 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 bedesignated in the SCC, or notified <strong>to</strong> the Contrac<strong>to</strong>r by the ProcuringEntity’s Representative as forming part <strong>of</strong> the Site.<strong>Clark</strong> Development Corporation44Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


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 actualac<strong>com</strong>plishment falls below the target as measured by the differencebetween the scheduled and actual ac<strong>com</strong>plishment <strong>of</strong> the Work by theContrac<strong>to</strong>r 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 <strong>to</strong> be done and thequalities <strong>of</strong> materials <strong>to</strong> be used, the equipment <strong>to</strong> be installed and themode <strong>of</strong> construction.1.27. The Start Date, as specified in the SCC, is the date when theContrac<strong>to</strong>r is obliged <strong>to</strong> <strong>com</strong>mence execution <strong>of</strong> the Works. It doesnot necessarily coincide with any <strong>of</strong> the Site Possession Dates.1.28. A Subcontrac<strong>to</strong>r is any person or organization <strong>to</strong> whom a part <strong>of</strong> theWorks has been subcontracted by the Contrac<strong>to</strong>r, 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 Contrac<strong>to</strong>r that are needed for construction orinstallation <strong>of</strong> the Permanent Works.1.30. Work(s) refer <strong>to</strong> the Permanent Works and Temporary Works <strong>to</strong> beexecuted by the Contrac<strong>to</strong>r in accordance with this Contract, including(i) the furnishing <strong>of</strong> all labor, materials, equipment and othersincidental, necessary or convenient <strong>to</strong> the <strong>com</strong>plete 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 Contrac<strong>to</strong>r 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.2.2. If sectional <strong>com</strong>pletion is specified in the SCC, references in theConditions <strong>of</strong> Contract <strong>to</strong> the Works, the Completion Date, and theIntended Completion Date apply <strong>to</strong> any Section <strong>of</strong> the Works (other than<strong>Clark</strong> Development Corporation45Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


eferences <strong>to</strong> 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 <strong>to</strong> themeaning or interpretation <strong>of</strong> this Contract. All correspondence andother documents pertaining <strong>to</strong> 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 <strong>to</strong> 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 theContrac<strong>to</strong>r possession <strong>of</strong> so much <strong>of</strong> the Site as may be required <strong>to</strong>enable it <strong>to</strong> proceed with the execution <strong>of</strong> the Works. If the Contrac<strong>to</strong>rsuffers delay or incurs cost from failure on the part <strong>of</strong> the ProcuringEntity <strong>to</strong> give possession in accordance with the terms <strong>of</strong> this clause,the Procuring Entity’s Representative shall give the Contrac<strong>to</strong>r aContract Time <strong>Extension</strong> and certify such sum as fair <strong>to</strong> 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 <strong>to</strong> have delayed thestart <strong>of</strong> the relevant activities. The resulting adjustments in contacttime <strong>to</strong> address such delay shall be in accordance with GCC Clause 47.5.3. The Contrac<strong>to</strong>r shall bear all costs and charges for special or temporaryright-<strong>of</strong>-way required by it in connection with access <strong>to</strong> the Site. TheContrac<strong>to</strong>r 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 Contrac<strong>to</strong>r shall allow the Procuring Entity’s Representative andany person authorized by the Procuring Entity’s Representative access<strong>to</strong> the Site and <strong>to</strong> any place where work in connection with thisContract is being carried out or is intended <strong>to</strong> be carried out.<strong>Clark</strong> Development Corporation46Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


6. The Contrac<strong>to</strong>r’s Obligations6.1. The Contrac<strong>to</strong>r shall carry out the Works properly and in accordancewith this Contract. The Contrac<strong>to</strong>r shall provide all supervision, labor,Materials, Plant and Contrac<strong>to</strong>r's Equipment, which may be required.All Materials and Plant on Site shall be deemed <strong>to</strong> be the property <strong>of</strong>the Procuring Entity.6.2. The Contrac<strong>to</strong>r shall <strong>com</strong>mence 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 Contrac<strong>to</strong>r, as updated with the approval <strong>of</strong> theProcuring Entity’s Representative, and <strong>com</strong>plete them by the IntendedCompletion Date.6.3. The Contrac<strong>to</strong>r shall be responsible for the safety <strong>of</strong> all activities on theSite.6.4. The Contrac<strong>to</strong>r shall carry out all instructions <strong>of</strong> the Procuring Entity’sRepresentative that <strong>com</strong>ply with the applicable laws where the Site islocated.6.5. The Contrac<strong>to</strong>r shall employ the key personnel named in the Schedule<strong>of</strong> Key Personnel, as referred <strong>to</strong> in the SCC, <strong>to</strong> 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 <strong>to</strong> or better than those <strong>of</strong> thepersonnel listed in the Schedule.6.6. If the Procuring Entity’s Representative asks the Contrac<strong>to</strong>r <strong>to</strong> removea member <strong>of</strong> the Contrac<strong>to</strong>r’s staff or work force, for justifiable cause,the Contrac<strong>to</strong>r 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 Contrac<strong>to</strong>r and his subcontrac<strong>to</strong>rsshall abide at all times by all labor laws, including child labor relatedenactments, and other relevant rules.6.8. The Contrac<strong>to</strong>r shall submit <strong>to</strong> the Procuring Entity for consent thename and particulars <strong>of</strong> the person authorized <strong>to</strong> receive instructionson behalf <strong>of</strong> the Contrac<strong>to</strong>r.6.9. The Contrac<strong>to</strong>r shall cooperate and share the Site with othercontrac<strong>to</strong>rs, public authorities, utilities, and the Procuring Entitybetween the dates given in the schedule <strong>of</strong> other contrac<strong>to</strong>rsparticularly when they shall require access <strong>to</strong> the Site. The Contrac<strong>to</strong>rshall also provide facilities and services for them during this period.The Procuring Entity may modify the schedule <strong>of</strong> other contrac<strong>to</strong>rs,and shall notify the Contrac<strong>to</strong>r <strong>of</strong> any such modification there<strong>to</strong>.<strong>Clark</strong> Development Corporation47Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


6.10. Should anything <strong>of</strong> his<strong>to</strong>rical 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 Contrac<strong>to</strong>r 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 Contrac<strong>to</strong>r shall provide all the necessary equipment, personnel,instruments, documents and others <strong>to</strong> 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 Contrac<strong>to</strong>r 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 Contrac<strong>to</strong>r 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 <strong>to</strong> the Contrac<strong>to</strong>r after the issuance <strong>of</strong> the Certificate <strong>of</strong> FinalAcceptance subject <strong>to</strong> the following conditions:(a)(b)(c)There are no pending claims against the Contrac<strong>to</strong>r or thesurety <strong>com</strong>pany filed by the Procuring Entity;The Contrac<strong>to</strong>r has no pending claims for labor and materialsfiled against it; andOther terms specified in the SCC.7.5. The Contrac<strong>to</strong>r shall post an additional performance security followingthe amount and form specified in ITB Clause 32.2. <strong>to</strong> 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 <strong>to</strong> order or changeorders, extra work orders and supplemental agreements, as the casemay be. The Contrac<strong>to</strong>r shall cause the extension <strong>of</strong> the validity <strong>of</strong> theperformance security <strong>to</strong> cover approved contract time extensions.7.6. In case <strong>of</strong> a reduction in the contract value or for partially <strong>com</strong>pletedWorks 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 proportional<strong>Clark</strong> Development Corporation48Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


eduction 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 Contrac<strong>to</strong>r, by enteringin<strong>to</strong> the Contract with the Procuring Entity, acknowledges the right <strong>of</strong>the Procuring Entity <strong>to</strong> institute action pursuant <strong>to</strong> Act 3688 againstany subcontrac<strong>to</strong>r be they an individual, firm, partnership, corporation,or association supplying the Contrac<strong>to</strong>r with labor, materials and/orequipment for the performance <strong>of</strong> this Contract.8. Subcontracting8.1. Unless otherwise indicated in the SCC, the Contrac<strong>to</strong>r 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 theContrac<strong>to</strong>r <strong>of</strong> any liability or obligation under this Contract. TheContrac<strong>to</strong>r will be responsible for the acts, defaults, and negligence <strong>of</strong>any subcontrac<strong>to</strong>r, its agents, servants or workmen as fully as if thesewere the Contrac<strong>to</strong>r’s own acts, defaults, or negligence, or those <strong>of</strong> itsagents, servants or workmen.8.3. Subcontrac<strong>to</strong>rs disclosed and identified during the bidding may bechanged during the implementation <strong>of</strong> this Contract, subject <strong>to</strong><strong>com</strong>pliance with the required qualifications and the approval <strong>of</strong> theProcuring Entity.9. Liquidated Damages9.1. The Contrac<strong>to</strong>r shall pay liquidated damages <strong>to</strong> 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 <strong>to</strong>tal 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 <strong>to</strong>the Contrac<strong>to</strong>r. Payment <strong>of</strong> liquidated damages shall not affect theContrac<strong>to</strong>r. Once the cumulative amount <strong>of</strong> liquidated damagesreaches ten percent (10%) <strong>of</strong> the amount <strong>of</strong> this Contract, theProcuring Entity shall rescind this Contract, without prejudice <strong>to</strong> othercourses <strong>of</strong> action and remedies open <strong>to</strong> 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 Contrac<strong>to</strong>r by adjusting the<strong>Clark</strong> Development Corporation49Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


next payment certificate. The Contrac<strong>to</strong>r shall be paid interest on theoverpayment, calculated from the date <strong>of</strong> payment <strong>to</strong> the date <strong>of</strong>repayment, at the rates specified in GCC Clause 40.1.10. Site Investigation ReportsThe Contrac<strong>to</strong>r, in preparing the Bid, shall rely on any Site InvestigationReports referred <strong>to</strong> in the SCC supplemented by any information obtained bythe Contrac<strong>to</strong>r.11. The Procuring Entity, Licenses and PermitsThe Procuring Entity shall, if requested by the Contrac<strong>to</strong>r, assist him inapplying for permits, licenses or approvals, which are required for the Works.12. Contrac<strong>to</strong>r’s Risk and Warranty Security12.1. The Contrac<strong>to</strong>r shall assume full responsibility for the Works from thetime project construction <strong>com</strong>menced up <strong>to</strong> 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 Contrac<strong>to</strong>r 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 <strong>to</strong>be affected by his construction work.12.2. The defects liability period for infrastructure projects shall be one (1)year from project <strong>com</strong>pletion up <strong>to</strong> final acceptance by the ProcuringEntity. During this period, the Contrac<strong>to</strong>r shall undertake the repairworks, at his own expense, <strong>of</strong> any damage <strong>to</strong> 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 <strong>to</strong> undertakerepair. In case <strong>of</strong> failure or refusal <strong>to</strong> <strong>com</strong>ply with this mandate, theProcuring Entity shall undertake such repair works and shall be entitled<strong>to</strong> full reimbursement <strong>of</strong> expenses incurred therein upon demand.12.3. Unless otherwise indicated in the SCC, in case the Contrac<strong>to</strong>r fails <strong>to</strong><strong>com</strong>ply with the preceding paragra<strong>ph</strong>, the Procuring Entity shall forfeitits performance security, subject its property (ies) <strong>to</strong> attachment orgarnishment proceedings, and perpetually disqualify it fromparticipating in any public bidding. All payables <strong>of</strong> the GOP in his favorshall be <strong>of</strong>fset <strong>to</strong> recover the costs.12.4. After final acceptance <strong>of</strong> the Works by the Procuring Entity, theContrac<strong>to</strong>r 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 <strong>to</strong> structural failure <strong>of</strong> the <strong>com</strong>pletedelements or structure, or “Structural Failures”, i.e., where one or more<strong>Clark</strong> Development Corporation50Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


key 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)Contrac<strong>to</strong>r – Where Structural Defects/Failures arise due t<strong>of</strong>aults attributable <strong>to</strong> improper construction, use <strong>of</strong> inferiorquality/substandard materials, and any violation <strong>of</strong> the contractplans and specifications, the contrac<strong>to</strong>r 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 under<strong>to</strong>ok 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 <strong>to</strong> his/their willful intervention inaltering the designs and other specifications; negligence oromission in not approving or acting on proposed changes <strong>to</strong>noted 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 warranty<strong>to</strong> such structure should be levied <strong>to</strong> third parties for theirconstruction or res<strong>to</strong>ration works.Users - In cases where Structural Defects/Failures are due <strong>to</strong>abuse/misuse by the end user <strong>of</strong> the constructed facility and/ornon–<strong>com</strong>pliance by a user with the technical design limitsand/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.<strong>Clark</strong> Development Corporation51Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


12.6. The Contrac<strong>to</strong>r shall be required <strong>to</strong> 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 <strong>com</strong>pany 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 res<strong>to</strong>ration or reconstruction works andshall be entitled <strong>to</strong> full reimbursement by the parties found <strong>to</strong> be liablefor expenses incurred therein upon demand, without prejudice <strong>to</strong> thefiling <strong>of</strong> appropriate administrative, civil, and/or criminal chargesagainst 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 Contrac<strong>to</strong>rSubject <strong>to</strong> additional provisions, if any, set forth in the SCC, the Contrac<strong>to</strong>r’sliability under this Contract shall be as provided by the laws <strong>of</strong> the Republic <strong>of</strong>the Philippines.<strong>Clark</strong> Development Corporation52Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


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 <strong>to</strong>property (excluding the Works, Plant, Materials, andEquipment), which are due <strong>to</strong>:(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> statu<strong>to</strong>ry duty, or interference withany legal right by the Procuring Entity or by any personemployed by or contracted <strong>to</strong> him except the Contrac<strong>to</strong>r.(b)The risk <strong>of</strong> damage <strong>to</strong> the Works, Plant, Materials, andEquipment <strong>to</strong> the extent that it is due <strong>to</strong> a fault <strong>of</strong> the ProcuringEntity or in the Procuring Entity’s design, or due <strong>to</strong> war orradioactive contamination directly affecting the country wherethe Works are <strong>to</strong> be executed.15. Insurance15.1. The Contrac<strong>to</strong>r 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)(d)Contrac<strong>to</strong>r’s All Risk Insurance;Transportation <strong>to</strong> the project Site <strong>of</strong> Equipment, Machinery, andSupplies owned by the Contrac<strong>to</strong>r;Personal injury or death <strong>of</strong> Contrac<strong>to</strong>r’s employees; andComprehensive insurance for third party liability <strong>to</strong> Contrac<strong>to</strong>r’sdirect or indirect act or omission causing damage <strong>to</strong> thirdpersons.15.2. The Contrac<strong>to</strong>r shall provide evidence <strong>to</strong> 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 <strong>to</strong> the Procuring Entity’s Representative. Suchevidence and such policies shall be provided <strong>to</strong> the Procuring Entity’sthrough the Procuring Entity’s Representative.15.3. The Contrac<strong>to</strong>r shall notify the insurers <strong>of</strong> changes in the nature,extent, or program for the execution <strong>of</strong> the Works and ensure the<strong>Clark</strong> Development Corporation53Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


adequacy <strong>of</strong> the insurances at all times in accordance with the terms <strong>of</strong>this Contract and shall produce <strong>to</strong> 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 <strong>com</strong>pany approved by the Procuring Entity’s Representative.15.4. If the Contrac<strong>to</strong>r fails <strong>to</strong> obtain and keep in force the insurancesreferred <strong>to</strong> herein or any other insurance which he may be required <strong>to</strong>obtain 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 <strong>to</strong> time, theProcuring Entity may deduct the amount it shall pay for said premiumsincluding twenty five percent (25%) therein from any monies due, orwhich may be<strong>com</strong>e due, <strong>to</strong> the Contrac<strong>to</strong>r, without prejudice <strong>to</strong> theProcuring Entity exercising its right <strong>to</strong> impose other sanctions againstthe Contrac<strong>to</strong>r pursuant <strong>to</strong> the provisions <strong>of</strong> this Contract.15.5. In the event the Contrac<strong>to</strong>r fails <strong>to</strong> observe the above safeguards, theProcuring Entity may, at the Contrac<strong>to</strong>r’s expense, take whatevermeasure is deemed necessary for its protection and that <strong>of</strong> theContrac<strong>to</strong>r’s personnel and third parties, and/or order the interruption<strong>of</strong> dangerous Works. In addition, the Procuring Entity may refuse <strong>to</strong>make the payments under GCC Clause 40 until the Contrac<strong>to</strong>r <strong>com</strong>plieswith this Clause.15.6. The Contrac<strong>to</strong>r 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 <strong>com</strong>panyacceptable <strong>to</strong> the Procuring Entity for any <strong>of</strong> the following grounds:(a)The issuer <strong>of</strong> the insurance policy <strong>to</strong> be replaced has:(i)(ii)(iii)(iv)(v)be<strong>com</strong>e bankrupt;been placed under receivership or under a management<strong>com</strong>mittee;been sued for suspension <strong>of</strong> payment; orbeen suspended by the Insurance Commission and itslicense <strong>to</strong> engage in business or its authority <strong>to</strong> issueinsurance policies cancelled; orWhere reasonable grounds exist that the insurer may notbe able, fully and promptly, <strong>to</strong> fulfill its obligation underthe insurance policy.<strong>Clark</strong> Development Corporation54Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


16. Termination for Default <strong>of</strong> Contrac<strong>to</strong>r16.1. The Procuring Entity shall terminate this Contract for default when any<strong>of</strong> the following conditions attend its implementation:16.2. Due <strong>to</strong> the Contrac<strong>to</strong>r’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 Contrac<strong>to</strong>r <strong>to</strong>improve his performance;16.3. Due <strong>to</strong> its own fault and after this Contract time has expired, theContrac<strong>to</strong>r incurs delay in the <strong>com</strong>pletion <strong>of</strong> the Work after thisContract has expired; or16.4. The Contrac<strong>to</strong>r:(a)(b)(c)(d)(e)abandons the contract Works, refuses or fails <strong>to</strong> <strong>com</strong>ply with avalid instruction <strong>of</strong> the Procuring Entity or fails <strong>to</strong> 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 <strong>to</strong> 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 <strong>to</strong> carry out its obligationsunder this Contract;neglects or refuses <strong>to</strong> remove materials or <strong>to</strong> 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.16.5. All materials on the Site, Plant, Equipment, and Works shall be deemed<strong>to</strong> be the property <strong>of</strong> the Procuring Entity if this Contract is rescindedbecause <strong>of</strong> the Contrac<strong>to</strong>r’s default.17. Termination for Default <strong>of</strong> Procuring Entity17.1. The Contrac<strong>to</strong>r may terminate this Contract with the Procuring Entity ifthe works are <strong>com</strong>pletely s<strong>to</strong>pped for a continuous period <strong>of</strong> at leastsixty (60) calendar days through no fault <strong>of</strong> its own, due <strong>to</strong> any <strong>of</strong> thefollowing reasons:<strong>Clark</strong> Development Corporation55Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


(a)(b)Failure <strong>of</strong> the Procuring Entity <strong>to</strong> deliver, within a reasonabletime, supplies, materials, right-<strong>of</strong>-way, or other items it isobligated <strong>to</strong> 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 <strong>to</strong>, fortui<strong>to</strong>us event(s) orchanges in law and National Government policies.18.2. The Procuring Entity or the Contrac<strong>to</strong>r 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 <strong>to</strong>, the following:(a)(b)(c)(d)The Contrac<strong>to</strong>r s<strong>to</strong>ps work for twenty eight (28) days when nos<strong>to</strong>ppage <strong>of</strong> work is shown on the current Program <strong>of</strong> Work andthe s<strong>to</strong>ppage has not been authorized by the Procuring Entity’sRepresentative;The Procuring Entity’s Representative instructs the Contrac<strong>to</strong>r <strong>to</strong>delay 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 theContrac<strong>to</strong>r is declared bankrupt or insolvent as determined withfinality by a court <strong>of</strong> <strong>com</strong>petent jurisdiction. In this event,termination will be without <strong>com</strong>pensation <strong>to</strong> the Contrac<strong>to</strong>r,provided that such termination will not prejudice or affect anyright <strong>of</strong> action or remedy which has accrued or will accruethereafter <strong>to</strong> the Procuring Entity and/or the Contrac<strong>to</strong>r. In thecase <strong>of</strong> the Contrac<strong>to</strong>r's insolvency, any Contrac<strong>to</strong>r's Equipmentwhich the Procuring Entity instructs in the notice is <strong>to</strong> be useduntil the <strong>com</strong>pletion <strong>of</strong> the Works;A payment certified by the Procuring Entity’s Representative isnot paid by the Procuring Entity <strong>to</strong> the Contrac<strong>to</strong>r within eighty<strong>Clark</strong> Development Corporation56Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


four (84) days from the date <strong>of</strong> the Procuring Entity’sRepresentative’s certificate;(e)(f)(g)(h)The Procuring Entity’s Representative gives Notice that failure <strong>to</strong>correct a particular Defect is a fundamental breach <strong>of</strong> Contractand the Contrac<strong>to</strong>r fails <strong>to</strong> correct it within a reasonable period<strong>of</strong> time determined by the Procuring Entity’s Representative;The Contrac<strong>to</strong>r does not maintain a Security, which is required;The Contrac<strong>to</strong>r has delayed the <strong>com</strong>pletion <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 Contrac<strong>to</strong>r has engaged, before or during theimplementation <strong>of</strong> the contract, in unlawful deeds and behaviorsrelative <strong>to</strong> contract acquisition and implementation, such as, butnot limited <strong>to</strong>, 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 <strong>to</strong> rules <strong>of</strong> science or thetrade; andAny other act analogous <strong>to</strong> the foregoing.18.4. The Funding Source or the Procuring Entity, as appropriate, will seek <strong>to</strong>impose the maximum civil, administrative and/or criminal penaltiesavailable under the applicable law on individuals and organizationsdeemed <strong>to</strong> be involved with corrupt, fraudulent, or coercive practices.18.5. When persons from either party <strong>to</strong> this Contract gives notice <strong>of</strong> afundamental breach <strong>to</strong> the Procuring Entity’s Representative in order<strong>to</strong> 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 Contrac<strong>to</strong>r shall s<strong>to</strong>p workimmediately, make the Site safe and secure, and leave the Site as soonas reasonably possible.<strong>Clark</strong> Development Corporation57Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


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 re<strong>com</strong>mendation by the Procuring Entity, the Head <strong>of</strong> theProcuring Entity shall terminate this Contract only by a writtennotice <strong>to</strong> the Contrac<strong>to</strong>r 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 <strong>to</strong> the Contrac<strong>to</strong>r <strong>to</strong> show cause as <strong>to</strong> whythis Contract should not be terminated; andSpecial instructions <strong>of</strong> the Procuring Entity, if any.The Notice <strong>to</strong> Terminate shall be ac<strong>com</strong>panied by a copy <strong>of</strong> theVerified Report;(c)(d)(e)Within a period <strong>of</strong> seven (7) calendar days from receipt <strong>of</strong> theNotice <strong>of</strong> Termination, the Contrac<strong>to</strong>r shall submit <strong>to</strong> the Head<strong>of</strong> the Procuring Entity a verified position paper stating why thecontract should not be terminated. If the Contrac<strong>to</strong>r fails <strong>to</strong>show cause after the lapse <strong>of</strong> the seven (7) day period, eitherby inaction or by default, the Head <strong>of</strong> the Procuring Entity shallissue an order terminating the contract;The Procuring Entity may, at anytime before receipt <strong>of</strong> theBidder’s verified position paper <strong>to</strong> withdraw the Notice <strong>to</strong>Terminate if it is determined that certain items or works subject<strong>of</strong> the notice had been <strong>com</strong>pleted, delivered, or performedbefore the Contrac<strong>to</strong>r’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 <strong>to</strong> terminate this Contract. It<strong>Clark</strong> Development Corporation58Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


shall serve a written notice <strong>to</strong> the Contrac<strong>to</strong>r <strong>of</strong> its decision and,unless otherwise provided in the said notice, this Contract isdeemed terminated from receipt <strong>of</strong> the Contrac<strong>to</strong>r <strong>of</strong> the notice<strong>of</strong> decision. The termination shall only be based on theground(s) stated in the Notice <strong>to</strong> Terminate; and(f)The Head <strong>of</strong> the Procuring Entity may create a ContractTermination Review Committee (CTRC) <strong>to</strong> assist him in thedischarge <strong>of</strong> this function. All decisions re<strong>com</strong>mended by theCTRC shall be subject <strong>to</strong> the approval <strong>of</strong> the Head <strong>of</strong> theProcuring Entity.19.2. Pursuant <strong>to</strong> Section 69(f) <strong>of</strong> RA 9184 and without prejudice <strong>to</strong> 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 oncontrac<strong>to</strong>rs 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 <strong>com</strong>mitted during the contract implementationstage, which include but not limited <strong>to</strong> the following:(a)(b)Failure <strong>of</strong> the contrac<strong>to</strong>r, due solely <strong>to</strong> his fault or negligence, <strong>to</strong>mobilize and start work or performance within the specifiedperiod in the Notice <strong>to</strong> Proceed (“NTP”);Failure by the contrac<strong>to</strong>r <strong>to</strong> fully and faithfully <strong>com</strong>ply with itscontractual obligations without valid cause, or failure by thecontrac<strong>to</strong>r <strong>to</strong> <strong>com</strong>ply with any written lawful instruction <strong>of</strong> theprocuring entity or its representative(s) pursuant <strong>to</strong> theimplementation <strong>of</strong> the contract. For the procurement <strong>of</strong>infrastructure projects or consultancy contracts, lawfulinstructions include but are not limited <strong>to</strong> the following:(i) Employment <strong>of</strong> <strong>com</strong>petent technical personnel,<strong>com</strong>petent engineers and/or work supervisors;(ii)(iii)Provision <strong>of</strong> warning signs and barricades in accordancewith approved plans and specifications and contractprovisions;S<strong>to</strong>ckpiling 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;<strong>Clark</strong> Development Corporation59Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


(iv)(v)Deployment <strong>of</strong> <strong>com</strong>mitted 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 contrac<strong>to</strong>r or unsatisfac<strong>to</strong>ry qualityand/or progress <strong>of</strong> work arising from his fault or negligence asreflected in the Construc<strong>to</strong>r's Performance Evaluation System(“CPES”) rating sheet. In the absence <strong>of</strong> the CPES rating sheet,the existing performance moni<strong>to</strong>ring system <strong>of</strong> the procuringentity shall be applied. Any <strong>of</strong> the following acts by theconstruc<strong>to</strong>r 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 <strong>to</strong> the fault or negligence<strong>of</strong> the contrac<strong>to</strong>r; andQuality <strong>of</strong> materials and workmanship not <strong>com</strong>plying withthe approved specifications arising from the contrac<strong>to</strong>r'sfault or negligence.(e)Willful or deliberate abandonment or non-performance <strong>of</strong> theproject or contract by the contrac<strong>to</strong>r resulting <strong>to</strong> substantialbreach there<strong>of</strong> without lawful and/or just cause.In addition <strong>to</strong> the penalty <strong>of</strong> suspension, the performance securityposted by the contrac<strong>to</strong>r shall also be forfeited.20. Force Majeure, Release from Performance20.1. For purposes <strong>of</strong> this Contract the terms “force majeure” and “fortui<strong>to</strong>usevent” may be used interchangeably. In this regard, a fortui<strong>to</strong>us even<strong>to</strong>r force majeure shall be interpreted <strong>to</strong> mean an event which theContrac<strong>to</strong>r 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 Contrac<strong>to</strong>r.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 theContrac<strong>to</strong>r, the Procuring Entity’s Representative shall certify that thisContract has been discontinued. The Contrac<strong>to</strong>r shall make the Site<strong>Clark</strong> Development Corporation60Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


safe and s<strong>to</strong>p 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 <strong>to</strong> which a <strong>com</strong>mitment 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 Contrac<strong>to</strong>r shall be entitled <strong>to</strong> 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 <strong>to</strong> the Site, adjusted by thefollowing:(a)(b)(c)any sum <strong>to</strong> which the Contrac<strong>to</strong>r is entitled under GCC Clause28;the cost <strong>of</strong> his suspension and demobilization;Any sum <strong>to</strong> 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 <strong>to</strong>resolve amicably such dispute or difference by mutual consultation.21.2. If the Contrac<strong>to</strong>r believes that a decision taken by the PROCURINGEntity’s Representative was either outside the authority given <strong>to</strong> thePROCURING Entity’s Representative by this Contract or that thedecision was wrongly taken, the decision shall be referred <strong>to</strong> 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 <strong>to</strong> arbitrationin the Philippines according <strong>to</strong> 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 <strong>com</strong>petence <strong>of</strong>the Construction Industry Arbitration Commission <strong>to</strong> resolve shall bereferred there<strong>to</strong>. The process <strong>of</strong> arbitration shall be incorporated as aprovision in this Contract that will be executed pursuant <strong>to</strong> theprovisions <strong>of</strong> the Act and its IRR: Provided, further, That, by mutual<strong>Clark</strong> Development Corporation61Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


agreement, the parties may agree in writing <strong>to</strong> resort <strong>to</strong> 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 <strong>to</strong> the Procuring Entity, from which part <strong>of</strong> the payments <strong>to</strong> theContrac<strong>to</strong>r are being made:(a)(b)The Procuring Entity is obligated <strong>to</strong> notify the Contrac<strong>to</strong>r <strong>of</strong> suchsuspension within seven (7) days <strong>of</strong> having received the suspensionnotice.If the Contrac<strong>to</strong>r has not received sums due it for work already donewithin forty five (45) days from the time the Contrac<strong>to</strong>r’s claim forpayment has been certified by the Procuring Entity’s Representative,the Contrac<strong>to</strong>r 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 Contrac<strong>to</strong>r in the role representing the Procuring Entity’s23.2. The Procuring Entity’s Representative may delegate any <strong>of</strong> his dutiesand responsibilities <strong>to</strong> other people except <strong>to</strong> the Arbiter, afternotifying the Contrac<strong>to</strong>r, and may cancel any delegation after notifyingthe Contrac<strong>to</strong>r.24. Approval <strong>of</strong> Drawings and Temporary Works by the ProcuringEntity’s Representative24.1. All Drawings prepared by the Contrac<strong>to</strong>r for the execution <strong>of</strong> theTemporary Works, are subject <strong>to</strong> prior approval by the ProcuringEntity’s Representative before its use.24.2. The Contrac<strong>to</strong>r shall be responsible for design <strong>of</strong> Temporary Works.24.3. The Procuring Entity’s Representative’s approval shall not alter theContrac<strong>to</strong>r’s responsibility for design <strong>of</strong> the Temporary Works.24.4. The Contrac<strong>to</strong>r shall obtain approval <strong>of</strong> third parties <strong>to</strong> the design <strong>of</strong>the Temporary Works, when required by the Procuring Entity.<strong>Clark</strong> Development Corporation62Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


25. Acceleration and Delays Ordered by the Procuring Entity’sRepresentative25.1. When the Procuring Entity wants the Contrac<strong>to</strong>r <strong>to</strong> finish before theIntended Completion Date, the Procuring Entity’s Representative willobtain priced proposals for achieving the necessary acceleration fromthe Contrac<strong>to</strong>r. If the Procuring Entity accepts these proposals, theIntended Completion Date will be adjusted accordingly and confirmedby both the Procuring Entity and the Contrac<strong>to</strong>r.25.2. If the Contrac<strong>to</strong>r’s Financial Proposals for acceleration are accepted bythe Procuring Entity, they are incorporated in the Contract Price andtreated as a Variation.26. <strong>Extension</strong> <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 <strong>to</strong> be achieved by the Contrac<strong>to</strong>rwithout taking steps <strong>to</strong> accelerate the remaining work, which wouldcause the Contrac<strong>to</strong>r <strong>to</strong> 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 <strong>to</strong> extend the Intended Completion Date within twenty one (21)days <strong>of</strong> the Contrac<strong>to</strong>r asking the Procuring Entity’s Representative fora decision there<strong>to</strong> after fully submitting all supporting information. Ifthe Contrac<strong>to</strong>r has failed <strong>to</strong> give early warning <strong>of</strong> a delay or has failed<strong>to</strong> cooperate in dealing with a delay, the delay by this failure shall notbe considered in assessing the new Intended Completion Date.27. Right <strong>to</strong> Vary27.1. The Procuring Entity’s Representative with the prior approval <strong>of</strong> theProcuring Entity may instruct Variations, up <strong>to</strong> 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)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 which<strong>Clark</strong> Development Corporation63Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


(d)At appropriate new rates, equal <strong>to</strong> or lower than currentindustry rates and <strong>to</strong> be agreed upon by both parties andapproved by the Head <strong>of</strong> the Procuring Entity.28. Contrac<strong>to</strong>rs Right <strong>to</strong> ClaimIf the Contrac<strong>to</strong>r incurs cost as a result <strong>of</strong> any <strong>of</strong> the events under GCCClause 13, the Contrac<strong>to</strong>r shall be entitled <strong>to</strong> the amount <strong>of</strong> such cost. If as aresult <strong>of</strong> any <strong>of</strong> the said events, it is necessary <strong>to</strong> change the Works, this shallbe dealt with as a Variation.29. Day works29.1. Subject <strong>to</strong> GCC Clause 43 on Variation Order, and if applicable asindicated in the SCC, the Day works rates in the Contrac<strong>to</strong>r’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 <strong>to</strong> be paid for in that way.29.2. All work <strong>to</strong> be paid for as Day works shall be recorded by theContrac<strong>to</strong>r on forms approved by the Procuring Entity’s Representative.Each <strong>com</strong>pleted form shall be verified and signed by the ProcuringEntity’s Representative within two days <strong>of</strong> the work being done.29.3. The Contrac<strong>to</strong>r shall be paid for Day works subject <strong>to</strong> obtaining signedDay works forms.30. Early Warning30.1. The Contrac<strong>to</strong>r 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’sRepresentative may require the Contrac<strong>to</strong>r <strong>to</strong> 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 theContrac<strong>to</strong>r as soon as reasonably possible.30.2. The Contrac<strong>to</strong>r 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 Contrac<strong>to</strong>r shall submit <strong>to</strong> theProcuring Entity’s Representative for approval a Program <strong>of</strong> Work<strong>Clark</strong> Development Corporation64Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


showing 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 <strong>to</strong> thesequence <strong>of</strong> the activities.31.3. The Contrac<strong>to</strong>r shall submit <strong>to</strong> 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 Contrac<strong>to</strong>r 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 <strong>to</strong> 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 Contrac<strong>to</strong>r’s obligations. The Contrac<strong>to</strong>r mayrevise the Program <strong>of</strong> Work and submit it <strong>to</strong> 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 Contrac<strong>to</strong>r 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 Contrac<strong>to</strong>r.32. Management Conferences32.1. Either the Procuring Entity’s Representative or the Contrac<strong>to</strong>r mayrequire the other <strong>to</strong> 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 <strong>to</strong> thoseattending the Conference and <strong>to</strong> the Procuring Entity. Theresponsibility <strong>of</strong> the parties for actions <strong>to</strong> be taken shall be decided bythe PROCURING Entity’s Representative either at the ManagementConference or after the Management Conference and stated in writing<strong>to</strong> all who attended the Conference.<strong>Clark</strong> Development Corporation65Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


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 <strong>com</strong>missioning <strong>of</strong> work <strong>to</strong> be done by theContrac<strong>to</strong>r.33.2. The Bill <strong>of</strong> Quantities is used <strong>to</strong> calculate the Contract Price. TheContrac<strong>to</strong>r 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 <strong>to</strong> allow for the changes subject <strong>to</strong> applicable laws, rules,and regulations.33.4. If requested by the Procuring Entity’s Representative, the Contrac<strong>to</strong>rshall 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 <strong>to</strong> examine, inspect, measure andtest the materials and workmanship, and <strong>to</strong> check the progress <strong>of</strong> theconstruction.34.2. If the Procuring Entity’s Representative instructs the Contrac<strong>to</strong>r <strong>to</strong>carry out a test not specified in the Specification <strong>to</strong> check whether anywork has a defect and the test shows that it does, the Contrac<strong>to</strong>r shallpay for the test and any samples. If there is no defect, the test shallbe a Compensation Event.34.3. The Contrac<strong>to</strong>r shall permit the Funding Source named in the SCC <strong>to</strong>inspect the Contrac<strong>to</strong>r’s accounts and records relating <strong>to</strong> theperformance <strong>of</strong> the Contrac<strong>to</strong>r and <strong>to</strong> have them audited by audi<strong>to</strong>rsappointed by the Funding Source, if so required by the FundingSource.35. Identifying DefectsThe Procuring Entity’s Representative shall check the Contrac<strong>to</strong>r’s work andnotify the Contrac<strong>to</strong>r <strong>of</strong> any defects that are found. Such checking shall notaffect the Contrac<strong>to</strong>r’s responsibilities. The Procuring Entity’s Representativemay instruct the Contrac<strong>to</strong>r <strong>to</strong> search uncover defects and test any work that<strong>Clark</strong> Development Corporation66Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


the Procuring Entity’s Representative considers below standards anddefective.36. Cost <strong>of</strong> RepairsLoss or damage <strong>to</strong> the Works or Materials <strong>to</strong> be incorporated in the Worksbetween the Start Date and the end <strong>of</strong> the Defects Liability Periods shall beremedied by the Contrac<strong>to</strong>r at the Contrac<strong>to</strong>r’s cost if the loss or damagearises from the Contrac<strong>to</strong>r’s acts or omissions.37. Correction <strong>of</strong> Defects37.1. The Procuring Entity’s Representative shall give notice <strong>to</strong> theContrac<strong>to</strong>r <strong>of</strong> any defects before the end <strong>of</strong> the Defects Liability Period,which is One (1) year from project <strong>com</strong>pletion up <strong>to</strong> final acceptanceby the Procuring Entity’s.37.2. Every time notice <strong>of</strong> a defect is given, the Contrac<strong>to</strong>r shall correct thenotified defect within the length <strong>of</strong> time specified in the ProcuringEntity’s Representative’s notice.37.3. The Contrac<strong>to</strong>r 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 Contrac<strong>to</strong>r <strong>to</strong> submit a quotation for thecorresponding reduction in the Contract Price. If the Procuring Entityaccepts the quotation, the corresponding change in the SCC is aVariation.38. Uncorrected Defects38.1. The Procuring Entity shall give the Contrac<strong>to</strong>r at least fourteen (14)days notice <strong>of</strong> his intention <strong>to</strong> use a third party <strong>to</strong> correct a Defect. Ifthe Contrac<strong>to</strong>r 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 <strong>to</strong> correct defects that are uncorrected by theContrac<strong>to</strong>r will in no way relieve the Contrac<strong>to</strong>r <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 contrac<strong>to</strong>rwhich shall be submitted as a contract document, make an advancepayment <strong>to</strong> the contrac<strong>to</strong>r in an amount not exceeding fifteen percent<strong>Clark</strong> Development Corporation67Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


(15%) <strong>of</strong> the <strong>to</strong>tal contract price, <strong>to</strong> be made in lump sum or, at themost two, installments according <strong>to</strong> a schedule specified in the SCC.39.2. The advance payment shall be made only upon the submission <strong>to</strong> andacceptance by the Procuring Entity <strong>of</strong> an irrevocable standby letter <strong>of</strong>credit <strong>of</strong> equivalent value from a <strong>com</strong>mercial bank, a bank guaranteeor a surety bond callable upon demand, issued by a surety orinsurance <strong>com</strong>pany duly licensed by the Insurance Commission andconfirmed by the Procuring Entity.39.3. The advance payment shall be repaid by the Contrac<strong>to</strong>r by an amountequal <strong>to</strong> the percentage <strong>of</strong> the <strong>to</strong>tal contract price used for theadvance payment.39.4. The contrac<strong>to</strong>r 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 <strong>to</strong> themaximum amount stated in SCC Clause 39.1.40. Progress Payments40.1. The Contrac<strong>to</strong>r may submit a request for payment for Workac<strong>com</strong>plished. 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 <strong>com</strong>pletely put in place shall not be included forpayment.40.2. The Procuring Entity shall deduct the following from the certified grossamounts <strong>to</strong> be paid <strong>to</strong> the contrac<strong>to</strong>r 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 <strong>to</strong> be recouped for the month.Retention money in accordance with the condition <strong>of</strong> contract.Amount <strong>to</strong> cover third party liabilities.Amount <strong>to</strong> 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 theContrac<strong>to</strong>r the amounts certified by the Procuring Entity’sRepresentative within twenty eight (28) days from the date each<strong>Clark</strong> Development Corporation68Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


certificate 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 <strong>to</strong> theContrac<strong>to</strong>r provided that at least twenty percent (20%) <strong>of</strong> the workhas been ac<strong>com</strong>plished 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 Contrac<strong>to</strong>r shall submit <strong>to</strong> 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 Contrac<strong>to</strong>r’smonthly statement and certify the amount <strong>to</strong> be paid <strong>to</strong> the Contrac<strong>to</strong>r.41.3. The value <strong>of</strong> Work executed shall:(a)(b)(c)be determined by the Procuring Entity’s Representative;<strong>com</strong>prise the value <strong>of</strong> the quantities <strong>of</strong> the items in the Bill <strong>of</strong>Quantities <strong>com</strong>pleted; andInclude 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 <strong>to</strong> theContrac<strong>to</strong>r an amount equal <strong>to</strong> a percentage there<strong>of</strong> using the rate asspecified in ITB Sub-Clause 42.2.42.2. Progress payments are subject <strong>to</strong> retention <strong>of</strong> ten percent (10%),referred <strong>to</strong> as the “retention money.” Such retention shall be based onthe <strong>to</strong>tal amount due <strong>to</strong> the Contrac<strong>to</strong>r prior <strong>to</strong> 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, are<strong>com</strong>pleted. If, after fifty percent (50%) <strong>com</strong>pletion, the Work issatisfac<strong>to</strong>rily done and on schedule, no additional retention shall bemade; otherwise, the ten percent (10%) retention shall again beimposed using the rate specified therefore.<strong>Clark</strong> Development Corporation69Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


42.3. The <strong>to</strong>tal “retention money” shall be due for release upon finalacceptance <strong>of</strong> the Works. The Contrac<strong>to</strong>r may, however, request thesubstitution <strong>of</strong> the retention money for each progress billing withirrevocable standby letters <strong>of</strong> credit from a <strong>com</strong>mercial bank, bankguarantees or surety bonds callable on demand, <strong>of</strong> amounts equivalent<strong>to</strong> the retention money substituted for and acceptable <strong>to</strong> the ProcuringEntity, provided that the project is on schedule and is satisfac<strong>to</strong>rilyundertaken. Otherwise, the ten (10%) percent retention shall bemade. Said irrevocable standby letters <strong>of</strong> credit, bank guaranteesand/or surety bonds, <strong>to</strong> be posted in favor <strong>of</strong> the Government shall bevalid for a duration <strong>to</strong> 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., <strong>to</strong> coveruncorrected discovered defects and third party liabilities.42.4. On <strong>com</strong>pletion <strong>of</strong> the whole Works, the Contrac<strong>to</strong>r may substituteretention money with an “on demand” Bank guarantee in a formacceptable <strong>to</strong> the Procuring Entity.43. Variation Orders43.1. Variation Orders may be issued by the Procuring Entity <strong>to</strong> 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 <strong>to</strong> change <strong>of</strong> plans, design or alignment<strong>to</strong> 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 theContrac<strong>to</strong>r 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 <strong>to</strong> ac<strong>com</strong>modate 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 <strong>to</strong> 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 <strong>to</strong>cover the introduction <strong>of</strong> new work necessary for the <strong>com</strong>pletion,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 <strong>ph</strong>ysical conditions at the site differing materiallyfrom those indicated in the contract, or where there are duly unknown<strong>ph</strong>ysical conditions at the site <strong>of</strong> an unusual nature differing materially<strong>Clark</strong> Development Corporation70Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


from 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 <strong>to</strong> be bid out if the works are separablefrom the original contract. In exceptional cases where it is urgentlynecessary <strong>to</strong> <strong>com</strong>plete 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 <strong>to</strong> the guidelines <strong>to</strong> 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 <strong>to</strong> consider theVariation Order beyond ten percent (10%).43.5. In claiming for any Variation Order, the Contrac<strong>to</strong>r shall, within seven(7) calendar days after such work has been <strong>com</strong>menced or after thecircumstances leading <strong>to</strong> such condition(s) leading <strong>to</strong> the extra cost,and within twenty-eight (28) calendar days deliver a written<strong>com</strong>munication giving full and detailed particulars <strong>of</strong> any extra cost inorder that it may be investigated at that time. Failure <strong>to</strong> provide either<strong>of</strong> such notices in the time stipulated shall constitute a waiver by thecontrac<strong>to</strong>r for any claim. The preparation and submission <strong>of</strong> VariationOrders are as follows:(a)(b)If the Procuring Entity’s representative/Project Engineer believesthat a Change Order or Extra Work Order should be issued, heshall prepare the proposed Order ac<strong>com</strong>panied with the noticessubmitted by the Contrac<strong>to</strong>r, the plans therefore, his<strong>com</strong>putations as <strong>to</strong> 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, <strong>to</strong>gether with hisjustifications for the need <strong>of</strong> such Change Order or Extra WorkOrder, and shall submit the same <strong>to</strong> 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 <strong>to</strong> conduct an on-the-spot investigation <strong>to</strong>verify the need for the Work <strong>to</strong> be prosecuted. A report <strong>of</strong> suchverification shall be submitted directly <strong>to</strong> the Head <strong>of</strong> theProcuring Entity or his duly authorized representative.<strong>Clark</strong> Development Corporation71Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


(c)(d)(e)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 <strong>to</strong> 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 <strong>to</strong> review and evaluate Change Orders orExtra Work Orders re<strong>com</strong>mends approval there<strong>of</strong>, Head <strong>of</strong> theProcuring Entity or his duly authorized representative, believingthe Change Order or Extra Work Order <strong>to</strong> be in order, shallapprove the same.The timeframe for the processing <strong>of</strong> Variation Orders from thepreparation up <strong>to</strong> 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 ac<strong>com</strong>plishment <strong>of</strong> ninety five (95%) <strong>of</strong> the <strong>to</strong>talcontract amount, the Procuring Entity may create an inspec<strong>to</strong>rate team <strong>to</strong>make preliminary inspection and submit a punch-list <strong>to</strong> the Contrac<strong>to</strong>r inpreparation for the final turnover <strong>of</strong> the project. Said punch-list will contain,among others, the remaining Works, Work deficiencies for necessarycorrections, and the specific duration/time <strong>to</strong> fully <strong>com</strong>plete 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 <strong>to</strong> suspend the workwholly or partly by written order for such period as may be deemednecessary, due <strong>to</strong> force majeure or any fortui<strong>to</strong>us events or for failureon the part <strong>of</strong> the Contrac<strong>to</strong>r <strong>to</strong> correct bad conditions which areunsafe for workers or for the general public, <strong>to</strong> carry out valid ordersgiven by the Procuring Entity or <strong>to</strong> perform any provisions <strong>of</strong> thecontract, or due <strong>to</strong> adjustment <strong>of</strong> plans <strong>to</strong> suit field conditions as foundnecessary during construction. The Contrac<strong>to</strong>r shall immediately<strong>com</strong>ply with such order <strong>to</strong> suspend the work wholly or partly.45.2. The Contrac<strong>to</strong>r or its duly authorized representative shall have theright <strong>to</strong> 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 Contrac<strong>to</strong>r <strong>to</strong> the districtengineer/regional direc<strong>to</strong>r/consultant or equivalent <strong>of</strong>ficial, as the casemay be, due <strong>to</strong> the following:<strong>Clark</strong> Development Corporation72Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


(a)(b)(c)(d)(e)There exist right-<strong>of</strong>-way problems which prohibit the Contrac<strong>to</strong>rfrom performing work in accordance with the approvedconstruction schedule.Requisite construction plans which must be owner-furnished arenot issued <strong>to</strong> the contrac<strong>to</strong>r precluding any work called for bysuch plans.Peace and order conditions make it extremely dangerous, if notpossible, <strong>to</strong> 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) RegionalDirec<strong>to</strong>r.There is failure on the part <strong>of</strong> the Procuring Entity <strong>to</strong> delivergovernment-furnished materials and equipment as stipulated inthe contract.Delay in the payment <strong>of</strong> Contrac<strong>to</strong>r’s claim for progress billingbeyond forty-five (45) calendar days from the time theContrac<strong>to</strong>r’s claim has been certified <strong>to</strong> by the procuring entity’sauthorized representative that the documents are <strong>com</strong>pleteunless there are justifiable reasons there<strong>of</strong> which shall be<strong>com</strong>municated in writing <strong>to</strong> the Contrac<strong>to</strong>r.45.3. In case <strong>of</strong> <strong>to</strong>tal suspension, or suspension <strong>of</strong> activities along the criticalpath, which is not due <strong>to</strong> any fault <strong>of</strong> the Contrac<strong>to</strong>r, the elapsed timebetween the effective order <strong>of</strong> suspending operation and the order <strong>to</strong>resume work shall be allowed the Contrac<strong>to</strong>r 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 Contrac<strong>to</strong>r, the Procuring Entity’s Representative shallissue a certificate for the value <strong>of</strong> the work done and Materials orderedless advance payments received up <strong>to</strong> the date <strong>of</strong> the issue <strong>of</strong> thecertificate and less the percentage <strong>to</strong> apply <strong>to</strong> the value <strong>of</strong> the worknot <strong>com</strong>pleted, as indicated in the SCC. Additional Liquidated Damagesshall not apply. If the <strong>to</strong>tal amount due <strong>to</strong> the Procuring Entityexceeds any payment due <strong>to</strong> the Contrac<strong>to</strong>r, the difference shall be adebt payable <strong>to</strong> 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><strong>Clark</strong> Development Corporation73Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


emoval <strong>of</strong> Equipment, repatriation <strong>of</strong> the Contrac<strong>to</strong>r’s personnelemployed solely on the Works, and the Contrac<strong>to</strong>r’s costs <strong>of</strong> protectingand securing the Works, and less advance payments received up <strong>to</strong> 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 Contrac<strong>to</strong>r has terminated the Contract under GCC Clauses 17or18, the Procuring Entity shall promptly return the PerformanceSecurity <strong>to</strong> the Contrac<strong>to</strong>r.47. <strong>Extension</strong> <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 <strong>to</strong> fairly entitle thecontrac<strong>to</strong>r <strong>to</strong> 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 <strong>to</strong> take in<strong>to</strong> account any claim for an extension <strong>of</strong>time unless the Contrac<strong>to</strong>r has, prior <strong>to</strong> the expiration <strong>of</strong> the contracttime and within thirty (30) calendar days after such work has been<strong>com</strong>menced or after the circumstances leading <strong>to</strong> such claim havearisen, delivered <strong>to</strong> the Procuring Entity notices in order that it couldhave investigated them at that time. Failure <strong>to</strong> provide such noticeshall constitute a waiver by the Contrac<strong>to</strong>r <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 time<strong>com</strong>pleting 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 Contrac<strong>to</strong>r due <strong>to</strong>(a) ordinary unfavorable weather conditions and (b) inexcusable failureor negligence <strong>of</strong> Contrac<strong>to</strong>r <strong>to</strong> provide the required equipment,supplies or materials.47.3. <strong>Extension</strong> <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 given<strong>to</strong> 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. <strong>Extension</strong> <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 Procuring<strong>Clark</strong> Development Corporation74Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


Entity in relation <strong>to</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, and/or forequivalent period <strong>of</strong> delay due <strong>to</strong> major calamities such asexceptionally destructive ty<strong>ph</strong>oons, floods and earthquakes, andepidemics, and for causes such as non-delivery on time <strong>of</strong> materials,working drawings, or written information <strong>to</strong> be furnished by theProcuring Entity, non-acquisition <strong>of</strong> permit <strong>to</strong> enter private propertieswithin the right-<strong>of</strong>-way resulting in <strong>com</strong>plete paralyzation <strong>of</strong>construction activities, and other meri<strong>to</strong>rious 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 Contrac<strong>to</strong>r 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 <strong>to</strong> any request <strong>of</strong> the Contrac<strong>to</strong>r forextension <strong>of</strong> contract time and submitted <strong>to</strong> the Procuring Entity forconsideration 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 Contrac<strong>to</strong>r shall request the Procuring Entity’s Representative <strong>to</strong> 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 <strong>com</strong>pleted.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 Contrac<strong>to</strong>r shall supply them by the dates stated in theSCC.<strong>Clark</strong> Development Corporation75Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


51.2. If the Contrac<strong>to</strong>r 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 <strong>to</strong> theContrac<strong>to</strong>r.<strong>Clark</strong> Development Corporation76Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


Section V. Special Conditions <strong>of</strong> Contract(SCC)<strong>Clark</strong> Development Corporation77Section IV General Conditions <strong>of</strong> Contract<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


GCC ClauseSpecial Conditions <strong>of</strong> Contract1.16 The Intended Completion Date is within 90 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 <strong>to</strong> Proceed).1.21 The Procuring Entity is <strong>Clark</strong> Development Corporation Bldg. 2122 E.Quirino St. CDC Corporate Center, <strong>Clark</strong> Freeport Zone, Philippines.1.22 The Procuring Entity’s Representative isEduardo S.L. Oban Jr.Officer-In-Charge<strong>Clark</strong> Development CorporationBldg. 2122, E. Quirino Avenue, corner Carlos P. Garcia St.CDC Corporate Center, <strong>Clark</strong> Freeport Zone, Philippines 2023.Tel. No. (045)599-9000 local 902The duly alternate representative is Engr. Rene S. Arcilla1.23 The Site is located at <strong>Manunggal</strong> <strong>Street</strong>, <strong>Clark</strong> Freeport Zone, Philippines2023 and as defined in drawings.1.27 The Start Date is within seven (7) calendar days upon receipt <strong>of</strong> theNotice <strong>to</strong> Proceed.1.30The Works involves the construction <strong>of</strong> new road with drainage and<strong>Street</strong> Lights.2.2 No further instructions.5.1. The Procuring Entity shall give possession <strong>of</strong> all parts <strong>of</strong> the Site <strong>to</strong> theContrac<strong>to</strong>r upon receipt <strong>of</strong> Notice <strong>to</strong> Proceed.6.5. The Contrac<strong>to</strong>r 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>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


12.5 In case <strong>of</strong> semi-permanent structures, such as buildings <strong>of</strong> types 1, 2, and3 as classified under the National Building Code <strong>of</strong> the Philippines,concrete/as<strong>ph</strong>alt roads, concrete river control, drainage, irrigation linedcanals, river landing, deep wells, rock causeway, pedestrian overpass, andother similar semi-permanent structures: Five (5) years.13. “No additional provision.” or, if the Contrac<strong>to</strong>r is a joint venture, “Allpartners <strong>to</strong> the joint venture shall be jointly and severally liable <strong>to</strong> theProcuring Entity.”18.3 (h)(i) No further instructions.21.2. The Arbiter is:Construction Industry Arbitration Commission4F, Jupiter Building56 Jupiter <strong>Street</strong>, Bel Air Makati City29.1. Day works are applicable at the rate shown in the Contrac<strong>to</strong>r’s original Bid.31.1. The Contrac<strong>to</strong>r shall submit the Program <strong>of</strong> Work <strong>to</strong> the Procuring Entity’sRepresentative within seven (7) calendar days <strong>of</strong> delivery <strong>of</strong> the Notice <strong>to</strong>Proceed. 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 <strong>to</strong> 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 Contrac<strong>to</strong>r.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 satisfac<strong>to</strong>ry <strong>com</strong>pletion.51.2.The date by which “as built” drawings are required is within seven (7)working days upon satisfac<strong>to</strong>ry <strong>com</strong>pletion.The amount <strong>to</strong> be withheld for failing <strong>to</strong> produce “as built” drawingsand/or operating and maintenance manuals by the date required isequivalent <strong>to</strong> final collection/billing & or 10% <strong>of</strong> the final Contract Costwhichever is higher.79<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


Section VI. Technical Specifications andScope <strong>of</strong> Work80<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


PROJECT TITLELOCATION: EXTENSION OF MANUNGGAL STREET TO BAYANIHANSTREET: <strong>Clark</strong> Freeport Zone, PhilippinesSCOPE OF WORKThe construction procedures shall be done in accordance with the DPWH StandardSpecifications Volume II, 2004 Edition, and in full <strong>com</strong>pliance with the approvedplans and specifications.Pertinent notes appearing in the Contract Plans or Drawings shall also be consideredas part and parcel <strong>of</strong> the technical specifications. Such notes shall take precedenceover the General SpecificationsPart – A – FACILITIES FOR THE ENGINEERA(8) Progress Pho<strong>to</strong>gra<strong>ph</strong>sThe Contrac<strong>to</strong>r shall provide progress <strong>ph</strong>o<strong>to</strong>gra<strong>ph</strong>s taken as, when and wheredirected by the Engineer at intervals <strong>of</strong> not more than one month. The<strong>ph</strong>o<strong>to</strong>gra<strong>ph</strong>s shall be sufficient in number and location <strong>to</strong> record the exactprogress <strong>of</strong> the Works.The Contrac<strong>to</strong>r shall provide one pro<strong>of</strong> print <strong>of</strong> each <strong>ph</strong>o<strong>to</strong>gra<strong>ph</strong> taken, andthe negative and ten copies, not less than 254 mm x 203 mm and printed onglossy paper, <strong>of</strong> any <strong>of</strong> the <strong>ph</strong>o<strong>to</strong>gra<strong>ph</strong>s selected as progress <strong>ph</strong>o<strong>to</strong>gra<strong>ph</strong>s bythe Engineer.The <strong>ph</strong>o<strong>to</strong>gra<strong>ph</strong>s retained by the Engineer will be<strong>com</strong>e the property <strong>of</strong> theGovernment and the Contrac<strong>to</strong>r shall supply approved albums <strong>to</strong>ac<strong>com</strong>modate them. Two copies are <strong>to</strong> be signed by the Contrac<strong>to</strong>r, one <strong>of</strong>which will be signed by the Engineer and returned <strong>to</strong> the Contrac<strong>to</strong>r.The quantities for progress <strong>ph</strong>o<strong>to</strong>gra<strong>ph</strong>s shall be the number <strong>of</strong> <strong>ph</strong>o<strong>to</strong>gra<strong>ph</strong>sselected and provided as progress <strong>ph</strong>o<strong>to</strong>gra<strong>ph</strong>s. The unit <strong>of</strong> measure is‘each”.Part – B – OTHER GENERAL REQUIREMENTTraffic ControlThe Contrac<strong>to</strong>r shall furnish and install and maintain at all times during theduration <strong>of</strong> the Contract, at his own expense, necessary traffic signs,81<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


arricades, lights, signals and other traffic control devices and shall includeflagging and other means for guidance <strong>of</strong> traffic thru the work zone.Traffic control shall be done in accordance with prevailing government rulesand regulations and with the design details included in the Plans whereapplicable.Personal Protective Equipment and Devices (PPE)The contrac<strong>to</strong>r shall, at his own expense, furnish his workers with protectiveequipment for eyes, face, hands and feet, lifeline, safety belt/harness,protective shields and barriers whenever necessary by reason <strong>of</strong> thehazardous work process or environment, chemical or radiological or othermechanical irritants <strong>of</strong> hazards capable <strong>of</strong> causing injury or impairment in thefunction <strong>of</strong> any part <strong>of</strong> the body through absorption, inhalation or <strong>ph</strong>ysicalagent.All Personal Protective Equipment and Devices shall be in accordance with therequirement <strong>of</strong> the Occupational Safety and Health Standards (OSHS) andshould pass the test conducted and/or standards sets by the OccupationalSafety and Health Center (OSHC).Survey / Setting OutThe Contrac<strong>to</strong>r shall set out the Works in relation <strong>to</strong> survey stations, markers,reference pegs and bench marks which have been established. Greatimportance is attached <strong>to</strong> these stations and the Contrac<strong>to</strong>r shall safeguardand protect them from harm or loss at all times until <strong>com</strong>pletion <strong>of</strong> the Works.The Contrac<strong>to</strong>r shall be responsible for the re-establishment <strong>of</strong> any that have<strong>to</strong> be moved and for the establishment <strong>of</strong> any further survey stations,markers, reference pegs, and bench marks as are necessary for the propersetting out and control <strong>of</strong> the Works.Stations and bench marks established by the Contrac<strong>to</strong>r shall be made <strong>of</strong>steel pins, 450 mm long and 12 mm diameter, set 12 mm in-situ Class Bconcrete blocks cast 0.25 mm in<strong>to</strong> the ground and at least 0.25 inchdiameter. The stationing shall be scratched or clearly marked <strong>to</strong> thesatisfaction <strong>of</strong> the Engineer.In carrying out this task the Contrac<strong>to</strong>r shall provide at his own cost aminimum Surveying/levelling equipment and the required personnel <strong>to</strong>adequately run the surveys work. Should the Contrac<strong>to</strong>r discover any error inthe line or level in the basic setting out, he shall at once notify the Engineerwho will then issue amended drawings or instructions regarding the correction<strong>of</strong> the error.82<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


Field Office / Temporary ShelterThe Contrac<strong>to</strong>r shall also provide at his own cost a field <strong>of</strong>fice/temporaryshelter. The location dimensions and layout <strong>of</strong> such buildings and places shallbe subject <strong>to</strong> the approval <strong>of</strong> the Engineer. The Contrac<strong>to</strong>r shall not bepermitted <strong>to</strong> erect temporary buildings or structures on the site without thespecific permission in writing <strong>of</strong> the Engineer including approval <strong>of</strong> thedimensions <strong>of</strong> such buildings or structures.PART - C – EARTHWORKS100(1) Clearing and Grubbing (minor obstruction)Establish the limits <strong>of</strong> work and designate all trees, plants, shrubs and otherthings <strong>to</strong> remain. All surface objects not designated <strong>to</strong> remain shall be clearedand/or grubbed, including mowing as required.The holes resulting from grubbing operations, where directed by theEngineer, shall be filled with approved materials which shall be deposited and<strong>com</strong>pacted <strong>to</strong> the same dry density as that <strong>of</strong> the adjoining soil.101(3)a, 101(3)b, 101(4) Removal <strong>of</strong> Structures & Obstructions(Removal <strong>of</strong> CHB Fence, Driveway, Sidewalk, Curb and Gutter)Removal <strong>of</strong> existing structures, such as curb and gutter, sidewalk, as<strong>ph</strong>altpavement, concrete manhole, and other obstruction shall be carefully donewith appropriate equipment so as <strong>to</strong> avoid peri<strong>ph</strong>eral damaged. Excessexcavated materials, and concrete debris shall be disposed-<strong>of</strong>f properly atlocation approved by the Engineer.In the case where the Engineer instructed the Contrac<strong>to</strong>r <strong>to</strong> cut or removeexisting facilities, or parts there<strong>of</strong>, such as sewers, drains, water service, gassupply or other utility lines, the Contrac<strong>to</strong>r shall provide and maintainsatisfac<strong>to</strong>ry bypass service and/or protection during the construction period.When only a portion <strong>of</strong> an existing structure is <strong>to</strong> be removed, care shall betaken not <strong>to</strong> damage the retained portion. During demolition, the Contrac<strong>to</strong>rshall ensure the safety <strong>of</strong> his work and the general public.All materials having salvage value shall be carefully removed <strong>to</strong> avoid damageand shall be placed in neat piles at the locations <strong>to</strong> be determined by theEngineer within the construction site. If so provided or directed by the83<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


Engineer, approved salvaged materials shall be used in the new work, withcorresponding adjustment in cost.All demolished materials not intended for reuse shall be removed or depositedat a site or hauled <strong>to</strong> a disposal area designated by the Engineer.All other structures <strong>to</strong> be removed aside from mentioned within the limits <strong>of</strong>construction as indicated on the Drawings or as directed by the Engineer,which obstruct or interfere with the prosecution <strong>of</strong> the works, shall beremoved, reinstalled, hauled and s<strong>to</strong>ckpiled as the case maybe in accordancewith this Specification or as directed by the Engineer103(1) Structure Excavation (including Pipe Culvert and DrainExcavation)This item shall consist <strong>of</strong> the necessary excavation for foundation <strong>of</strong> culverts,underdrain, and other structures not otherwise provided for in theSpecifications. Except as otherwise provided for pipe culverts, the backfilling<strong>of</strong> <strong>com</strong>pleted structures and the disposal <strong>of</strong> all excavated surplus materials,shall be in accordance with these Specifications and in reasonably closeconformity with the Plans 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 <strong>to</strong> starting excavation operations in any area, all necessary clearing andgrubbing in that area shall have been performed in accordance with item 100,Clearing and Grubbing.Trenches or foundation pits for structures or structure footings shall beexcavated <strong>to</strong> the lines and grades or elevations shown on the approved planor as staked by the Engineer. They shall be <strong>of</strong> sufficient size <strong>to</strong> permit theplacing <strong>of</strong> structures or structure footings <strong>of</strong> the full width and length shown.Any excavation carried beyond the limits shown or described on the drawingsor specifications or beyond the dimension resulting from adjustments madeby the Engineer shall be backfilled with materials acceptable and as directedby the Engineer.The volume <strong>of</strong> excavation <strong>to</strong> be paid for will be the number <strong>of</strong> cubic metersmeasured in original position <strong>of</strong> material acceptably excavated in conformitywith the plans or as directed by the Engineer.84<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


104(1), 104(2) Embankment from Roadway Excavation,Embankment from Common BorrowPrior <strong>to</strong> construction <strong>of</strong> embankment, all necessary clearing and grubbingin that area shall have been performed in conformity with Item 100,Clearing and Grubbing.Embankment construction shall consist <strong>of</strong> constructing embankmentsincluding preparation <strong>of</strong> the areas upon which they are <strong>to</strong> be placed; theplacing and <strong>com</strong>pacting <strong>of</strong> approved material within the areas whereunsuitable material has been removed; and placing and <strong>com</strong>pacting <strong>of</strong>embankment material in holes, pits and other depressions within the area.Embankments and backfills shall contain no muck, peat, sod, roots orother deleterious matter. Rocks, broken concrete or other solid, bulkymaterials shall not be placed in embankment areas where pilling is <strong>to</strong> beplace or driven.Where there is evidence <strong>of</strong> discrepancies on the actual elevations and thatshown on the Plans, a preconstruction survey referred <strong>to</strong> the datum planeused in the approved Plan shall undertaken by the Contrac<strong>to</strong>r under thecontrol <strong>of</strong> the Engineer <strong>to</strong> serve as basis for the <strong>com</strong>putation <strong>of</strong> the actualvolume <strong>of</strong> the embankment materials.Embankment <strong>of</strong> earth material shall be placed in horizontal layers notexceeding 200 mm (8 inches), loose measurement, before the next layeris placed, However, thicker layer maybe placed if vibra<strong>to</strong>ry roller with high<strong>com</strong>pactive effort is used provided that density requirement is attainedand as approved by the Engineer. The Contrac<strong>to</strong>r shall <strong>com</strong>pact thematerial placed in all embankment layers and the material scarified <strong>to</strong> thedesignated depth below sub-grade in cut sections, until uniform density <strong>of</strong>not less than 95 mass percent <strong>of</strong> the maximum dry density determined byAASHTO T 99 Method C, is attained, at a moisture content determined bythe Engineer <strong>to</strong> be suitable for such density.105(1) Sub grade PreparationPrior <strong>to</strong> <strong>com</strong>mencing preparation <strong>of</strong> the subgrade, all drainage structures,inlets, manholes drains and drainage outlet shall be <strong>com</strong>pleted. Any work onthe preparation <strong>of</strong> the subgrade shall not be started unless prior work hereindescribed shall have been approved by the Engineer.After embankment has been <strong>com</strong>pleted, the full width shall be conditioned byremoving any s<strong>of</strong>t or other unstable material that will not <strong>com</strong>pactedproperly. The entire roadbed shall be shaped and <strong>com</strong>pacted <strong>to</strong> therequirements <strong>of</strong> Subsection 104.3.3 (<strong>com</strong>paction) <strong>of</strong> DPWH standard.85<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


PART – D -SUBBASE AND BASE COURSEItem 202 Crushed Aggregate Base courseIt shall consist <strong>of</strong> hard, durable particles <strong>of</strong> fragments <strong>of</strong> s<strong>to</strong>ne or gravelcrushed <strong>to</strong> the size and <strong>of</strong> the quantity requirements <strong>of</strong> this item. It shall befree from vegetable matters, lumps or balls <strong>of</strong> clay and other deleterioussubstances, The material shall be <strong>of</strong> such nature that it can <strong>com</strong>pactedreadily <strong>to</strong> form a firm, stable base. The base material shall conform <strong>to</strong> thegrading requirements <strong>of</strong> Table 202.1 Grading Requirements <strong>of</strong> DPWHStandard 2004.Spreading and CompactingThe crushed aggregate material shall be placed at a uniform mixture onprepared subbase in a quantity which will provide the required <strong>com</strong>pactedthickness. Maximum <strong>com</strong>paction thickness shall not exceed 150mm. allsubsequent layers shall be spread and <strong>com</strong>pacted in a similar manner. Themoisture content <strong>of</strong> the material shall, if necessary be adjusted prior <strong>to</strong><strong>com</strong>paction by watering with approved sprinklers mounted on trucks or bydrying out as required in order <strong>to</strong> obtain the required <strong>com</strong>paction.Compaction <strong>of</strong> each layer shall continue until a field density <strong>of</strong> at least 100percent <strong>of</strong> the maximum dry density determined in accordance with AASHTOT 180, Method D has been achieved. In-place density determination shall bemade in accordance with AASTHO 191.PART – E -SURFACE COURSESItem 301(1) Bituminous Prime Coat MC-70 Cut-Back As<strong>ph</strong>altBituminous materials shall be Medium Curing (MC) Cut-back As<strong>ph</strong>alt, It shallconform <strong>to</strong> the requirements <strong>of</strong> item 702, Bituminous Materials.Prior <strong>to</strong> applying the prime coat, the full width <strong>of</strong> surface <strong>to</strong> be treated shallbe swept with a power broom and if necessary, scraped <strong>to</strong> remove all dirtand other objectionable materials. When required by the Engineer,immediately prior <strong>to</strong> the application <strong>of</strong> prime coat, the surface shall be slightlysprayed with water but not saturated, bituminous materials shall be appliedby means <strong>of</strong> pressure distribu<strong>to</strong>r at the temperature given in item 702,Bituminous materials. The rate <strong>of</strong> application shall be within the range <strong>of</strong> 1 <strong>to</strong>2 li/sq.m the exact rate <strong>to</strong> be ordered by the Engineer. The prime coat shallbe left undisturbed for a period <strong>of</strong> at least 24 hours and shall not be opened<strong>to</strong> traffic until it has penetrated and cured sufficiently so that it will not bepicked up by the wheels <strong>of</strong> passing vehicles.86<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


Item 302(2) Bituminous Tack coat (SS-1 Emulsified As<strong>ph</strong>alt)Material requirementsBituminous material shall be either Rapid curing (RC) Cut-back or EmulsifiedAs<strong>ph</strong>alt, whichever is called for in the Bill <strong>of</strong> Quantities. It shall conform <strong>to</strong>the requirements <strong>of</strong> Item 702, Bituminous Materials. The type and grade willbe specified in the Special Provisions.Tack coat shall be applied only <strong>to</strong> surfaces which are dry or slightly moist. Notack coat shall be applied when the weather is foggy or rainy.ApplicationImmediately before applying the tack coat, the full width <strong>of</strong> the surface <strong>to</strong> betreated shall be cleaned <strong>of</strong> loose and foreign materials by means <strong>of</strong> a powerbroom pr power blower, supplemented as necessary by hand sweeping.Where required by the Engineer, immediately prior <strong>to</strong> the application <strong>of</strong> thetack coat, the surface shall be slightly sprayed with water buy not saturated.Bituminous material shall be applied by means <strong>of</strong> a pressure distribu<strong>to</strong>r at thetemperature given in item 702. The rate <strong>of</strong> application <strong>of</strong> either Rapid CuringCut-back or Emulsified As<strong>ph</strong>alt shall be within the range <strong>of</strong> 0.20 <strong>to</strong> 0.70 li/m², the exact rate as determined by the Engineer.Care shall be taken that the application <strong>of</strong> bituminous material is not inexcess <strong>of</strong> the specified amount; any excess shall be blotted by sand removedas directed by the Engineer, All areas inaccessible <strong>to</strong> the distribu<strong>to</strong>r shall betreated manually using the device for hand spraying. The surfaces <strong>of</strong>structures and trees adjacent <strong>to</strong> the areas being treated shall be protected insuch a manner so as <strong>to</strong> prevent their spattered or marred.Item 310 Bituminous Concrete Surface Course, Hot-Laid (0.05mThk.)Material requirementsThe bituminous mixture shall be <strong>com</strong>posed <strong>of</strong> aggregate, mineral filler,hydrated lime and bituminous material. At least 3 weeks prior <strong>to</strong> production,the contrac<strong>to</strong>r shall submit in writing a job-mix formula for each mixturesupported by labora<strong>to</strong>ry test data along with samples and sources <strong>of</strong> the<strong>com</strong>ponents and viscosity-temperature relationships information <strong>to</strong> theEngineer for testing and approval.The mixture shall have a minimum <strong>com</strong>pressive strength <strong>of</strong> 1.4 Mpa (200 psi)The mixture shall have a mass percent air voids with the range <strong>of</strong> 3 <strong>to</strong> 5.87<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


The mixture shall also have an index <strong>of</strong> retained strength <strong>of</strong> not less than 70when tested by ASSHTO T 165. For aggregates having maximum size over 25mm (1 inch), AASHTO T 165 will be modified <strong>to</strong> use 150mm s 150 mm (6x6inches) cylindrical specimens. The 150 mm ( 6 inches cylinders will be<strong>com</strong>pacted by the procedures outlined in AASHTO T 167 modified <strong>to</strong> employ10 repetitions <strong>of</strong> a molding load <strong>of</strong> 9.6 Mpa (1400 Psi), with no appreciableholding time after each application <strong>of</strong> the full load.Bituminous MaterialIt either be either Medium Curing (MC) Cut-Back As<strong>ph</strong>alt or As<strong>ph</strong>alt Cement,It shall conform <strong>to</strong> the requirements <strong>of</strong> Item 702 Bituminous materials. Thepenetration grade, type and grade and bituminous material shall bespecified in the Special Provisions.Construction RequirementsImmediately before placing the bituminous mixture, the surface shall becleaned <strong>of</strong> loose or deleterious material by brooming or other approvedmeans.The bituminous material shall be heated so as <strong>to</strong> avoid local overheating andprovide a continuous supply <strong>of</strong> the bituminous material <strong>to</strong> the mixer at auniform temperature. The temperature <strong>of</strong> as<strong>ph</strong>alt cement delivered <strong>to</strong> themixer shall be as required <strong>to</strong> achieve kinematic viscosity in the range <strong>of</strong> 150-300 mm²/s, as determined by AASTHO T 201. As<strong>ph</strong>alt cement shall not beused while it is foaming nor shall be heated above 159 o C (320 o F) at anytime after delivery in the project.The mixture shall be spread and struck <strong>of</strong>f <strong>to</strong> the grade and elevationestablished. Bituminous pavers shall be used <strong>to</strong> distribute the mixture eitherover the entire width or over such partial width as may be practicable.CompactionImmediately after the mixture has been spread, struck <strong>of</strong>f and surfaceirregularities adjusted, it shall be thoroughly and uniformly <strong>com</strong>pacted byrollers.The surface shall be rolled when the mixture is in proper condition and whenthe rolling does not cause under displacement, cracking and shoving. Rollingshall begin at the sides and process longitudinally parallel <strong>to</strong>ward the centerline, each trip overlapping ½ the roller width, gradually progressing <strong>to</strong> thecrown <strong>of</strong> the road. When paving in echelon or abutting a previously placedlane, the longitudinal joint should be rolled first followed by the regularrolling procedure. On super elevated curves, the rolling shall begin at the88<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


low side and progress <strong>to</strong> the high side overlapping <strong>of</strong> longitudinal tripsparallel <strong>to</strong> the centerline.Rollers shall move at a slow but uniform speed with the drive roll or wheelsnearest the paver. Rolling shall be continued until roller marks areeliminated and a minimum <strong>of</strong> 97 mass percent <strong>of</strong> the density <strong>of</strong> thelabora<strong>to</strong>ry <strong>com</strong>pacted specimens prepared in accordance with AASTHO T166 has been obtained.Any displacement occurring as a result <strong>of</strong> the reversing <strong>of</strong> the direction <strong>of</strong> aroller, or from other cause, shall be corrected at once by the use <strong>of</strong> rakesand addition <strong>of</strong> fresh mixture when required. Care shall be exercised inrolling not <strong>to</strong> displace the line grade <strong>of</strong> the edges <strong>of</strong> the bituminous mixture.To prevent adhesion <strong>of</strong> the mixture <strong>to</strong> the rollers, the wheels shall be keptproperly moistened with water or water mixed with very small quantities <strong>of</strong>detergent or other approved material. Excess liquid will not be permitted.Along forms, curbs, headers, walls and other places not accessible <strong>to</strong> therollers, the mixture shall be thoroughly <strong>com</strong>pacted with hot hand tampers,smoothing irons or with mechanical tampers.Item 311(1) Portland Cement Concrete Pavement (125mm thk.)Res<strong>to</strong>ration <strong>of</strong> DrivewayMaterialsPortland cement shall conform <strong>to</strong> the requirements <strong>of</strong> Item 700, Hydrauliccement. Only Type I Cement shall be used unless otherwise provided for inspecial Provisions. Different brands or same brands from different mills shallnot be mixed nor shall they be used alternatively unless the mix is approvedby the Engineer. Cement which for any reason, has be<strong>com</strong>e partially set orwhich contains lumps <strong>of</strong> caked cement will be rejected. Cement salvagedfrom discard or used bags shall not be used.Proportioning, Consistency and Strength <strong>of</strong> ConcreteThe contrac<strong>to</strong>r shall prepare the design mix based on the absolute volumemethod as outlined in the American Concrete Institute (ACI) Standard 211.1“Re<strong>com</strong>mended Practice for Selecting Proportions for Normal andHeavyweight Concrete”.It is the intent <strong>of</strong> this Specification <strong>to</strong> require at least 364 kg <strong>of</strong> cement percubic meter <strong>of</strong> concrete <strong>to</strong> meet the minimum strength requirements. TheEngineer shall determine from labora<strong>to</strong>ry tests <strong>of</strong> all the materials <strong>to</strong> be used,the cement content and the proportions <strong>of</strong> aggregate and water that will89<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


produce workable concrete having a slump <strong>of</strong> between 40 and 75 mm (1/2 1-1/2 inches) if not vibrated, and a flexural strength <strong>of</strong> not less than 3.8 MPa(550 psi) when tested by the mid-point method at fourteen (14 days) inaccordance with AASHTO T97 and T177, respectively: or a <strong>com</strong>pressivestrength <strong>of</strong> 24.1 Mpa (3500 psi) for cores taken at fourteen (14) days andtested in accordance with AASHTO T24Slump shall determine using AASHTO T 119.Water used in mixing, curing or other designated application shall bereasonably clean and free from oil, salt, alkali, grass or other substancesinjurious <strong>to</strong> the finished product. Water shall be tested in accordance withand shall meet the requirements <strong>of</strong> item 714, water. Water which is drinkablemay be used without test. Where the source <strong>of</strong> water is shallow, the intakeshall be so enclosed s <strong>to</strong> exclude silt, mud grass or other foreign materials.Joint fillersPoured joint fillers shall be mixed as<strong>ph</strong>alt and mineral conforming <strong>to</strong> theapplicable <strong>to</strong> the requirements <strong>of</strong> Item 705, Joint Materials.Paving and Finishing EquipmentThe concrete shall be placed with an approved paver designed <strong>to</strong> spread,consolidate, screed and float finish the freshly placed concrete in one<strong>com</strong>plete pass <strong>of</strong> the machine in such a manner that a minimum <strong>of</strong> handfinishing will be necessary <strong>to</strong> provide a dense and homogeneous pavemen<strong>to</strong>n conformance with the Plans and Specifications. The finishing machine shallbe equipped with at least two (2) oscillating type transverse screed.Vibra<strong>to</strong>rs shall operate at a frequency <strong>of</strong> 8,300 <strong>to</strong> 9,600 impulses per minuteunder load at a maximum spacing <strong>of</strong> 60 cm.Concrete SawThe Contrac<strong>to</strong>r shall provide sawing equipment in adequate number <strong>of</strong> unitsand power <strong>to</strong> <strong>com</strong>pete the sawing with the water-cooled diamond edge sawblade or an abrasive wheel <strong>to</strong> the required dimensions and at the requiredrate. He shall provide at least one (1) stand-by saw in good working conditionand with an ample supply <strong>of</strong> saw blades.FormsForms shall be <strong>of</strong> steel, <strong>of</strong> an approved section, and <strong>of</strong> depth equal <strong>to</strong> thethickness <strong>of</strong> the pavement edge. The base <strong>of</strong> the forms shall be sufficientwidth <strong>to</strong> provide necessary stability in all directions. The flange braces must90<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


extend outward on the base <strong>to</strong> not less than 2/3 the height <strong>of</strong> the form. Allforms shall be rigidly supported on bed <strong>of</strong> thoroughly <strong>com</strong>pacted materialduring the entire operation <strong>of</strong> placing and finishing <strong>of</strong> concrete. Forms shallbe provided with adequate devices for secure setting so that when in place,they will withstand, without visible spring or settlement, the impact andvibration <strong>of</strong> the consolidation and finishing or paving equipment.Weakened Plane JointWhen shown on plans, it shall consists <strong>of</strong> planes <strong>of</strong> weakness created byforming or cutting grooves in the surface <strong>of</strong> the pavement and shall includeload transfer assembles. The depth <strong>of</strong> the weakened plane joint should at alltimes not be less than 50mm, while the width should not be more than 6mm.Part – G -DRAINAGE AND SLOPE PROTECTION STRUCTUREItem 500(1)a, 500(1)b, 500(1)c Pipe Culvert 460mm, 610 mm,760mm dia. Class “B”Reinforced Concrete Pipe Culvert shall meet the requirements in the followingspecifications.Crushing Strength –D load= <strong>to</strong> produce 0.25 mm crack47.9 N/L.M per mm diameter (min.)ULTIMATE LOAD= 71.8 N/L.M. per mm diameter (min.)Joint Mortar for concrete pipes shall consist <strong>of</strong> 1 part , by volume <strong>of</strong> PortlandCement and two (2) parts <strong>of</strong> approved sand with water as necessary <strong>to</strong> obtainthe required consistency.Portland Cement and sand shall conform <strong>to</strong> the requirements <strong>of</strong> item 405,Structural Concrete; Mortar shall be used within 30 minutes after itspreparation.The bedding shall conform <strong>to</strong> one <strong>of</strong> the classes specified.Class B bedding shall consist <strong>of</strong> bedding the conduit <strong>to</strong> a depth <strong>of</strong> not than30 percent <strong>of</strong> the vertical outside diameter <strong>of</strong> the conduit. The minimumthickness <strong>of</strong> bedding material beneath the pipe shall be 100 mm. The beddingmaterial shall be sand or selected soil all <strong>of</strong> which passes a 9.5 mm sieve andnot more than 10 percent <strong>of</strong> which passes a 0.075 mm sieve. The layer <strong>of</strong> thebedding material shall be shaped <strong>to</strong> fit the conduit.91<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


The conduit laying shall begin at the downstream end <strong>of</strong> the conduit line. Thelower segment <strong>of</strong> the conduit shall be in contact with the shaped beddingthroughout its full length.Materials for backfilling on each side <strong>of</strong> the conduit for the full trench widthand <strong>to</strong> an elevation <strong>of</strong> not less than 300 mm above the <strong>to</strong>p the conduit shallbe fine, readily <strong>com</strong>pactible soil or granular material selected from excavationor from source <strong>of</strong> the contrac<strong>to</strong>rs choice.Item 502(1)a, 502(2) Manhole for 610 and 760 mm dia. RCP,Inlet for 460mm dia.This item shall consist <strong>of</strong> the construction <strong>of</strong> Manhole, inlet in accordancewith this Specification and in reasonably close conformity with the dimension,section and elevation shown on the Plans or as established by the Engineer.Concrete for these structures shall meet the requirements <strong>of</strong> Item 405,Structural Concrete <strong>of</strong> DPWH Standard Specification 2004 edition.Reinforcement shall be deformed bars cold-bent <strong>to</strong> the shapes and accuratelyplaced in position and firmly held there during placing and setting <strong>of</strong> theconcrete. They shall be free from rust, injurious defects such as cracks andlaminations. Reinforcement shall be placed and then inspected and approvedbefore placing <strong>of</strong> concrete begins. Steel reinforcement shall conform <strong>to</strong> therequirements <strong>of</strong> item 404 (Reinforcing Steel).Bed courseA bed course, where required, shall be ¾” gravel materials aggregateswhich the Contrac<strong>to</strong>r shall excavate, lay a bed course and <strong>com</strong>pacted asrequired by the Engineer.Part – H – MISCELLANEOUS600(3) Combination <strong>of</strong> Curb and gutter (cast in place)Concrete Curb and <strong>com</strong>bination <strong>of</strong> Curb and gutter shall conform <strong>to</strong> thedimension, section on the approved Plan, In case <strong>of</strong> discrepancy actual sitecondition shall govern over drawing. Cement concrete shall be Class “A” asspecified in Item 405, Structural Concrete. Excavation shall be made <strong>to</strong> therequired depth and the base upon which the curb and/or gutter is <strong>to</strong> be setshall be <strong>com</strong>pacted <strong>to</strong> firm and even surface. All s<strong>of</strong>t and unsuitable materialshall be removed and replace with suitable material.Base course material shall be placed and <strong>com</strong>pacted <strong>to</strong> form a bed <strong>of</strong> therequired thickness as shown on the Plans.92<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


Forms shall conform <strong>to</strong> the requirements <strong>of</strong> Item 407, Concrete Structures,Metal forms shall be <strong>of</strong> an approved section.Forms for at least 50 m <strong>of</strong> curb and gutter shall be in-placed and checked foralignment and grade before concrete is placed. Curbs and gutters constructedon curves shall have forms <strong>of</strong> either wood or metal and they shall beaccurately shaped <strong>to</strong> the curvature shown on the Plans. Mixing, placing andcuring <strong>of</strong> concrete shall conform <strong>to</strong> the requirements <strong>of</strong> item 405, StructuralConcrete.All curb/curb face shall be painted with 2 coats <strong>of</strong> latex flat white, exceptwith the radius where they shall painted in accordance with the markingsspecified in the approved plans. The work shall include surface preparation,surface correction if necessary and applying the paint <strong>to</strong> the shape, sizeand location <strong>of</strong> the markings, or as directed by the by the Engineer.All surfaces <strong>to</strong> be painted shall be in proper condition, free from dustgrease and other particles. Concrete and masonry shall be coated withconcrete neutralizer and allowed <strong>to</strong> dry before any painting primer coat isapplied. Hairline cracks and unevenness shall be patched and sealed withapproved concrete putty.Item 601 Concrete SidewalkSidewalk shall conform <strong>to</strong> the dimension and thickness <strong>of</strong> the approved Plan.Cement concrete shall be Class “A” as specified in Item 405, StructuralConcrete. The bed course shall be <strong>com</strong>pacted earth material.The area <strong>to</strong> be paid for shall be the number <strong>of</strong> square meters <strong>of</strong> the sidewalkmeasured, <strong>com</strong>pleted in-place and accepted.Part – J–SPECIAL ITEMS (STREETLIGHTS)103(1) Structure Excavation (<strong>Street</strong> Pole Concrete Pedestal)Refer <strong>to</strong> Item 103(1) Structure ExcavationSPL- 1000-1 Construction <strong>of</strong> Steel Pole Concrete Pedestalincluding rebar and anchor bolts.This item shall consist <strong>of</strong> supply <strong>of</strong> labor, materials, equipments and <strong>to</strong>olsnecessary for the construction <strong>of</strong> concrete pedestals for <strong>Street</strong>lights andTraffic Lights. It includes Concrete works, rebars and furnishing andinstallation <strong>of</strong> anchor bolts.For Reinforcement (Refer <strong>to</strong> Item 404 Reinforcing Steel)93<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


Concrete Requirements (Refer <strong>to</strong> item 405(1) Structural Concrete Class“A” including falsework )Anchor bolts shall conform <strong>to</strong> the requirements <strong>of</strong> ASTM A 325 (Zinccoated)GeneralAll works shall be done under the direct supervision <strong>of</strong> an Electrical Engineerand in strict accordance with these specifications and <strong>of</strong> the methods asprescribed by the latest edition <strong>of</strong> the Philippine Electrical Code.All items not specifically mentioned in the specifications as noted on thedrawings but which are obviously necessary <strong>to</strong> make a <strong>com</strong>plete workinginstallation shall be included.Item 1100-1 25’<strong>Street</strong> LightingPolesProvide steel poles designed for wind loading <strong>of</strong> 250 kilometers per hourdetemined in accordance with AASHTO LTS-2 while supporting luminaireshaving effective projected areas indicated. Poles shall be anchor-based typesdesigned for use with underground supply conduc<strong>to</strong>rsProvide hot-dipped, galvanized steel poles having minimum 3.5-mm thicksteel, tapered 8 inches diameter base and 3 inches diameter at <strong>to</strong>p and aheight <strong>of</strong> 25 feet, with minimum yield/strength <strong>of</strong> 227 MPa and hot dippedgalvanized finish inside and outside.Provide anchor bases with hot-dipped, galvanized steel anchor bolts withdouble nut and washer, threaded at the <strong>to</strong>p end and bend 90 degrees at thebot<strong>to</strong>m end. Provide galvanized nuts, washer, and ornamental covers foranchor bolts. Galvanizing shall be in accordance with the requirements <strong>of</strong>ASTM A-120 for the poles and A-153 for the fittings.GroundingAll roadway lighting poles, panel board and metallic boxes and electricallyassociated frame works shall be grounded effectively. Conduc<strong>to</strong>r and groundwires shall be insulated copper as shown and sizes as indicated in the plans. Allconnections shall be mechanically and electrically sound and secure by splittype copper bolts and wire nuts <strong>of</strong> approved type. Grounding wire shall bemade <strong>of</strong> stranded copper, s<strong>of</strong>t drawn wire and shall be installed in one94<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


continuous length without splices or joint inside conduit. Ground rods shall bemade <strong>of</strong> copper-clad steel and shall be driven in full length in<strong>to</strong> the earth, sizes<strong>of</strong> which shall be indicated on the Plans’ grounding details.Test and GuaranteeUpon <strong>com</strong>pletion <strong>of</strong> the electrical construction work, the contrac<strong>to</strong>r shallprovide all test equipment and personnel and <strong>to</strong> submit written copies <strong>of</strong> alltest results.The contrac<strong>to</strong>r shall guarantee the electrical installation are done and inaccordance with the approved plans and specifications. The contrac<strong>to</strong>r shallguarantee that the electrical systems are free from all grounds and from alldefective workmanship and materials and will remain so for a period <strong>of</strong> oneyear from date <strong>of</strong> acceptance <strong>of</strong> works. Any defects shall be remedied by thecontrac<strong>to</strong>r at his own expense.Item 1100-2 250W Roadway Luminare (25’ Pole)All lighting fixtures and lamps are as specified and listed on lighting fixtureschedule. Luminaire housing shall be die cast aluminium with electro grayfinish for long life performance. It shall be pole mounted with wattage capacityfrom 200 watts <strong>to</strong> 400 watts High Pressure Sodium Lamps (HPS). Ballast shallbe 220 volt with igni<strong>to</strong>r and capaci<strong>to</strong>r and shall have universal two (2) bolt slipfitter and adjustable mogul or E40 socket. Standard construction is IP55 withbreathing seal <strong>to</strong> prevent contaminant from entering the optical assembly. Balllatch shall be stainless steel and precision design refrac<strong>to</strong>r <strong>to</strong> uniformlylaminate wide area.Lamps. Provide the type and wattage indicated in the drawing. High PressureSodium Lamps. 250-watts and <strong>to</strong> ANCI C78-1351 (25,000 lumens).UL 1029 and ANSI C82.4, and shall be constant wattage transformer CWA orregula<strong>to</strong>r, open type high power fac<strong>to</strong>r type. Ballast shall be designed <strong>to</strong>operate on the voltage system <strong>to</strong> which they are connected. Provide singlelamp 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. High Pressure Sodium (HPS) ballast shall have a solidstate igni<strong>to</strong>r/starter with an average life in the pulsing mode <strong>of</strong> 10,000 at anigni<strong>to</strong>r/starter case temperature <strong>of</strong> 75 degrees C. Average life is defined as thetime after which 50 percent will have failed and 50 percent will have survivedunder normal conditions.95<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


Item 1100-3 – Raceway/Underground DuctThis Item shall consist <strong>of</strong> the furnishing and installation <strong>of</strong> the <strong>com</strong>pleteconduit work consisting <strong>of</strong> electrical conduit. Conduit fittings such as couplings,locknuts and bushings, warning tape and other electrical materials needed <strong>to</strong><strong>com</strong>plete the conduit roughing – in work <strong>of</strong> this project.All materials shall be brand new and shall be <strong>of</strong> the approved type meeting allthe requirements <strong>of</strong> the Philippine Electrical Code and bearing the PhilippineStandard Agency (PSA) mark.Rigid steel conduit shall be galvanized and shall conform <strong>to</strong> ANCI Standard C-80. Fittings <strong>of</strong> types approved by the Engineer shall be provided as required forconnection <strong>to</strong> junction, pull and outlet boxes and <strong>to</strong> equipment.UPVC. Plastic duct for concrete encased burial shall be PVC schedule 40 andshall conform <strong>to</strong> NEMA standards. Endbell fittings shall conform <strong>to</strong> NEMAstandards.No conduits shall be used in any system smaller than 12 mm diameterelectrical trade size nor shall have more than four (4) 90-degree bends in anyone run and where 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> machinescrews.Item 1101 Wiring and TerminationWires and cables shall be <strong>of</strong> the approved type meeting all the requirements<strong>of</strong> the Philippine Electrical Code and bearing the PSA mark. Unless specified orindicated otherwise, all power and lighting conduc<strong>to</strong>rs shall be insulated for600 volts. All wires shall be copper (unless otherwise specified as seen in theplan), s<strong>of</strong>t drawn and annealed, smooth and <strong>of</strong> cylindrical form and shall becentrally located inside the insulation.Conduc<strong>to</strong>rs or wires shall not be drawn in conduits until after the cementplaster is dry and the conduits are thoroughly cleaned and free from dirt andmoisture.All joints, taps and splices on wires larger than 14 mm shall be made <strong>of</strong>suitable solderless connec<strong>to</strong>rs <strong>of</strong> the approved type and size. They shall betaped with rubber and PVC tapes providing insulation not less than that <strong>of</strong> theconduc<strong>to</strong>rs.96<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


Item 1102 Power SupplyAll 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 bearthe Philippine Standard Agency (PSA) mark.Lighting Contac<strong>to</strong>r panel shall be designed and fabricated for pole mountingas indicated on the drawings. Enclosures shall be fabricated in accordancewith NEMA-3R requirements and shall be watertight and dust-tight, suitablefor outdoor installation and shall be rated as specified in the drawings.Enclosure shall be bolted cover with molded case circuit breakers, contac<strong>to</strong>rand plug-in twist lock <strong>ph</strong>o<strong>to</strong> control unit and base.The molded case circuit breakers shall be <strong>of</strong> the thermal-magnetic type havinga mechanical tripping characteristic on overload and instantaneous trip onshort circuits, shall be equipped with arc quenchers, shall have a quick-madeand quick- break <strong>to</strong>ggle mechanism, and shall have trip-free operating handles.Each multi-pole breaker shall have a <strong>com</strong>mon trip so that an overload on onepole with au<strong>to</strong>matically cause all poles <strong>of</strong> the breakers <strong>to</strong> open. The circuitbreakers shall have an interrupting rating <strong>of</strong> not less than 20,000 symmetricalamperes at 230 volts.Lighting Contac<strong>to</strong>r. NEMA ICS 2, electrically held contac<strong>to</strong>r rated as indicated.Provide as conforming <strong>to</strong> NEMA ICS 6. Contac<strong>to</strong>r shall have silver alloydouble-break contacts and coil clearing contacts and shall require no arcingcontacts.Provide contac<strong>to</strong>r with hand-<strong>of</strong>f-au<strong>to</strong>matic selec<strong>to</strong>r switch. Contac<strong>to</strong>r shall behermetically sealed and shall be rated as specific in the drawings.Pho<strong>to</strong>cell Switch. A hermetically sealed cadmium sul<strong>ph</strong>ide cell rated 230 voltsAC, 60 Hz with single throw contacts rated at 1800 VA, 230 volts, shall beprovided conforming <strong>to</strong> UL-773. The switch shall be mounted in a high-impactresistant, non-corroding and non-conductive molded plastic housing with aNEMA locking type receptacle. The switch shall turn on 10.76 lux and <strong>of</strong>f 32.28lux. A time delay shall prevent accidental switching from transient lightsources. A directional lens shall be mounted in front <strong>of</strong> the cell <strong>to</strong> prevent fixedlight sources from creating a turn-<strong>of</strong>f condition if necessary. The switch shallbe aimed according <strong>to</strong> manufacturer’s instructions. Normally the sensoropening shall be facing east.Panel boards shall conform <strong>to</strong> the schedule <strong>of</strong> panel board as shown on theapproved plans with respect <strong>to</strong> supply characteristics, rating <strong>of</strong> main lugs ormain circuit breaker, number and ratings and capacities <strong>of</strong> branch circuitbreakers.97<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


Panel boards shall consist <strong>of</strong> a fac<strong>to</strong>ry <strong>com</strong>pleted dead front assembly mountedin an enclosing flush type cabinet consisting <strong>of</strong> code gauge galvanized sheetsteel box with trim and door. Each door shall be provided with catch lock andtwo (2) keys. Panel boards shall be provided with direc<strong>to</strong>ries and shall beprinted <strong>to</strong> indicate load served by each circuit.Panelboard cabinets and trims shall be suitable for the type <strong>of</strong> mounting shownon the approved plans. The inside and outside <strong>of</strong> panelboard cabinets andtrims shall be fac<strong>to</strong>ry painted with one rust pro<strong>of</strong>ing primer coat & two finishshop coats <strong>of</strong> pearl gray enamel paint.All non-current carrying metallic parts like conduits, cabinets and equipmentframes shall be properly grounded .98<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


Section VII. DrawingsSee attached99<strong>Clark</strong> Development Corporation<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong><strong>Bayanihan</strong> <strong>Street</strong>


Section VIII. Bill <strong>of</strong> Quantities100


Section IX. Bidding FormsTABLE OF CONTENTSBid Form ....................................................................................... 118Form <strong>of</strong> Contract Agreement .......................................................... 120Omnibus Sworn Statement ............................................................. 123117


Bid FormDate: ____________________IAEB 2 N o : _________________To: Mr. Eduardo S.L. Oban Jr.Officer-In-Charge<strong>Clark</strong> Development CorporationBldg. 2122 E. Quirino Avenue,CDC Corporate Center<strong>Clark</strong> Freeport Zone 2023We, the undersigned, declare that:(a) We have examined and have no reservation <strong>to</strong> the Bidding Documents, includingAddenda, for the Contract <strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong> <strong>Bayanihan</strong><strong>Street</strong>;(b) We <strong>of</strong>fer <strong>to</strong> execute the Works for this Contract in accordance with the Bid andBid Data Sheet, General and Special Conditions <strong>of</strong> Contract ac<strong>com</strong>panying thisBid;The <strong>to</strong>tal 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;(d) If our Bid is accepted, we <strong>com</strong>mit <strong>to</strong> 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;118


(e) Our firm, including any subcontrac<strong>to</strong>rs 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 subcontrac<strong>to</strong>rs or suppliersfor any part <strong>of</strong> the Contract, has not been declared ineligible by the FundingSource;(h) We understand that this Bid, <strong>to</strong>gether 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 <strong>to</strong> accept the Lowest Evaluated Bid orany other Bid that you may receive.Name:In the capacity <strong>of</strong>:Signed:Duly authorized <strong>to</strong> sign the Bid for and on behalf <strong>of</strong>:Date: ___________119


Form <strong>of</strong> Contract AgreementTHIS AGREEMENT, made and entered in<strong>to</strong> 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 Building 2122, E. Quirino St., <strong>Clark</strong> Freeport Zone, Philippines, representedherein by its President & Chief Executive Officer, Eduardo S.L. Oban Jr. , dulyauthorized for the purpose <strong>of</strong> this Agreement, and hereinafter called “the ProcuringEntity”;and(Name <strong>of</strong> Authorized Signa<strong>to</strong>ry), <strong>of</strong> legal age, Filipino, a sole proprie<strong>to</strong>r/or <strong>com</strong>pany 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 “theContrac<strong>to</strong>r” .-WITNESSETH-WHEREAS, the Procuring Entity caused the procurement <strong>of</strong> the needed Services for the<strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong> <strong>Bayanihan</strong> <strong>Street</strong>, <strong>Clark</strong> Freeport Zone, hereinaftercalled “the Works” through Competitive Public Bidding in accordance with Republic Act No. 9184;WHEREAS, after Bid Evaluation and Post-Qualification, the Contrac<strong>to</strong>r’s bid in the amount <strong>of</strong>________________________________ ( Php _________), hereinafter called “ the ContractPrice”, turned out <strong>to</strong> be the Lowest Calculated and Responsive Bid;WHEREAS, the Procuring Entity is desirous that the Contrac<strong>to</strong>r undertakes the Works, hence thisAgreement;NOW THEREFORE, for and in consideration <strong>of</strong> the foregoing premises, parties here<strong>to</strong> herebymutually bind themselves <strong>to</strong> abide and <strong>com</strong>ply with the following terms and conditions, <strong>to</strong> wit:1. In this Agreement, words and expressions shall have the same meanings as are respectivelyassigned <strong>to</strong> them in the Conditions <strong>of</strong> Contract hereinafter referred <strong>to</strong>.2. The following documents shall be deemed attached <strong>to</strong> form and be read and construed aspart <strong>of</strong> this Agreement, <strong>to</strong> wit:(a) General and Special Conditions <strong>of</strong> Contract;(b) Drawings/Plans;(c) Specifications, Scope <strong>of</strong> Works and Material Testing Requirements;120


(d) Invitation <strong>to</strong> Apply for Eligibility and <strong>to</strong> Bid;(e) Instructions <strong>to</strong> 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 there<strong>to</strong> ;and(m) Other contract documents that may be required by existing laws and/or theEntity.3. In consideration <strong>of</strong> the payments <strong>to</strong> be made by the Procuring Entity <strong>to</strong> the Contrac<strong>to</strong>r ashereinafter mentioned, the Contrac<strong>to</strong>r hereby covenants with the Procuring Entity <strong>to</strong> executeand <strong>com</strong>plete 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 <strong>to</strong> pay the Contrac<strong>to</strong>r in consideration <strong>of</strong> the executionand <strong>com</strong>pletion <strong>of</strong> the Works and the remedying <strong>of</strong> defects wherein, the Contract Price orsuch other sum as may be<strong>com</strong>e payable under the provisions <strong>of</strong> this Contract at the times andin the manner prescribed by this Contract.IN WITNESS WHEREOF, the parties here<strong>to</strong> have caused this Agreement <strong>to</strong> 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 CorporationContrac<strong>to</strong>r’s NameBy:By:Eduardo S.L. Oban Jr.Officer-In-ChargeName <strong>of</strong> Authorized Signa<strong>to</strong>ryGeneral Manager/ OwnerSigned in the presence <strong>of</strong>:______________________________________________________121


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> ___________, 2012 personally appeared before me the following:Name Competent Evidence <strong>of</strong> Identity Date and Place <strong>of</strong> IssueEduardo S.L. Oban Jr.In his capacity as Officer-In-Charge <strong>of</strong>CLARK DEVELOPMENT CORP.Contrac<strong>to</strong>rIn his capacity as _______<strong>of</strong> ______________known <strong>to</strong> me and <strong>to</strong> me known and identified by me through <strong>com</strong>petent evidence <strong>of</strong> identity with<strong>ph</strong>o<strong>to</strong> <strong>to</strong> be the same persons who executed the foregoing instrument and they acknowledge <strong>to</strong>me 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 <strong>to</strong> a Contract for the <strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong> <strong>Bayanihan</strong><strong>Street</strong> and consists <strong>of</strong> three (3) pages including the one on which the acknowledgment iswritten, all <strong>of</strong> which have been signed by the parties and their instrumental witnesses on eachand every page there<strong>of</strong>.IN WITNESS WHEREOF, I have hereun<strong>to</strong> affixed my signature and my notarial seal on the dateand place first written above.Doc. No.Page No.Book No.Series <strong>of</strong>______;______;______;______.122


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 proprie<strong>to</strong>rship: I am the sole proprie<strong>to</strong>r <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 proprie<strong>to</strong>rship: As the owner and sole proprie<strong>to</strong>r <strong>of</strong> [Name <strong>of</strong> Bidder], Ihave full power and authority <strong>to</strong> do, execute and perform any and all actsnecessary <strong>to</strong> 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 <strong>to</strong> do, execute and perform any and all acts necessary and/or<strong>to</strong> 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, <strong>com</strong>plete, and all statements and informationprovided therein are true and correct;123


6. [Name <strong>of</strong> Bidder] is authorizing the Head <strong>of</strong> the Procuring Entity or its dulyauthorized representative(s) <strong>to</strong> verify all the documents submitted;7. Select one, delete the rest:If a sole proprie<strong>to</strong>rship: I am not related <strong>to</strong> 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 <strong>to</strong> 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 <strong>to</strong> 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 <strong>to</strong> the third civil degree;If a corporation or joint venture: None <strong>of</strong> the <strong>of</strong>ficers, direc<strong>to</strong>rs, and controllings<strong>to</strong>ckholders <strong>of</strong> [Name <strong>of</strong> Bidder] is related <strong>to</strong> 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 <strong>to</strong> the thirdcivil degree;8. [Name <strong>of</strong> Bidder] <strong>com</strong>plies 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 <strong>to</strong> 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 hereun<strong>to</strong> set my hand this __ day <strong>of</strong> ___, 20__ at ____________,Philippines._____________________________________Bidder’s Representative/Authorized Signa<strong>to</strong>ry[JURAT]124


Project Title: <strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong> <strong>Bayanihan</strong> <strong>Street</strong>Location: <strong>Clark</strong> Freeport Zone, 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 soleproprie<strong>to</strong>rship, 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 Contrac<strong>to</strong>rs Accreditation Board (PCAB) license and registration for thetype and cost <strong>of</strong> the contract <strong>to</strong> 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 <strong>to</strong> Proceed issued by the Owner (SampleForms No. SF-INFR 15). Statement <strong>of</strong> similar <strong>com</strong>pleted government and private contracts within ten (10)years from submission <strong>of</strong> bids, the statement shall be supported by the Construc<strong>to</strong>rsPerformance Evaluation System (CPES) rating sheets, and/or certificates <strong>of</strong> <strong>com</strong>pletionand owner’s acceptance, if applicable (Sample Forms No. SF-INFR 16). Audited financial statements, showing, among others, the prospective <strong>to</strong>tal 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.125


Contracting Capability Any one <strong>of</strong> the Following:o Computation <strong>of</strong> Net Financial Contracting Capacity (NFCC) which must be equal<strong>to</strong> ABC (Sample Form No. SF-INFR 19) , ORoCertificate <strong>of</strong> <strong>com</strong>mitment specific <strong>to</strong> the contract <strong>to</strong> be bid, issued by alicensed bank <strong>to</strong> extend <strong>to</strong> the bidder a credit line if awarded the contractwhich shall at least equal <strong>to</strong> 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 enterin<strong>to</strong> 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 119,600.00 (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 119,600.00 (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 299,000.00 (5% <strong>of</strong> ABC) if bid security is in Surety Bondcallable upon demand issued by a surety or insurance <strong>com</strong>pany dulycertified by the Insurance Commission as authorized <strong>to</strong> issue suchsecurity; orAny <strong>com</strong>bination <strong>of</strong> the foregoing proportionate <strong>to</strong> the share <strong>of</strong> formwith respect <strong>to</strong> <strong>to</strong>tal amount <strong>of</strong> security.Except for the following CDC blacklisted Insurance Company:Sterling InsuranceStronghold Insurance126


Organizational chart for the contract <strong>to</strong> be bid; List <strong>of</strong> contrac<strong>to</strong>r’s personnel (viz, project Manager, Project Engineers, MaterialsEngineers, and Foremen), <strong>to</strong> be assigned <strong>to</strong> the contract <strong>to</strong> be bid, their <strong>com</strong>pletequalifications, Letter <strong>to</strong> Procuring Entity, Notarized Certificate <strong>of</strong> Employment, Bio-dataand Pho<strong>to</strong>copy <strong>of</strong> Valid Pr<strong>of</strong>essional License (for Pr<strong>of</strong>essionals) using the followingprescribed forms:1. Sample Form INFR-48 : Qualification <strong>of</strong> Proposed Key Personnel<strong>to</strong> be assigned <strong>to</strong> the Contract;2. Sample Form INFR-45 : Contrac<strong>to</strong>r’s Letter Certificate <strong>to</strong>Procuring 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> contrac<strong>to</strong>r’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 Ac<strong>com</strong>plished 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 <strong>com</strong>ing 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.127


Sample Forms <strong>of</strong> Eligibility, Technicaland Financial Component128


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. Tele<strong>ph</strong>one Nos.Nature <strong>of</strong> WorkBidder’s RoleDescription %a. Date Awardedb. Date Startedc. Date <strong>of</strong>Completion% <strong>of</strong>Ac<strong>com</strong>plishmentPlannedActualValue <strong>of</strong> OutstandingWorks / UndeliveredPortionGovernmentPrivateNote: This statement shall be supported with the following: Total Cost Php1 Notices <strong>of</strong> Award and/or Notices <strong>to</strong> Proceed issued by the OwnersSubmitted byDesignationDate: ___________________________________________________(Printed Name & Signature): ___________________________________________________: ___________________________________________________129


Standard Form Number: SF-INFR-16Statement <strong>of</strong> all Government & Private Contracts <strong>com</strong>pleted which aresimilar in natureBusiness Name: ___________________________________________________Business Address: ___________________________________________________Name <strong>of</strong> Contract a. Owner’s Nameb. Addressc. Tele<strong>ph</strong>one 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 Contrac<strong>to</strong>r’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): ___________________________________________________: ___________________________________________________130


Standard Form Number: SF-INFR-19Revised on: July 29, 2004FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECKA. Summary <strong>of</strong> the Applicant Firm’s/Contrac<strong>to</strong>r’s assets and liabilities on the basis <strong>of</strong> the attached in<strong>com</strong>e 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 2011B. The Net Financial Contracting Capacity (NFCC) based on the above data is <strong>com</strong>puted as follows:NFCC = K (current asset – current liabilities) minus value <strong>of</strong> all outstanding works under ongoing contractsincluding awarded contracts yet <strong>to</strong> be startedNFCC = P _______________________________________K = 10 for a contract duration <strong>of</strong> one year or less, 15 for more than one year up <strong>to</strong> two years and 20 for morethan two years or a Commitment from a licensed bank <strong>to</strong> extend <strong>to</strong> 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 <strong>to</strong> bid.Name <strong>of</strong> Bank: ________________________________ Amount: ___________________Herewith attached are certified true copies <strong>of</strong> the in<strong>com</strong>e 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> <strong>com</strong>mitment from a licensed bank <strong>to</strong> extend a credit line.Submitted by:__________________________________Name <strong>of</strong> Firm / Contrac<strong>to</strong>r_________________________________________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.131


Standard Form Number: SF-INFR-20Revised on: July 29, 2004CREDIT LINE CERTIFICATEEduardo S.L. Oban Jr.Officer-In-Charge<strong>Clark</strong> Development Corporation<strong>Clark</strong> Freeport Zone, PhilippinesDate:__________________CONTRACT NAME: <strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong> <strong>Bayanihan</strong><strong>Street</strong>ADDRESSBANK/FINANCING INSTITUTIONADDRESSAMOUNT:_______________________________________________________________:_______________________________:_______________________________________________________________:_______________________________This is <strong>to</strong> certify that the above Bank/Financing Institution with business address indicated above,<strong>com</strong>mits <strong>to</strong> provide the Contrac<strong>to</strong>r, if awarded the above-mentioned Contract, a credit line in the amountspecified above which shall be exclusively used <strong>to</strong> finance the performance <strong>of</strong> the above-mentionedContract, subject <strong>to</strong> our terms, conditions and requirements.The credit line shall be available within fifteen (15) calendar days after receipt by the Contrac<strong>to</strong>r <strong>of</strong>the Notice <strong>of</strong> Award and such line <strong>of</strong> credit shall be maintained until the project is <strong>com</strong>pleted by theContrac<strong>to</strong>r.This Certification is being issued in favor <strong>of</strong> said Contrac<strong>to</strong>r 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> Contrac<strong>to</strong>r’sAuthorized RepresentativeOfficial Designation: _______________________: _______________________132


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>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong> <strong>Bayanihan</strong> <strong>Street</strong>(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 un<strong>to</strong> <strong>Clark</strong> Development Corporation(hereinafter called “theEntity”) in the sum <strong>of</strong> _______________ 3 for which payment well and truly <strong>to</strong> be made<strong>to</strong> 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 <strong>to</strong> Bidder; or3) if the Bidder having been notified <strong>of</strong> the acceptance <strong>of</strong> his bid and award <strong>of</strong>contract <strong>to</strong> him by the Entity during the period <strong>of</strong> bid validity:a) fails or refuses <strong>to</strong> execute the Form <strong>of</strong> Contract in accordance with theInstructions <strong>to</strong> Bidders, if required; orb) fails or refuses <strong>to</strong> furnish the Performance Security in accordance with theInstructions <strong>to</strong> Bidders;we undertake <strong>to</strong> pay <strong>to</strong> the Entity up <strong>to</strong> the above amount upon receipt <strong>of</strong> his firstwritten demand, without the Entity having <strong>to</strong> substantiate its demand, provided that in3 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 <strong>to</strong> Bidders.133


his demand the Entity will note that the amount claimed by it is due <strong>to</strong> the occurrence <strong>of</strong>any one or <strong>com</strong>bination <strong>of</strong> the three (3) conditions stated above.The Guarantee will remain in force up <strong>to</strong> and including the date _______________ 4 daysafter the deadline for submission <strong>of</strong> Bids as such deadline is stated in theInstructions <strong>to</strong> Bidders or as it may be extended by the Entity, notice <strong>of</strong> whichextension(s) <strong>to</strong> 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.134


Bid Security: GSIS BondRepublic <strong>of</strong> the PhilippinesGOVERNMENT SERVICE INSURANCE SYSTEMGENERAL INSURNCE FUNDGSIS Makati Building, 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 Administra<strong>to</strong>r <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 un<strong>to</strong> 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 <strong>to</strong>be made, we bind ourselves, our heirs, execu<strong>to</strong>rs, administra<strong>to</strong>rs, 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 <strong>to</strong> <strong>com</strong>ply 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; or2) if the Principal does not accept the correction <strong>of</strong> arithmetical errors <strong>of</strong> hisbid price in accordance with the Instruction’s <strong>to</strong> Bidders: or135


3) if the Principal having been notified <strong>of</strong> the acceptance <strong>of</strong> his Bid and award<strong>of</strong> contract <strong>to</strong> him by the Entity during the period <strong>of</strong> bid validity:a) fails or refuses <strong>to</strong> execute the Form <strong>of</strong> Contract in accordance withthe Instructions <strong>to</strong> Bidders, if required; orb) fails or refuses <strong>to</strong> furnish the Performance Security in accordancewith the Instructions <strong>to</strong> Bidders;then the Entity shall call on the bond upon a written demand <strong>to</strong> the Surety, and theSurety shall pay the Entity up <strong>to</strong> amount <strong>of</strong> the Bond, upon receipt by the Surety <strong>of</strong> awritten demand from the Entity, without the Entity having <strong>to</strong> substantiate its demand,provided that in the demand, the Entity will note that the sum claimed by it is due <strong>to</strong> theoccurrence <strong>of</strong> any or <strong>com</strong>bination <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________________________________________136


Standard Form Number: SF-INFR-43Revised on: August 11, 2004OUTLINENARRATIVE DESCRIPTIONOFCONSTRUCTION METHODS1.0 INTRODUCTIONRefer <strong>to</strong> 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 <strong>to</strong> ensure<strong>com</strong>pletion 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.137


Standard Form Number: SF-INFR-45Revised on: August 11, 2004Contrac<strong>to</strong>r’s Letter-Certificate <strong>to</strong> Procuring EntityDate <strong>of</strong> IssuanceEduardo S.L. Oban Jr.Officer-In-Charge<strong>Clark</strong> Development Corporation<strong>Clark</strong> Freeport Zone, PhilippinesDear Sir:Supplementing our Organizational Chart for the Contract, we have the honor <strong>to</strong> submitherewith, and <strong>to</strong> certify as true and correct, the following pertinent information:1. That I/we have engaged the services <strong>of</strong> ___(Name <strong>of</strong> Employee)___, <strong>to</strong> be the___(Designation)___ <strong>of</strong> the <strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong> <strong>Bayanihan</strong> <strong>Street</strong>,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) <strong>to</strong> 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 <strong>to</strong> supervise the<strong>ph</strong>ase <strong>of</strong> the construction work pertaining <strong>to</strong> this assignment as (Designation), allthe time.5. That, in order <strong>to</strong> guarantee that said Engineer shall perform his duties properlyand be personally present in the Job Site, he is hereby required <strong>to</strong> 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 <strong>to</strong> replace said (Designation) withanother Engineer, the Procuring Entity will be accordingly notified by us in writing138


at least twenty one (21) days before making the replacement. We will submit <strong>to</strong>the 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 contrac<strong>to</strong>r 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)139


Standard Form Number: SF-INFR-46Revised on: August 11, 2004Issuance DateKey Personnel’s Certificate <strong>of</strong> EmploymentEduardo S.L. Oban Jr.Officer-In-Charge<strong>Clark</strong> Development Corporation<strong>Clark</strong> Freeport Zone, 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>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong> <strong>Bayanihan</strong> <strong>Street</strong>, if awarded <strong>to</strong> it.As ___(Designation)___, I supervised the following <strong>com</strong>pleted projects similar <strong>to</strong>the 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___________________ ____________ ________ ___________________________________ ____________ ________ ___________________________________ ____________ ________ ___________________________________ ____________ ________ ________________140


In case <strong>of</strong> my separation for any reason whatsoever from the above-mentionedContrac<strong>to</strong>r, 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 <strong>to</strong> stay in the job site all the time <strong>to</strong>supervise and manage the Contract works <strong>to</strong> the best <strong>of</strong> my ability, and aware that I amauthorized <strong>to</strong> 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 abovementionedContrac<strong>to</strong>r <strong>to</strong> qualify for the Contract without any firm <strong>com</strong>mitment on mypart <strong>to</strong> assume the post <strong>of</strong> __(Designation)__ therefore, if the contract is awarded <strong>to</strong> himsince I understand that <strong>to</strong> do so will be a sufficient ground for my disqualification as__(Designation)__ in any future <strong>Clark</strong> Development Corporation bidding oremployment with any Contrac<strong>to</strong>r 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> _________ 2012affiant exhibiting <strong>to</strong> me his Residence Certificate No. _________ issued on_____________ at _______________.Doc. No. ________;Page No. ________;Book No. ________;Series <strong>of</strong> _________;Notary PublicUntil December 31, 2012141


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 <strong>to</strong> 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 _______ <strong>to</strong> ___________ year(s) from _______ <strong>to</strong> ___________ year(s) from _______ <strong>to</strong> ______142


10. Experience:This should cover the past ten (10) years <strong>of</strong> experience. (Attached as many pagesas necessary <strong>to</strong> 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 <strong>com</strong>ponents 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): <strong>to</strong> _______ (months) _______ (years)___________________________Name and Signature <strong>of</strong> EmployeeIt is hereby certified that the above personnel can be assigned <strong>to</strong> this project, if thecontract is awarded <strong>to</strong> our <strong>com</strong>pany.___________________________________(Place and Date)____________________________________(The Authorized Representative)143


Standard Form Number: SF-INFR-48Qualification <strong>of</strong> Key Personnel Proposed <strong>to</strong> be Assigned <strong>to</strong> the ContractProject Manager/EngineerMaterials Engineer Foreman Construction Safetyand Health PersonnelElectrical Engineer1 Name2 Address3 Date <strong>of</strong> Birth4 Employed Since5 Experience6PreviousEmployment7 Education8 PRC License144


List <strong>of</strong> Equipment, Owned or Leased and/or under PurchaseAgreements, Pledged <strong>to</strong> the Proposed ContractBusiness Name1. BusinessAddress: ___________________________________________________: ___________________________________________________A. OwnedDescription Model/Year Capacity /Performance /SizePlate No. Mo<strong>to</strong>r 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:_____________________145


DAYWORK SCHEDULEPROJECT : <strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong> <strong>Bayanihan</strong> <strong>Street</strong>LOCATION : <strong>Clark</strong> Freeport Zone, 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 <strong>to</strong>ols and gadgets in their respectivetrades like carpenter <strong>to</strong>ols, masonry <strong>to</strong>ols, etc.B) Unskilled worker's rates include the use <strong>of</strong> ordinary <strong>to</strong>ols provided by Contrac<strong>to</strong>r likepick and shovels, crowbars, wheel barrow, etc.C) Prices <strong>of</strong> materials will be subject <strong>to</strong> 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, s<strong>to</strong>rage, handling, etc.ready or use at site.SUBMITTED:CONTRACTOR:BY _______________146


Standard Form Number: SF-INFR-56Revised on: August 11, 2004ContractNameLocation: <strong>Extension</strong> <strong>of</strong> <strong>Manunggal</strong> <strong>Street</strong> <strong>to</strong> <strong>Bayanihan</strong> <strong>Street</strong>: <strong>Clark</strong> Freeport Zone, 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 Bidder147

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

Saved successfully!

Ooh no, something went wrong!