12.07.2015 Views

Philippine Bidding Documents - Clark Freeport Zone

Philippine Bidding Documents - Clark Freeport Zone

Philippine Bidding Documents - Clark Freeport Zone

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

<strong>Clark</strong> Development Corporation<strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, <strong>Philippine</strong>sBIDDING DOCUMENTProposed Security Gatefor <strong>Clark</strong> North AccessRoad Near DoloresInterchangePROJECT LOCATION:Prince Balagtas Avenue,<strong>Clark</strong><strong>Freeport</strong> <strong>Zone</strong>, <strong>Philippine</strong>s


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 ............................................... 81SECTION VII. DRAWINGS ....................................................... 82SECTION VIII. BILL OF QUANTITIES .................................... 126SECTION IX. BIDDING FORMS ............................................. 169


Section I. Invitation to Bid<strong>Clark</strong> Development Corporation 1 Section 1: Invitation to BidProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


<strong>Clark</strong> Development CorporationRepublic of the <strong>Philippine</strong>sInvitation to Bid for theProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange1. The <strong>Clark</strong> Development Corporation, through the Corporate Capital ExpendituresBudget for Cy 2012 intend to apply the sum of Php 11,488,054.45 being theApproved Budget for Contract (ABC) to payments under the contract for the ProposedSecurity Gate for <strong>Clark</strong> North Access Road Near Dolores Interchange. Bidsreceived in excess of the ABC shall be automatically rejected at Bid Opening.2. The <strong>Clark</strong> Development Corporation now invites bids for Proposed Security Gatefor <strong>Clark</strong> North Access Road Near Dolores Interchange 1 Completion of the Works isrequired within One Hundred Twenty (120) Calendar Days. Bidders should havecompleted, within ten (10) years from the date of submission and receipt of bids, a contractsimilar to the Project. The description of an eligible bidder is contained in the <strong>Bidding</strong><strong>Documents</strong>, particularly, in Section II. Instruction to Bidders.3. <strong>Bidding</strong> will be conducted through open competitive bidding procedures using nondiscretionarypass/fail criterion as specified in the Implementing Rules and Regulations(IRR) of Republic Act 9184 (RA 9184), otherwise known as the “Government ProcurementReform Act”.<strong>Bidding</strong> is restricted to Filipino citizens/sole proprietorships, partnerships, or organizationswith at least seventy five percent (75%) interest or outstanding capital stock belonging tocitizens of the <strong>Philippine</strong>s.1 A brief description of the type(s) of GOODS should be provided, including quantities, location of project, and other information necessary toenable potential bidders to decide whether or not to respond to the invitation.<strong>Clark</strong> Development Corporation 2 Section 1: Invitation to BidProposed Security Gate for <strong>Clark</strong> NorthAccess Road Near Dolores Interchange


4. Interested bidders may obtain further information from <strong>Clark</strong> Development Corporation-Bids and Awards Secretariat and inspect the <strong>Bidding</strong> <strong>Documents</strong> at the address givenbelow from 9:00 a.m. to 4:00 p.m. (December 03-21, 2012).5. A complete set of <strong>Bidding</strong> <strong>Documents</strong> may be purchased by interested Bidders from theaddress below and upon payment of a nonrefundable fee for the <strong>Bidding</strong> <strong>Documents</strong> in theamount of Php 25,000.00.It may also be downloaded from the website of the <strong>Philippine</strong> Government ElectronicProcurement System (PhilGEPS) and the website of the Procuring Entity, provided that biddersshall pay the fee for the <strong>Bidding</strong> <strong>Documents</strong> not later than the submission of their bids.6. The <strong>Clark</strong> Development Corporation- Bids and Awards Committee will hold a Pre-BidConference on December 10, 2012 (10:00 a.m.) at CDC Board Room, Ground Floor Bldg.2125 E. Quirino Avenue corner C.P. Garcia Street, CDC Corporate Center, <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>,<strong>Philippine</strong>s 2023 which shall be open to all interested parties who have purchased the <strong>Bidding</strong><strong>Documents</strong>. 27. Bids must be delivered to the address below on or before December 21, 2012 (10:00 a.m.)at CDC Board Room, Ground Floor Bldg. 2125 E. Quirino Avenue corner C.P. Garcia Street, CDCCorporate Center, <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, <strong>Philippine</strong>s 2023. All bids must be accompanied by abid security in any of the acceptable forms and in the amount stated in ITB Clause 18.Bids will be opened in the presence of the bidders‟ representatives who choose to attend at theaddress below. Late bids shall not be accepted.8. The CDC Minimum Required equipments to be considered eligible are as follows:CDC Minimum Required Equipment1. Pay Loader2. Pneumatic Tired Roller3. Motorized GraderQuantity1 Unit1 Unit1 Unit2 May be deleted in case the ABC is less than One Million Pesos (PhP1,000,000) where the Procuring Entity may not hold a pre-bid conference.<strong>Clark</strong> Development Corporation 3 Section 1: Invitation to BidProposed Security Gate for <strong>Clark</strong> NorthAccess Road Near Dolores Interchange


4. Hydraulic Backhoe5. Dump Truck6. Crawler Tractor with Dozer7. Cargo Truck8. Water Truck1 Unit2 Units1 Unit1 Unit1 Unit9. The CDC minimum required Key Personnel with each their complete qualifications (Form INFR-48), Letter to Procuring Entity (Form INFR-45), Notarized Certificate of Employment( FormINFR-46), Bio-data (Form INFR-47) and Photocopy of Valid Professional License (forProfessionals) to be eligible are as follows:1. Project Manager/Engineer2. Electrical Engineer3. Mechanical Engineer4. Materials Engineer duly accredited by DPWH5. Safety Engineer/ Occupational Safety and Health Officer6. Foreman10. The <strong>Clark</strong> Development Corporation- Bids and Awards Committee reserves the right toaccept or reject any bid, to annul the bidding process, and to reject all bids at any time priorto contract award, without thereby incurring any liability to the affected bidder or bidders.11. For further information, please refer to:Ms. Zoraida G. Camello (OIC)Bids and Awards SecretariatGround Floor Bldg.1082 <strong>Clark</strong> PolytechnicJ. Abad Santos Street, <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong><strong>Philippine</strong>s 2023Telefax No. (045) 5997028e-mail: bacsecretariat@clark.com.phwebsite: www.clark.com.phErnesto S. GorospeBAC-Chairman<strong>Clark</strong> Development Corporation 4 Section 1: Invitation to BidProposed Security Gate for <strong>Clark</strong> NorthAccess Road Near Dolores Interchange


Section II. Instructions to Bidders5


<strong>Clark</strong> Development CorporationTABLE OF CONTENTSA. GENERAL ........................................................................................ 71. Scope of Bid .......................................................................................... 72. Source of Funds ..................................................................................... 73. Corrupt, Fraudulent, Collusive, and Coercive Practices .............................. 74. Conflict of Interest ................................................................................. 95. Eligible Bidders .................................................................................... 106. Bidder‟s Responsibilities ........................................................................ 127. Origin of GOODS and Services .............................................................. 148. Subcontracts ........................................................................................ 14B. CONTENTS OF BIDDING DOCUMENTS .................................................... 149. Pre-Bid Conference .............................................................................. 1410. Clarification and Amendment of <strong>Bidding</strong> <strong>Documents</strong> ............................... 15C. PREPARATION OF BIDS ..................................................................... 1511. Language of Bids ................................................................................. 1512. <strong>Documents</strong> Comprising the Bid: Eligibility and Technical Components ..... 1613. <strong>Documents</strong> Comprising the Bid: Financial Component ............................ 1814. Alternative Bids .................................................................................... 1915. Bid Prices ............................................................................................ 2016. Bid Currencies ..................................................................................... 2017. Bid Validity .......................................................................................... 2118. Bid Security ......................................................................................... 2119. Format and Signing of Bids ................................................................... 2320. Sealing and Marking of Bids .................................................................. 24D. SUBMISSION AND OPENING OF BIDS .................................................... 2521. Deadline for Submission of Bids ............................................................ 2522. Late Bids ............................................................................................. 2523. Modification and Withdrawal of Bids ...................................................... 2524. Opening and Preliminary Examination of Bids ........................................ 26E. EVALUATION AND COMPARISON OF BIDS ............................................... 2725. Process to be Confidential .................................................................... 2726. Clarification of Bids .............................................................................. 2827. Detailed Evaluation and Comparison of Bids .......................................... 2828. Post Qualification ................................................................................. 2929. Reservation Clause ............................................................................... 30F. AWARD OF CONTRACT ...................................................................... 3130. Contract Award .................................................................................... 3131. Signing of the Contract ......................................................................... 3232. Performance Security ........................................................................... 3333. Notice to Proceed ................................................................................. 346Section II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


A. General1. Scope of Bid1.1. The Procuring Entity as defined in the BDS, invites bids for theconstruction of Works, as described in Section VI Specifications. Thename and identification number of the Contract is provided in the BDS.1.2. The successful bidder will be expected to complete the Works by theintended completion date specified in SCC Clause 1.17.2. Source of FundsThe Procuring Entity has a budget or has applied for or received funds fromthe Funding Source named in the BDS, and in the amount indicated in theBDS. It intends to apply part of the funds received for the Project, as definedin the BDS, to cover eligible payments under the Contract for the Works.3. Corrupt, Fraudulent, Collusive, and Coercive Practices3.1. Unless otherwise specified in the BDS, the Procuring Entity, as well asbidders and contractors, shall observe the highest standard of ethicsduring the procurement and execution of such contracts. In pursuanceof this policy, the Funding Source:(a)defines, for purposes of this provision, the terms set forth belowas follows:(i)"corrupt practice" means behavior on the part of officialsin the public or private sectors by which they improperlyand unlawfully enrich themselves, others, or induceothers to do so, by misusing the position in which theyare placed, and includes the offering, giving, receiving, orsoliciting of anything of value to influence the action ofany such official in the procurement process or incontract execution; entering, on behalf of the ProcuringEntity, into any contract or transaction manifestly andgrossly disadvantageous to the same, whether or not thepublic officer profited or will profit thereby, and similaracts as provided in Republic Act 3019;(ii)<strong>Clark</strong> Development Corporation"fraudulent practice" means a misrepresentation of factsin order to influence a procurement process or theexecution of a contract to the detriment of the ProcuringEntity, and includes collusive practices among Bidders7Section II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


(prior to or after Bid submission) designed to establishbid prices at artificial, non-competitive levels and todeprive the Procuring Entity of the benefits of free andopen competition;(iii)(iv)(v)“collusive practices” means a scheme or arrangementbetween two or more bidders, with or without theknowledge of the Procuring Entity, designed to establishbid prices at artificial, non-competitive levels; and“coercive practices” means harming or threatening toharm, directly or indirectly, persons, or their property toinfluence their participation in a procurement process, oraffect the execution of a contract;“obstructive practice” is(aa)(bb)deliberately destroying, falsifying, altering orconcealing of evidence material to anadministrative proceedings or investigation ormaking false statements to investigators in orderto materially impede an administrative proceedingsor investigation of the Procuring Entity or anyforeign government/foreign or internationalfinancing institution into allegations of a corrupt,fraudulent, coercive or collusive practice; and/orthreatening, harassing or intimidating any party toprevent it from disclosing its knowledge of mattersrelevant to the administrative proceedings orinvestigation or from pursuing such proceedings orinvestigation; oracts intended to materially impede the exercise ofthe inspection and audit rights of the ProcuringEntity or any foreign government/foreign orinternational financing institution herein.(b)(c)will reject a proposal for award if it determines that the bidderrecommended for award has engaged in corrupt or fraudulentpractices in competing for the Contract; andwill declare a firm ineligible, either indefinitely or for a statedperiod of time, to be awarded Contract funded by the FundingSource if it at any time determines that the firm has engaged incorrupt or fraudulent practices in competing or, or in executing,a Contract funded by the Funding Source.8<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


3.2. Further, the Procuring Entity will seek to impose the maximum civil,administrative, and/or criminal penalties available under the applicablelaws on individuals and organizations deemed to be involved in any ofthe practices mentioned in ITB Clause 3.1.(a).3.3. Furthermore, the Funding Source and the Procuring Entity reserve theright to inspect and audit records and accounts of a contractor in thebidding for and performance of a contract themselves or throughindependent auditors as reflected in the GCC Clause 34.4. Conflict of Interest4.1. All bidders found to have conflicting interests shall be disqualified toparticipate in the procurement at hand, without prejudice to theimposition of appropriate administrative, civil, and criminal sanctions. ABidder may be considered to have conflicting interests with anotherBidder in any of the events described in paragraphs (a) through (c)and a general conflict of interest in any of the circumstances set out inparagraphs (d) through (g) below:(a)(b)(c)(d)(e)(f)A Bidder has controlling shareholders in common with anotherBidder;A Bidder receives or has received any direct or indirect subsidyfrom any other Bidder;A Bidder has the same legal representative as that of anotherBidder for purposes of this Bid;A Bidder has a relationship, directly or through third parties, thatputs them in a position to have access to information about orinfluence on the bid of another Bidder or influence the decisionsof the Procuring Entity regarding this bidding process. This willinclude a firm or an organization who lends, or temporarilyseconds, its personnel to firms or organizations which areengaged in consulting services for the preparation related toprocurement for or implementation of 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 of subcontractorsin more than one bid;A Bidder who participated as a consultant in the preparation ofthe design or technical specifications of the goods and relatedservices that are the subject of the bid; or9<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


(g)A Bidder who lends, or temporary seconds, its personnel tofirms or organizations which are engaged in consulting servicesfor the preparation related to procurement for orimplementation of the project, if the personnel would beinvolved in any capacity on the same project.4.2. In accordance with Section 47 of the IRR-A of RA 9184, all <strong>Bidding</strong><strong>Documents</strong> shall be accompanied by a sworn affidavit of the Bidderthat it is not related to the Head of the Procuring Entity, members ofthe Bids and Awards Committee (BAC), members of the TechnicalWorking Group (TWG), members of the BAC Secretariat, the head ofthe Project Management Office (PMO) or the end-user unit, and theproject consultants, by consanguinity or affinity up to the third civildegree. On the part of the bidder, this Clause shall apply to thefollowing persons:(a)(b)(c)(d)If the Bidder is an individual or a sole proprietorship, to theBidder himself;If the Bidder is a partnership, to all its officers and members;If the Bidder is a corporation, to all its officers, directors, andcontrolling stockholders; andIf the Bidder is a joint venture (JV), the provisions of items (a),(b), or (c) of this Clause shall correspondingly apply to each ofthe members of the said JV, as may be appropriate.Relationship of the nature described above or failure to comply withthis Clause will result in the automatic disqualification of a Bidder.5. Eligible Bidders5.1. Unless otherwise indicated in the BDS, the following persons shall beeligible to participate in this <strong>Bidding</strong>:(a)(b)(c)Duly licensed Filipino citizens/sole proprietorships;Partnerships duly organized under the laws of the <strong>Philippine</strong>sand of which at least seventy five percent (75%) of the interestbelongs to citizens of the <strong>Philippine</strong>s;Corporations duly organized under the laws of the <strong>Philippine</strong>s,and of which at least seventy five percent (75%) of theoutstanding capital stock belongs to citizens of the <strong>Philippine</strong>s;(d)Cooperatives duly organized under the laws of the <strong>Philippine</strong>s,and of which at least seventy five percent (75%) of the interestbelongs to citizens of the <strong>Philippine</strong>s; and10<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


(e)Persons/entities forming themselves into a JV, i.e., a group oftwo (2) or more persons/entities that intend to be jointly andseverally responsible or liable for a particular contract: Provided,however, that, in accordance with Letter of Instructions No.630, Filipino ownership or interest of the joint ventureconcerned shall be at least seventy five percent (75%):Provided, further, that joint ventures in which Filipino ownershipor interest is less than seventy five percent (75%) may beeligible where the structures to be built require the applicationof 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 ofeach of the members of the joint venture as specified in theirJVA.5.2. The Procuring Entity may also invite foreign bidders when provided forunder any Treaty or International or Executive Agreement as specifiedin the BDS.5.3. Government Corporate Entities may be eligible to participate only ifthey can establish that they (a) are legally and financially autonomous,(b) operate under commercial law, and (c) are not dependent agenciesof the GOP or the Procuring Entity.5.4. (a) Unless otherwise provided in the BDS, the Bidder must havecompleted, within ten (10) years from the submission of bids, a singlecontract that is similar to this Project, equivalent to at least fiftypercent (50%) of the ABC adjusted to current prices using the NationalStatistics Office consumer price index.(b) For Foreign-funded Procurement, the Procuring Entity and theforeign government/foreign or international financing institution mayagree on another track record requirement, as specified in the BDS.For this purpose, contracts similar to the Project shall be thosedescribed in the BDS, and completed within the period stated in theInvitation to Bid and ITB Clause12.1 (a) (iii).5.5. The Bidder must submit a computation of its Net Financial ContractingCapacity (NFCC) or a Commitment from a Universal or Commercialbank to extend a credit line in its favor if awarded the contract for thisproject (CLC).The NFCC, computed using the following formula, must be at leastequal to the ABC to be bid:<strong>Clark</strong> Development Corporation11Section II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


NFCC = [(Current assets minus current liabilities) (K)] minus thevalue of all outstanding or uncompleted portions of the projectsunder ongoing contracts, including awarded contracts yet to bestarted coinciding with the contract for this Project.Where:K = 10 for a contract duration of one year or less, 15 for a contractduration of more than one year up to two years, and 20 for acontract duration of more than two years.The CLC must be at least equal to ten percent (10%) of 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 of local government units (LGUs), the Bidder mayalso submit CLC from other banks certified by the Bangko Sentral ngPilipinas (BSP) as authorized to issue such financial instrument.6. Bidder’s Responsibilities6.1. The Bidder or its duly authorized representative shall submit a swornstatement in the form prescribed in Section IX <strong>Bidding</strong> Forms asrequired in ITB Clause 12.1. (b) (iii).6.2. The Bidder is responsible for the following:(a)(b)(c)(d)(e)(f)Having taken steps to carefully examine all of the <strong>Bidding</strong><strong>Documents</strong>;Having acknowledged all conditions, local or otherwise, affectingthe implementation of the contract;Having made an estimate of the facilities available and neededfor the contract to be bid, if any; andHaving complied with its responsibility to inquire or secureSupplemental/Bid Bulletin/s as provided under ITB Clause 10.3.Ensuring that it is not “blacklisted” or barred from bidding by theGOP or any of its agencies, offices, corporations, or LGUs,including foreign government/foreign or international financinginstitution whose blacklisting rules have been recognized by theGPPB;Ensuring that each of the documents submitted in satisfaction ofthe bidding requirements is an authentic copy of the original,complete, and all statements and information provided thereinare true and correct;12<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


(g)(h)(i)(j)Authorizing the Head of the Procuring Entity or its dulyauthorized representative/s to verify all the documentssubmitted;Ensuring that the signatory is the duly authorized representativeof the Bidder, and granted full power and authority to do,execute and perform any and all acts necessary and/or torepresent the Bidder in the bidding, with the duly notarizedSecretary‟s Certificate attesting to such fact, if the Bidder is acorporation, partnership, cooperative, or joint venture;Complying with the disclosure provision under Section 47 of theAct in relation to other provisions of Republic Act 3019; andComplying with existing labor laws and standards.Failure to observe any of the above responsibilities shall be at the riskof the Bidder concerned.6.3. The Bidder, by the act of submitting its bid, shall be deemed to haveinspected the site, determined the general characteristics of thecontract works and the conditions for this Project and examine allinstructions, forms, terms, and project requirements in the <strong>Bidding</strong><strong>Documents</strong>.6.4. It shall be the sole responsibility of the prospective bidder to determineand to satisfy itself by such means as it considers necessary ordesirable as to all matters pertaining to this Project, including: (a) thelocation and the nature of the contract, project, or work; (b) climaticconditions; (c) transportation facilities; (c) nature and condition of theterrain, geological conditions at the site communication facilities,requirements, location and availability of construction aggregates andother materials, labor, water, electric power and access roads; and (d)other factors that may affect the cost, duration and execution orimplementation of 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 of the data furnished by the procuring entity.6.6. Before submitting their bids, the Bidders are deemed to have becomefamiliar with all existing laws, decrees, ordinances, acts and regulationsof the <strong>Philippine</strong>s which may affect the contract in any way.6.7. The Bidder shall bear all costs associated with the preparation andsubmission of his bid, and the Procuring Entity will in no case beresponsible or liable for those costs, regardless of the conduct oroutcome of the bidding process.13<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


6.8. Bidders should note that the Procuring Entity will only accept bids onlyfrom those that have paid the nonrefundable fee for the <strong>Bidding</strong><strong>Documents</strong> at the office indicated in the Invitation to Bid.7. Origin of GOODS and ServicesThere is no restriction on the origin of Goods, or Contracting of Works orServices other than those prohibited by a decision of the United NationsSecurity Council taken under Chapter VII of the Charter of the United Nations.8. Subcontracts8.1. Unless otherwise specified in the BDS, the Bidder may subcontractportions of the Works to an extent as may be approved by theProcuring Entity and stated in the BDS. However, subcontracting ofany portion shall not relieve the Bidder from any liability or obligationthat may arise from the contract for this Project.8.2. Subcontractors must submit the documentary requirements under ITBClause 12 and comply with the eligibility criteria specified in the BDS.In the event that any subcontractor is found by the Procuring Entity tobe ineligible, the subcontracting of such portion of the Works shall bedisallowed.8.3. The Bidder may identify the subcontractor to whom a portion of theWorks will be subcontracted at any stage of the bidding process orduring contract implementation. If the Bidder opts to disclose thename of the subcontractor during bid submission, the Bidder shallinclude the required documents as part of the technical component ofits bid.9. Pre-Bid ConferenceB. Contents of <strong>Bidding</strong> <strong>Documents</strong>9.1. (a) If so specified in the BDS, a pre-bid conference shall be held at thevenue and on the date indicated therein, to clarify and address theBidders‟ questions on the technical and financial components of thisProject.(b) The pre-bid conference shall be held at least twelve (12) calendardays before the deadline for the submission of and receipt of bids. Ifthe Procuring Entity determines that, by reason of the method, nature,or complexity of the contract to be bid, or when internationalparticipation will be more advantageous to the GOP, a longer period forthe preparation of bids is necessary, the pre-bid conference shall beheld at least thirty (30) calendar days before the deadline for thesubmission and receipt of bids, as specified in the BDS.<strong>Clark</strong> Development Corporation14Section II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


9.2. Bidders are encouraged to attend the pre-bid conference to ensurethat they fully understand the Procuring Entity‟s requirements. Nonattendanceof the Bidder will in no way prejudice its bid; however, theBidder is expected to know the changes and/or amendments to the<strong>Bidding</strong> <strong>Documents</strong> as recorded in the minutes of the pre-bidconference and the Supplemental/Bid Bulletin.9.3. Any statement made at the pre-bid conference shall not modify theterms of the bidding documents unless such statement is specificallyidentified in writing as an amendment thereto and issued as aSupplemental/Bid Bulletin.10. Clarification and Amendment of <strong>Bidding</strong> <strong>Documents</strong>10.1. Bidders who have purchased the <strong>Bidding</strong> <strong>Documents</strong> may request forclarification(s) on any part of the <strong>Bidding</strong> <strong>Documents</strong> or for aninterpretation. Such a request must be in writing and submitted to theProcuring Entity at the address indicated in the BDS at least ten (10)calendar days before the deadline set for the submission and receipt ofBids.10.2. Supplemental/Bid Bulletins may be issued upon the Procuring Entity‟sinitiative for purposes of clarifying or modifying any provision of the<strong>Bidding</strong> <strong>Documents</strong> not later than seven (7) calendar days before thedeadline for the submission and receipt of Bids. Any modification tothe <strong>Bidding</strong> <strong>Documents</strong> shall be identified as an amendment.10.3. Any Supplemental/Bid Bulletin issued by the BAC shall also be postedon the <strong>Philippine</strong> Government Electronic Procurement System(PhilGEPS) and the website of the Procuring Entity concerned, ifavailable. Unless, otherwise provided in the BDS, it shall be theresponsibility of all Bidders who secure the <strong>Bidding</strong> <strong>Documents</strong> toinquire and secure Supplemental/Bid Bulletins that may be issued bythe BAC. However, bidders who have submitted bids before theissuance of the Supplemental/Bid Bulletin must be informed andallowed to modify or withdraw their bids in accordance with ITBClause 23.11. Language of BidsC. Preparation of BidsThe Bid, as well as all correspondence and documents relating to the Bidexchanged by the Bidder and the Procuring Entity, shall be written in English.Supporting documents and printed literature furnished by the Bidder may bein another language provided they are accompanied by an accuratetranslation in English certified by the appropriate embassy or consulate in the15<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


<strong>Philippine</strong>s, in which case the English translation shall govern, for purposes ofinterpretation of the Bid.12. <strong>Documents</strong> 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 <strong>Documents</strong> –Class "A" <strong>Documents</strong>:(i)(ii)(iii)Registration certificate from Securities and ExchangeCommission (SEC), Department of Trade and Industry(DTI) for sole proprietorship, or CooperativeDevelopment Authority (CDA) for cooperatives, or anyproof of such registration as stated in the BDS;Mayor‟s permit issued by the city or municipality wherethe principal place of business of the prospective bidder islocated;Statement of all its on-going and completed governmentand private contracts within ten (10) years from thesubmission of bids, including contracts awarded but notyet started, if any. The statement shall include, for eachcontract, the following:(iii.1) name of the contract;(iii.2) date of the contract;(iii.3) contract duration;(iii.4) owner‟s name and address;(iii.5) nature of work;(iii.6) contractor‟s role (whether sole contractor,subcontractor, or partner in a JV) and percentageof participation;(iii.7) total contract value at award;(iii.8) date of completion or estimated completion time;(iii.9) total contract value at completion, if applicable;16<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


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


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


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


15. Bid Prices15.1. The contract shall be for the whole Works, as described in ITB Clause1.1., based on the priced Bill of Quantities submitted by the Bidder.15.2. The Bidder shall fill in rates and prices for all items of the Worksdescribed in the Bill of Quantities. Bids not addressing or providing allof the required items in the <strong>Bidding</strong> <strong>Documents</strong> including, whereapplicable, bill of quantities, shall be considered non-responsive and,thus, automatically disqualified. In this regard, where a required item isprovided, but no price is indicated, the same shall be considered asnon-responsive, but specifying a "0" (zero) for the said item wouldmean that it is being offered for free to the Government.15.3. All duties, taxes, and other levies payable by the Contractor under theContract, or for any other cause, prior to the deadline for submission ofbids, shall be included in the rates, prices, and total bid price submittedby the Bidder.15.4. All bid prices for the given scope of work in the contract as awardedshall be considered as fixed prices, and therefore not subject to priceescalation during contract implementation, except under extraordinarycircumstances as specified in GCC Clause 48. Price escalation may beallowed in extraordinary circumstances as may be determined by theNational Economic and Development Authority in accordance with theCivil Code of the <strong>Philippine</strong>s, and upon the recommendation of theProcuring Entity. Furthermore, in cases where the cost of the awardedcontract is affected by any applicable new laws, ordinances,regulations, or other acts of the GOP, promulgated after the date of 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 <strong>Philippine</strong> Pesos unless otherwiseprovided in the BDS. However, for purposes of bid evaluation, bidsdenominated in foreign currencies shall be converted to <strong>Philippine</strong>currency based on the exchange rate prevailing on the day of the Bidopening.16.2. If so allowed in accordance with ITB Clause 16.1, the Procuring Entityfor purposes of bid evaluation and comparing the bid prices willconvert the amounts in various currencies in which the bid price isexpressed to <strong>Philippine</strong> Pesos at the exchange rate as published in theBSP reference rate bulletin on the day of the bid opening.16.3. Unless otherwise specified in the BDS, payment of the contract priceshall be made in <strong>Philippine</strong> Pesos.<strong>Clark</strong> Development Corporation20Section II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


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 ofthe opening of bids.17.2. In exceptional circumstances, prior to the expiration of the bid validityperiod, the Procuring Entity may request Bidders to extend the periodof validity of their bids. The request and the responses shall be madein writing. The bid security described in ITB Clause 18 should also beextended corresponding to the extension of the bid validity period atthe least. A Bidder may refuse the request without forfeiting its bidsecurity, but his bid shall no longer be considered for further evaluationand award. A Bidder granting the request shall not be required orpermitted to modify its bid.18. Bid Security18.1. The bid security, issued in favor of the Procuring Entity, in the amountstated in the BDS shall be equal to the percentage of the ABC inaccordance with the following schedule:(a)Form of Bid SecurityCash or cashier‟s/manager‟s check issued by aUniversal or Commercial Bank;Amount of BidSecurity(Equal to Percentageof the ABC)(b) Bank draft /guarantee or Irrevocable letter ofcredit issued by a Universal or Commercial Bank:provided, however, that it shall be confirmed orauthenticated by a Universal or Commercial Bank,if issued by a foreign bank;Two percent (2%)(c) Surety bond callable upon demand issued by asurety or insurance company duly certified by theInsurance Commission as authorized to issueFive percent (5%)such security; and/or(d) Any combination of the foregoing. Proportionate toshare of form withrespect to totalamount of securityFor biddings conducted by local government units, the Bidder may alsosubmit bid securities in the form of cashier‟s/manager‟s check, bank21<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


draft/guarantee, or irrevocable letter of credit from other banks certifiedby the BSP as authorized to issue such financial statement.18.2. The bid security should be valid for the period specified in the BDS.Any bid not accompanied by an acceptable bid security shall berejected by the Procuring Entity as non-responsive.18.3. No bid securities shall be returned to bidders after the opening of bidsand before contract signing, except to those that failed or declared aspost-disqualified, upon submission of a written waiver of their right tofile a motion for reconsideration and/or protest Upon signing andexecution of the contract, pursuant to ITB Clause 31, and the postingof the performance security, pursuant to ITB Clause 32, the successfulBidder‟s Bid security will be discharged, but in no case later than theBid security validity period as indicated in ITB Clause 18.2.18.4. In lieu of a bid security mentioned in Section 18.1., the bidder maysubmit a Bid Securing Declaration that is an undertaking which states,among others, that the bidder shall enter into contract with theprocuring entity and furnish the required performance security withinten (10) calendar days, or, less, as indicated in the <strong>Bidding</strong> <strong>Documents</strong>,from receipt of the Notice of Award, and committing to pay thecorresponding fine and be suspended for a period of time from beingqualified to participate in any government procurement activity in theevent it violates any conditions stated therein as required in theguidelines issued by the GPPB. (GPPB Resolution No. 03-2012 dated 27January 2012)18.5. In no case shall Bid Security or Bid Securing Declaration be returnedlater than the expiration of the bid validity period indicated, unless ithas been extended in accordance with Section 28.2 of the Revised IRRof R.A. 9184 (GPPB Resolution No. 03-2012 dated 27 January 2012)18.6. The bid security may be forfeited:(a)if a Bidder:(i)(ii)(iii)withdraws its Bid during the period of Bid validityspecified in ITB Clause 17;does not accept the correction of errors pursuant to ITBClause 27.3 (b);fails to submit the requirements within the prescribedperiod, or a finding against their veracity, as stated inITB Clause 28.2.;22<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


(iv)(v)(vi)(vii)(viii)(ix)(x)(xi)(xii)submission of eligibility requirements containing falseinformation or falsified documents;submission of bids that contain false information orfalsified documents, or the concealment of suchinformation in the bids in order to influence the outcomeof eligibility screening or any other stage of the publicbidding;allowing the use of one‟s name, or using the name ofanother for purposes of public bidding;withdrawal of a bid, or refusal to accept an award, orenter into contract with the Government withoutjustifiable cause, after the Bidder had been adjudged ashaving submitted the Lowest Calculated and ResponsiveBid;refusal or failure to post the required performancesecurity within the prescribed time;refusal to clarify or validate in writing its bid during postqualificationwithin a period of seven (7) calendar daysfrom receipt of the request for clarification;any documented attempt by a bidder to unduly influencethe outcome of the bidding in his favor;failure of the potential joint venture partners to enter intothe joint venture after the bid is declared successful; orall other acts that tend to defeat the purpose of thecompetitive bidding, such as habitually withdrawing frombidding, submitting late Bids or patently insufficient bid,for at least three (3) times within a year, except for validreasons.(b)if the successful Bidder:(i)(ii)fails to sign the contract in accordance with ITB Clause31;fails to furnish performance security in accordance withITB Clause 32.19. Format and Signing of Bids19.1. Bidders shall submit their bids through their duly authorizedrepresentative using the appropriate forms provided in Section IX<strong>Clark</strong> Development Corporation23Section II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


<strong>Bidding</strong> Forms on or before the deadline specified in the ITB Clauses21 in two (2) separate sealed bid envelopes, and which shall besubmitted simultaneously. The first shall contain the technicalcomponent of the bid, including the eligibility requirements under ITBClause 12.1, and the second shall contain the financial component ofthe bid.19.2. Forms as mentioned in ITB Clause 19.1 must be completed withoutany alterations to their format, and no substitute form shall beaccepted. All blank spaces shall be filled in with the informationrequested.19.3. The Bidder shall prepare an original of the first and second envelopesas described in ITB Clauses 12 and 13. In addition, the Bidder shallsubmit copies of the first and second envelopes. In the event of 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 thereof shall be initialed, by the duly authorizedrepresentative/s of the Bidder.19.5. Any interlineations, erasures, or overwriting shall be valid only if theyare signed or initialed by the duly authorized representative/s of theBidder.20. Sealing and Marking of 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 of their financialcomponent in another sealed envelope marked “ORIGINAL -FINANCIAL COMPONENT”, sealing them all in an outer envelopemarked “ORIGINAL BID”.20.2. Each copy of 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 of copies of 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:24<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


(a)(b)(c)(d)(e)contain the name of the contract to be bid in capital letters;bear the name and address of the Bidder in capital letters;be addressed to the Procuring Entity‟s BAC indentified in ITBClause 10.1.;bear the specific identification of this bidding process indicatedin the Invitation to Bid; andbear a warning “DO NOT OPEN BEFORE…” the date and time forthe opening of bids, in accordance with ITB Clause 21.20.5. If bids are not sealed and marked as required, the Procuring Entity willassume no responsibility for the misplacement or premature opening ofthe bid.D. Submission and Opening of Bids21. Deadline for Submission of 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 of bidsprescribed by the Procuring Entity, pursuant to ITB Clause 21, shall bedeclared “Late” and shall not be accepted by the Procuring Entity.23. Modification and Withdrawal of Bids23.1. The Bidder may modify its bid after it has been submitted; providedthat the modification is received by the Procuring Entity prior to thedeadline prescribed for submission and receipt of bids. The Bidder shallnot be allowed to retrieve its original bid, but shall be allowed tosubmit another bid equally sealed, properly identified, linked to itsoriginal bid marked as “TECHNICAL MODIFICATION” or “FINANCIALMODIFICATION” and stamped “received” by the BAC. Bid modificationsreceived after the applicable deadline shall not be considered and shallbe returned to the Bidder unopened.23.2. A Bidder may, through a letter of withdrawal, withdraw its Bid after ithas been submitted, for valid and justifiable reason; provided that theletter of withdrawal is received by the Procuring Entity prior to thedeadline prescribed for submission and receipt of bids.23.3. Bids requested to be withdrawn in accordance with ITB Clause 23.1shall be returned unopened to the Bidders. A Bidder may also express25<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


its intention not to participate in the bidding through a letter whichshould reach and be stamped by the BAC before the deadline forsubmission and receipt of bids. A Bidder that withdraws its bid shall notbe permitted to submit another bid, directly or indirectly, for the samecontract.23.4. No bid may be modified after the deadline for submission of bids. Nobid may be withdrawn in the interval between the deadline forsubmission of bids and the expiration of the period of bid validityspecified by the Bidder on the Financial Bid Form. Withdrawal of a bidduring this interval shall result in the forfeiture of the Bidder‟s bidsecurity, pursuant to ITB Clause 18.5, and the imposition ofadministrative, civil, and criminal sanctions as prescribed by RA 9184and its IRR.24. Opening and Preliminary Examination of Bids24.1. The BAC shall open the first bid envelopes of Bidders in public asspecified in the BDS to determine each Bidder‟s compliance with thedocuments prescribed in ITB Clause 12. For this purpose, the BACshall check the submitted documents of each bidder against a checklistof required documents to ascertain if they are all present, using a nondiscretionary“pass/fail” criterion. If a bidder submits the requireddocument, it shall be rated “passed” for that particular requirement. Inthis regard, bids that fail to include any requirement or are incompleteor patently insufficient shall be considered as “failed”. Otherwise, theBAC shall rate the said first bid envelope as “passed”.24.2. Unless otherwise specified in the BDS, immediately after determiningcompliance with the requirements in the first envelope, the BAC shallforthwith open the second bid envelope of each remaining eligiblebidder whose first bid envelope was rated “passed”. The secondenvelope of each complying bidder shall be opened within the sameday. In case one or more of the requirements in the second envelopeof a particular bid is missing, incomplete or patently insufficient, and/orif the submitted total bid price exceeds the ABC unless otherwiseprovided in ITB Clause 13.1(b), the BAC shall rate the bid concernedas “failed”. Only bids that are determined to contain all the bidrequirements for both components shall be rated “passed” and shallimmediately be considered for evaluation and comparison.24.3. Letters of withdrawal shall be read out and recorded during bidopening, and the envelope containing the corresponding withdrawn bidshall be returned to the Bidder unopened. If the withdrawing Bidder‟srepresentative is in attendance, the original bid and all copies thereofshall be returned to the representative during the bid opening. If therepresentative is not in attendance, the Bid shall be returned unopened26<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


y registered mail. The Bidder may withdraw its bid prior to thedeadline for the submission and receipt of bids, provided that thecorresponding letter of withdrawal contains a valid authorizationrequesting for such withdrawal, subject to appropriate administrativesanctions.24.4. If a Bidder has previously secured a certification from the ProcuringEntity to the effect that it has previously submitted the aboveenumeratedClass “A” <strong>Documents</strong>, the said certification may besubmitted in lieu of the requirements enumerated in ITB Clause12.1(a), items (i) to (vi).24.5. In the case of an eligible foreign Bidder as described in ITB Clause 5,the Class “A” <strong>Documents</strong> enumerated in ITB Clause 12.1(a) may besubstituted with the appropriate equivalent documents, if any, issuedby the country of the foreign Bidder concerned.24.6. Each partner of a joint venture agreement shall likewise submit thedocuments required in ITB Clauses 12.1(a)(i) and 12.1(a)(ii).Submission of documents required under ITB Clauses 12.1 (a) (iii) to12.1. (a) (vi) by any of the joint venture partners constitutescompliance.24.7. A Bidder determined as “failed” has three (3) calendar days uponwritten notice or, if present at the time of bid opening, upon verbalnotification within which to file a request for reconsideration with theBAC: Provided, however, that the request for reconsideration shall notbe granted if it is established that the finding of failure is due to thefault of the Bidder concerned: Provided, further, that the BAC shalldecide on the request for reconsideration within seven (7) calendardays from receipt thereof. If a failed Bidder signifies his intent to file arequest for reconsideration, the BAC shall keep the bid envelopes ofthe said failed Bidder unopened and/or duly sealed until such time thatthe request for reconsideration or protest has been resolved.E. Evaluation and Comparison of Bids25. Process to be Confidential25.1. Members of the BAC, including its staff and personnel, as well as itsSecretariat and TWG, are prohibited from making or accepting any kindof communication with any bidder regarding the evaluation of theirbids until the issuance of the Notice of Award, unless in the case ofITB Clause 26.25.2. Any effort by a bidder to influence the Procuring Entity in the ProcuringEntity‟s decision in respect of Bid evaluation, Bid comparison orcontract award will result in the rejection of the Bidder‟s Bid.<strong>Clark</strong> Development Corporation27Section II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


26. Clarification of BidsTo assist in the evaluation, comparison and post-qualification of the bids, thePurchaser may ask in writing any Bidder for a clarification of its bid. Allresponses to requests for clarification shall be in writing. Any clarificationsubmitted by a Bidder in respect to its bid and that is not in response to arequest by the Procuring Entity shall not be considered.27. Detailed Evaluation and Comparison of Bids27.1. The Procuring Entity will undertake the detailed evaluation andcomparison of Bids which have passed the opening and preliminaryexamination of Bids, pursuant to ITB Clause 24, in order to determinethe Lowest Calculated Bid.27.2. In evaluating the Bids to get the Lowest Calculated Bid, the ProcuringEntity shall undertake the following:(a)(b)The detailed evaluation of the financial component of the bids,to establish the correct calculated prices of the bids; andThe ranking of the total bid prices as so calculated from thelowest to highest. The bid with the lowest price shall beidentified as the Lowest Calculated Bid.27.3. The Procuring Entity's BAC shall immediately conduct a detailedevaluation of all bids rated “passed,” using non-discretionary “pass/fail”criterion. Unless otherwise specified in the BDS, the BAC shall considerthe following in the evaluation of bids:(a)(b)Completeness of the bid. Unless the ITB specifically allowspartial bids, bids not addressing or providing all of the requireditems in the Schedule of Requirements including, whereapplicable, bill of quantities, shall be considered non-responsiveand, thus, automatically disqualified. In this regard, where arequired item is provided, but no price is indicated, the sameshall be considered as non-responsive, but specifying a "0"(zero) for the said item would mean that it is being offered forfree to the Procuring Entity; andArithmetical corrections. Consider computational errors andomissions to enable proper comparison of all eligible bids. Itmay also consider bid modifications if expressly allowed in theBDS. Any adjustment shall be calculated in monetary terms todetermine the calculated prices.27.4. Based on the detailed evaluation of bids, those that comply with theabove-mentioned requirements shall be ranked in the ascending order28<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


of their total calculated bid prices, as evaluated and corrected forcomputational errors, discounts and other modifications, to identify theLowest Calculated Bid. Total calculated bid prices, as evaluated andcorrected for computational errors, discounts and other modifications,which exceed the ABC shall not be considered, unless otherwiseindicated in the BDS.27.5. The Procuring Entity‟s evaluation of bids shall only be based on the bidprice quoted in the Financial Bid Form.27.6. Bids shall be evaluated on an equal footing to ensure fair competition.For this purpose, all bidders shall be required to include in their bidsthe cost of all taxes, such as, but not limited to, value added tax (VAT),income tax, local taxes, and other fiscal levies and duties which shallbe itemized in the bid form and reflected in the detailed estimates.Such bids, including said taxes, shall be the basis for bid evaluationand comparison.28. Post Qualification28.1. The Procuring Entity shall determine to its satisfaction whether theBidder that is evaluated as having submitted the Lowest Calculated Bidcomplies with and is responsive to all the requirements and conditionsspecified in ITB Clauses 5, 12, and 13.28.2. Within a non-extendible period of three (3) calendar days from receiptby the Bidder of 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 of 2005;(b)(c)(d)Latest income and business tax returns in the form specified inthe BDS;Certificate of Phil-GEPS Registration; andOther appropriate licenses and permits required by law andstated in the BDS.Failure of the Bidder declared as LCB to duly submit the requirementsunder this Clause or a finding against the veracity of such, shall beground for forfeiture of the bid security and disqualification of theBidder for award.28.3. The determination shall be based upon an examination of thedocumentary evidence of the Bidder‟s qualifications submitted pursuantto ITB Clauses 12 and 13, as well as other information as the29<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


Procuring Entity deems necessary and appropriate, using a nondiscretionary“pass/fail” criterion.28.4. If the BAC determines that the Bidder with the Lowest Calculated Bidpasses all the criteria for post-qualification, it shall declare the said bidas the Lowest Calculated Responsive Bid, and recommend to the Headof the Procuring Entity the award of contract to the said Bidder at itssubmitted price or its calculated bid price, whichever is lower, subjectto ITB Clause 30.3.28.5. A negative determination shall result in rejection of the Bidder‟s Bid, inwhich event the Procuring Entity shall proceed to the next LowestCalculated Bid to make a similar determination of that Bidder‟scapabilities to perform satisfactorily. If the second Bidder, however,fails the post qualification, the procedure for post qualification shall berepeated for the Bidder with the next Lowest Calculated Bid, and so onuntil the Lowest Calculated and Responsive Bid is determined forcontract award.28.6. Within a period not exceeding seven (7) calendar days from the date ofreceipt of the recommendation of the BAC, the Head of the ProcuringEntity shall approve or disapprove the said recommendation. In thecase of 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 of a bidder, theProcuring Entity concerned reserves the right to review itsqualifications at any stage of the procurement process if it hasreasonable grounds to believe that a misrepresentation has been madeby the said bidder, or that there has been a change in the Bidder‟scapability to undertake the project from the time it submitted itseligibility requirements. Should such review uncover anymisrepresentation made in the eligibility and bidding requirements,statements or documents, or any changes in the situation of the Bidderwhich will affect its capability to undertake the project so that it failsthe preset eligibility or bid evaluation criteria, the Procuring Entity shallconsider the said Bidder as ineligible and shall disqualify it fromsubmitting a bid or from obtaining an award or contract.29.2. Based on the following grounds, the Procuring Entity reserves the rightto reject any and all Bids, declare a Failure of <strong>Bidding</strong> at any time priorto the contract award, or not to award the contract, without therebyincurring any liability, and make no assurance that a contract shall beentered into as a result of the bidding:30<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


(a)(b)(c)If there is prima facie evidence of collusion between appropriatepublic officers or employees of the Procuring Entity, or betweenthe BAC and any of the bidders, or if the collusion is between oramong the bidders themselves, or between a bidder and a thirdparty, including any act which restricts, suppresses or nullifies ortends to restrict, suppress or nullify competition;If the Procuring Entity‟s BAC is found to have failed in followingthe prescribed bidding procedures; orFor any justifiable and reasonable ground where the award ofthe contract will not redound to the benefit of the Governmentas follows:(i)(ii)(iii)If the physical and economic conditions have significantlychanged so as to render the project no longereconomically, financially or technically feasible asdetermined by the head of the procuring entity;If the project is no longer necessary as determined bythe head of the procuring entity; andIf the source of funds for the project has been withheldor reduced through no fault of the Procuring Entity.29.3. In addition, the Procuring Entity may likewise declare a failure ofbidding when:(a)(b)(c)(d)No bids are received;All prospective bidders are declared ineligible;All bids fail to comply with all the bid requirements or fail postqualification;orThe bidder with the Lowest Calculated Responsive Bid refuses,without justifiable cause to accept the award of contract, and noaward is made.30. Contract AwardF. Award of Contract30.1. Subject to ITB Clause 28, the Procuring Entity shall award the contractto the Bidder whose Bid has been determined to be substantiallyresponsive and has been determined to be the Lowest Calculated andResponsive Bid (LCRB).31<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


30.2. Prior to the expiration of the period of Bid validity, the Procuring Entityshall notify the successful Bidder in writing that its Bid has beenaccepted, through a Notice of Award received personally or sent byregistered mail or electronically, receipt of which must be confirmed inwriting within two (2) days by the LCRB and submitted personally orsent by registered mail or electronically to the Procuring Entity.30.3. Notwithstanding the issuance of the Notice of Award, award of contractshall be subject to the following conditions:(a)Submission of the following documents within the prescribedperiod from receipt by the Bidder of 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 costof the contract to be bid for foreign bidders, within thirty(30) calendar days, if allowed under a Treaty orInternational or Executive Agreement mentioned in ITBClause 12.1. (a) (iv);(b)(c)(d)Posting of the performance security in accordance with ITBClause 32;Signing of the contract as provided in ITB Clause 31; andApproval by higher authority, if required.31. Signing of the Contract31.1. At the same time as the Procuring Entity notifies the successful Bidderthat its Bid has been accepted, the Procuring Entity shall send theContract Form to the Bidder, which Contract has been provided in the<strong>Bidding</strong> <strong>Documents</strong>, incorporating therein all agreements between theparties.31.2. Within ten (10) calendar days from receipt of the Notice of Award, thesuccessful Bidder shall post the required performance security, signand date the contract and return it to the Procuring Entity.31.3. The Procuring Entity shall enter into contract with the successful Bidderwithin the same ten (10) calendar day period provided that all thedocumentary requirements are complied with.31.4. The following documents shall form part of the contract:(a)Contract Agreement;32<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


(b)(c)(d)(e)(f)(g)<strong>Bidding</strong> <strong>Documents</strong>;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 of Award of Contract; andOther 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 of itsobligations under the contract, it shall post a performance securitywithin a maximum period of ten (10) calendar days from the receipt ofthe Notice of Award from the Procuring Entity and in no case later thanthe signing of the contract.32.2. The performance security shall be denominated in <strong>Philippine</strong> Pesos andposted in favor of the Procuring Entity in an amount equal to thepercentage of the total contract price in accordance with the followingschedule:Form of Performance Security(a) Cash, cashier‟s/manager‟s check issued by aUniversal or Commercial Bank;(b) Bank Draft/ Guarantee or Irrevocable letter ofcredit issued by a Universal or Commercial Bank:Provided, however, that it shall be confirmed orauthenticated by a Universal or CommercialBank, if issued by a foreign bank;(c) Surety bond callable upon demand issued by asurety or insurance company duly certified by theInsurance Commission as authorized to issuesuch security; and/or(d) Any combination of the foregoing.Amount of PerformanceSecurity(Equal to Percentage ofthe Total Contract Price)Ten percent (10%)Thirty percent (30%)Proportionate to share ofform with respect to totalamount of security33<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


32.3. Failure of the successful Bidder to comply with the above-mentionedrequirement shall constitute sufficient ground for the annulment of theaward and forfeiture of the bid security, in which event the ProcuringEntity shall initiate and complete the post qualification of 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.33. Notice to Proceed33.1. Within three (3) calendar days from the date of approval of theContract by the appropriate government approving authority, theProcuring Entity shall issue its Notice to Proceed to the Bidder.33.2. The contract effectivity date shall be provided in the Notice to Proceedby the Procuring Entity, which date shall not be later than seven (7)calendar days from the issuance of the Notice to Proceed.34<strong>Clark</strong> Development CorporationSection II Instructions to BiddersProposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange


Section III. Bid Data Sheet (BDS)35


ITB ClauseBid Data Sheet1.1. The PROCURING ENTITY is <strong>Clark</strong> Development Corporation.The name of the Contract is Proposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange.The identification number of the contract is Work Order No. 2012-023.2. The Funding Source is: The Government of the <strong>Philippine</strong>s (GOP)through CDC Corporate Capital Expenditures Budget for CY 2012 inthe amount of Php 11,488,054.45.The name of the Project is Proposed Security Gate for <strong>Clark</strong>North Access Road Near Dolores Interchange3.1. No further instructions.5.1. No further instructions.5.2. <strong>Bidding</strong> is restricted to eligible bidders as defined in ITB Clause 5.1.5.4. No Further Instructions.For this purpose, similar contracts shall refer to Building with Roadand Drainage Projects.8.1. Subcontracting is not allowed.8.2. Not applicable.9.1.The Procuring Entity will hold a pre-bid conference for this Project onDecember 10, 2012 (10:00 a.m.) at CDC Board Room Room,Ground Floor Bldg. 2125 E. Quirino Avenue corner C.P. Garcia Street,CDC Corporate Center, <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, <strong>Philippine</strong>s 2023.10.1 The Procuring Entity‟s address is:<strong>Clark</strong> Development CorporationMs. Zoraida G. Camello (OIC)Bids and Awards SecretariatGround Floor Bldg.1082 <strong>Clark</strong> PolytechnicJ. Abad Santos Street, <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong><strong>Philippine</strong>s 202336Section III Bid Data SheetProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


10.3. No further instructions.Telefax No. (045) 5997028e-mail: bacsecretariat@clark.com.phwebsite: www.clark.com12.1 The first envelope shall contain the eligibility and technicaldocuments stated in the ITB Clause. However, if the Biddermaintains a current and updated file of his Class “A” <strong>Documents</strong> withthe Procuring Entity, a written letter of intent may be submitted inlieu of the Class “A” <strong>Documents</strong>; otherwise, it shall submit anapplication for eligibility and its latest Class “A” <strong>Documents</strong> on orbefore the submission of bids. Any application for eligibility orupdates submitted after the deadline for the submission of the letterof intent shall not be considered for the bidding at hand.The List of contractor‟s personnel (viz, Project Manager/ Engineer,Electrical Engineer, Mechanical Engineer, Materials Engineer, SafetyEngineer/ Occupational Health and Safety Officer and Foreman), tobe assigned to the contract to be bid, should attach their completequalifications, Letter to Procuring Entity, Notarized Certificate ofEmployment, Bio-data and Photocopy of Valid Professional License (forProfessionals) using the following prescribed forms for each personnel:1. Sample Form INFR-48 : Qualification of Proposed KeyPersonnel to be assigned to the Contract;2. Sample Form INFR-45 : Contractor‟s Letter Certificateto Procuring Entity ;3. Sample Form INFR-46 : Notarized Key Personnel‟sCertificate of Employment ; and4. Sample Form INFR-47: Key Personnel Format of BiodataDuly signed Bid Bulletin, if applicable12.1.(a)(i)12.1.(a) (iv)No other acceptable proof of registration is recognized.No further instructions.13.1. No additional requirements.13.1.(b)The ABC is Php 11,488,054.45. Any bid with a financial componentexceeding this amount shall not be accepted.Additional <strong>Documents</strong> to form part of the submission of FinancialComponent are as follows:1. Detailed Estimates including a summary sheet indicating the unit37<strong>Clark</strong> Development CorporationSection III Bid Data SheetProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


prices of construction materials, labor rates and equipment rentalsused in coming up with the bid in the prescribed format;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 <strong>Philippine</strong> Pesos.17.1. Bids will be valid until 120 calendar days upon submission of bids.18.1. The bid security shall be in the following amount:1. Php 229,761.09 (2% of ABC), if bid security is in cash,cashier‟s/manager‟s check, bank draft/guarantee orirrevocable letter of credit;2. Php 574,402.72 (5% of ABC) if bid security is in SuretyBond; or3. Any combination of the foregoing proportionate to the shareof form with respect to total amount of security.18.2. The Bid Security and Bid Securing Declaration shall be valid until 120calendar days upon the submission of Bids.20.3. Each Bidder shall submit One (1) original and Two (2) copies of thefirst and second components of its bid.21. The address for submission of bids is CDC Board Room, GroundFloor Bldg. 2125 E. Quirino Avenue corner C.P. Garcia Street, CDCCorporate Center, <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, <strong>Philippine</strong>s 2023.The deadline for submission of bids is 10:00 a.m. on December21, 201224.1. The place of bid opening is at CDC Board Room, Ground Floor Bldg.2125 E. Quirino Avenue corner C.P. Garcia Street, CDC CorporateCenter, <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, <strong>Philippine</strong>s 2023.The date & time of bid opening is 10:00 a.m. on December 21,2012The official time would be the Time keeping Machine located at the38<strong>Clark</strong> Development CorporationSection III Bid Data SheetProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


left side of Bldg. 2125.24.2. No further instructions.27.3(b).Bid Modification is not allowed.27.4. No further instructions.28.2.(b)1. Certified True Copy of the following documents filed using theElectronic Filing and Payment System (EFPS):a. Income Tax Return- refers to the latest ITR (BIR Form No.1702 for Corporation and Partnership) for thecalendar/fiscal year; andb. Business Tax Returns- refers to the Value Added TaxReturn (Monthly: BIR Form No. 2550-M; Quarterly: BIRForm No. 2550-Q) or Percentage Tax Returns (BIR FormNo. 2551-M) covering the previous six (6) Monthsimmediately preceding the date of the submission andopening of bids.2. In the absence of EFPS- filed Tax Returns, in lieu thereof,submit the following certified true copies:a. Tax Returns as specified above- manually filed orstamped received by the BIR or its authorized agents; andb. Proof of application/registration with EFPS.The latest income and business tax returns are those within thelast six (6) months preceding the date of bid submission.28.2(d)31.4(g).No further instructions.Additional contract documents relevant to the Project that may berequired by existing laws and/or the Procuring EntityConstruction schedule and S-curve, manpower schedule, constructionmethods, equipment utilization schedule, construction safety andhealth program approved by the Department of Labor andEmployment, and PERT/CPM.39<strong>Clark</strong> Development CorporationSection III Bid Data SheetProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


Section IV. General Conditions ofContract (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 ......... 5618.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 .............................................................................. 6223.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 Corporation41General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


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 .................................................................................... 7651.OPERATING AND MAINTENANCE MANUALS ............................ 76<strong>Clark</strong> Development Corporation42General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


1. DefinitionsFor purposes of this Clause, boldface type is used to identify defined terms.1.1. The Arbiter is the person appointed jointly by the Procuring Entity andthe Contractor to resolve disputes in the first instance, as provided forin GCC Clause 21.1.2. Bill of Quantities refers to a list of the specific items of the Work andtheir corresponding unit prices, lump sums, and/or provisional sums.1.3. The Completion Date is the date of completion of the Works ascertified by the Procuring Entity‟s Representative, in accordance withGCC Clause 49.1.4. The Contract is the contract between the Procuring Entity and theContractor to execute, complete, and maintain the Works.1.5. The Contract Price is the price stated in the Letter of Acceptance andthereafter to be paid by the Procuring Entity to the Contractor for theexecution of the Works in accordance with this Contract.1.6. Contract Time Extension is the allowable period for the Contractorto complete the Works in addition to the original Completion Datestated in this Contract.1.7. The Contractor is the juridical entity whose proposal has beenaccepted by the Procuring Entity and to whom the Contract to executethe Work was awarded.1.8. The Contractor’s Bid is the signed offer or proposal submitted by theContractor to the Procuring Entity in response to the <strong>Bidding</strong><strong>Documents</strong>.1.9. Days are calendar days; months are calendar months.1.10. Day works are varied work inputs subject to payment on a time basisfor the Contractor‟s employees and Equipment, in addition to paymentsfor associated Materials and Plant.1.11. A Defect is any part of the Works not completed in accordance withthe Contract.1.12. The Defects Liability Certificate is the certificate issued byProcuring Entity‟s Representative upon correction of defects by theContractor.1.13. The Defects Liability Period is the one year period between projectcompletion and final acceptance within which the Contractor assumes43<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


the responsibility to undertake the repair of any damage to the Worksat his own expense.1.14. Drawings are graphical presentations of the Works. They include allsupplementary details, shop drawings, calculations, and otherinformation provided or approved for the execution of this Contract.1.15. Equipment refers to all facilities, supplies, appliances, materials orthings required for the execution and completion of the Work providedby the Contractor and which shall not form or are not intended to formpart of the Permanent Works.1.16. The Intended Completion Date refers to the date specified in theSCC when the Contractor is expected to have completed the Works.The Intended Completion Date may be revised only by the ProcuringEntity‟s Representative by issuing an extension of time or anacceleration order.1.17. Materials are all supplies, including consumables, used by theContractor for incorporation in the Works.1.18. The Notice to Proceed is a written notice issued by the ProcuringEntity or the Procuring Entity‟s Representative to the Contractorrequiring the latter to begin the commencement of the work not laterthan a specified or determinable date.1.19. Permanent Works all permanent structures and all other projectfeatures and facilities required to be constructed and completed inaccordance with this Contract which shall be delivered to the ProcuringEntity and which shall remain at the Site after the removal of allTemporary Works.1.20. Plant refers to the machinery, apparatus, and the like intended toform an integral part of the Permanent Works.1.21. The Procuring Entity is the party who employs the Contractor tocarry out the Works stated in the SCC.1.22. The Procuring Entity’s Representative refers to the Head of theProcuring Entity or his duly authorized representative, identified in theSCC, who shall be responsible for supervising the execution of 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 to the Contractor by the ProcuringEntity‟s Representative as forming part of the Site.44<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


1.24. Site Investigation Reports are those that were included in the<strong>Bidding</strong> <strong>Documents</strong> and are factual and interpretative reports about thesurface and subsurface conditions at the Site.1.25. Slippage is a delay in work execution occurring when actualaccomplishment falls below the target as measured by the differencebetween the scheduled and actual accomplishment of the Work by theContractor as established from the work schedule. This is actuallydescribed as a percentage of the whole Works.1.26. Specifications mean the description of Works to be done and thequalities of materials to be used, the equipment to be installed and themode of construction.1.27. The Start Date, as specified in the SCC, is the date when theContractor is obliged to commence execution of the Works. It doesnot necessarily coincide with any of the Site Possession Dates.1.28. A Subcontractor is any person or organization to whom a part of theWorks has been subcontracted by the Contractor, as allowed by theProcuring Entity, but not any assignee of such person.1.29. Temporary Works are works designed, constructed, installed, andremoved by the Contractor that are needed for construction orinstallation of the Permanent Works.1.30. Work(s) refer to the Permanent Works and Temporary Works to beexecuted by the Contractor in accordance with this Contract, including(i) the furnishing of all labor, materials, equipment and othersincidental, necessary or convenient to the complete execution of theWorks; (ii) the passing of any tests before acceptance by the ProcuringEntity‟s Representative; (iii) and the carrying out of all duties andobligations of the Contractor imposed by this Contract as described inthe SCC.2. Interpretation2.1. In interpreting the Conditions of Contract, singular also means plural,male also means female or neuter, and the other way around.Headings have no significance. Words have their normal meaningunder the language of this Contract unless specifically defined. TheProcuring Entity‟s Representative will provide instructions clarifyingqueries about the Conditions of Contract.2.2. If sectional completion is specified in the SCC, references in theConditions of Contract to the Works, the Completion Date, and theIntended Completion Date apply to any Section of the Works (other than45<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


eferences to the Completion Date and Intended Completion Date forthe whole of the Works).3. Governing Language and Law3.1. This Contract has been executed in the English language, which shallbe the binding and controlling language for all matters relating to themeaning or interpretation of this Contract. All correspondence andother documents pertaining to this Contract which are exchanged bythe parties shall be written in English.3.2. This Contract shall be interpreted in accordance with the laws of theRepublic of the <strong>Philippine</strong>s.4. CommunicationsCommunications between parties that are referred to in the Conditions shallbe effective only when in writing. A notice shall be effective only when it isreceived by the concerned party.5. Possession of Site5.1. On the date specified in the SCC, the Procuring Entity shall grant theContractor possession of so much of the Site as may be required toenable it to proceed with the execution of the Works. If the Contractorsuffers delay or incurs cost from failure on the part of the ProcuringEntity to give possession in accordance with the terms of this clause,the Procuring Entity‟s Representative shall give the Contractor aContract Time Extension and certify such sum as fair to cover the costincurred, which sum shall be paid by Procuring Entity.5.2. If possession of a portion is not given by the date stated in the SCCClause 5.1., the Procuring Entity will be deemed to have delayed thestart of the relevant activities. The resulting adjustments in contacttime to address such delay shall be in accordance with GCC Clause 47.5.3. The Contractor shall bear all costs and charges for special or temporaryright-of-way required by it in connection with access to the Site. TheContractor shall also provide at his own cost any additional facilitiesoutside the Site required by it for purposes of the Works.5.4. The Contractor shall allow the Procuring Entity‟s Representative andany person authorized by the Procuring Entity‟s Representative accessto the Site and to any place where work in connection with thisContract is being carried out or is intended to be carried out.46<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


6. The Contractor’s Obligations6.1. The Contractor shall carry out the Works properly and in accordancewith this Contract. The Contractor shall provide all supervision, labor,Materials, Plant and Contractor's Equipment, which may be required.All Materials and Plant on Site shall be deemed to be the property ofthe Procuring Entity.6.2. The Contractor shall commence execution of the Works on the StartDate and shall carry out the Works in accordance with the Program ofWork submitted by the Contractor, as updated with the approval of theProcuring Entity‟s Representative, and complete them by the IntendedCompletion Date.6.3. The Contractor shall be responsible for the safety of all activities on theSite.6.4. The Contractor shall carry out all instructions of the Procuring Entity‟sRepresentative that comply with the applicable laws where the Site islocated.6.5. The Contractor shall employ the key personnel named in the Scheduleof Key Personnel, as referred to in the SCC, to carry out thesupervision of the Works. The Procuring Entity will approve anyproposed replacement of key personnel only if their relevantqualifications and abilities are equal to or better than those of thepersonnel listed in the Schedule.6.6. If the Procuring Entity‟s Representative asks the Contractor to removea member of the Contractor‟s staff or work force, for justifiable cause,the Contractor shall ensure that the person leaves the Site within seven(7) days and has no further connection with the Work in this Contract.6.7. During Contract implementation, the Contractor and his subcontractorsshall abide at all times by all labor laws, including child labor relatedenactments, and other relevant rules.6.8. The Contractor shall submit to the Procuring Entity for consent thename and particulars of the person authorized to receive instructionson behalf of the Contractor.6.9. The Contractor shall cooperate and share the Site with othercontractors, public authorities, utilities, and the Procuring Entitybetween the dates given in the schedule of other contractorsparticularly when they shall require access to the Site. The Contractorshall also provide facilities and services for them during this period.The Procuring Entity may modify the schedule of other contractors,and shall notify the Contractor of any such modification thereto.47<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


6.10. Should anything of historical or other interest or of significant value beunexpectedly discovered on the Site, it shall be the property of theProcuring Entity. The Contractor shall notify the Procuring Entity‟sRepresentative of such discoveries and carry out the Procuring Entity‟sRepresentative‟s instructions in dealing with them.7. Performance Security7.1. Within ten (10) calendar days from receipt of the Notice of Award fromthe Procuring Entity but in no case later than the signing of thecontract by both parties, the Contractor shall furnish the performancesecurity in any the forms prescribed in ITB Clause 32.2.7.2. The performance security posted in favor of the Procuring Entity shallbe forfeited in the event it is established that the Contractor is indefault in any of its obligations under the Contract.7.3. The performance security shall remain valid until issuance by theProcuring Entity of the Certificate of Final Acceptance.7.4. The performance security may be released by the Procuring Entity andreturned to the Contractor after the issuance of the Certificate of FinalAcceptance subject to the following conditions:(a)(b)(c)There are no pending claims against the Contractor or thesurety company filed by the Procuring Entity;The Contractor has no pending claims for labor and materialsfiled against it; andOther terms specified in the SCC.7.5. The Contractor shall post an additional performance security followingthe amount and form specified in ITB Clause 32.2. to cover anycumulative increase of more than ten percent (10%) over the originalvalue of the contract as a result of amendments to order or changeorders, extra work orders and supplemental agreements, as the casemay be. The Contractor shall cause the extension of the validity of theperformance security to cover approved contract time extensions.7.6. In case of a reduction in the contract value or for partially completedWorks under the contract which are usable and accepted by theProcuring Entity the use of which, in the judgment of the implementingagency or the Procuring Entity, will not affect the structural integrity ofthe entire project, the Procuring Entity shall allow a proportionalreduction in the original performance security, provided that any suchreduction is more than ten percent (10%) and that the aggregate of48<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


such reductions is not more than fifty percent (50%) of the originalperformance security.7.7. Unless otherwise indicated in the SCC, The Contractor, by enteringinto the Contract with the Procuring Entity, acknowledges the right ofthe Procuring Entity to institute action pursuant to Act 3688 againstany subcontractor be they an individual, firm, partnership, corporation,or association supplying the Contractor with labor, materials and/orequipment for the performance of this Contract.8. Subcontracting8.1. Unless otherwise indicated in the SCC, the Contractor cannotsubcontract Works more than the percentage specified in ITB Clause8.1.8.2. Subcontracting of any portion of the Works does not relieve theContractor of any liability or obligation under this Contract. TheContractor will be responsible for the acts, defaults, and negligence ofany subcontractor, its agents, servants or workmen as fully as if thesewere the Contractor‟s own acts, defaults, or negligence, or those of itsagents, servants or workmen.8.3. Subcontractors disclosed and identified during the bidding may bechanged during the implementation of this Contract, subject tocompliance with the required qualifications and the approval of theProcuring Entity.9. Liquidated Damages9.1. The Contractor shall pay liquidated damages to the Procuring Entity foreach day that the Completion Date is later than the IntendedCompletion Date. The applicable liquidated damages is at least onetenth(1/10) of a percent of the cost of the unperformed portion forevery day of delay. The total amount of liquidated damages shall notexceed ten percent (10%) of the amount of contract. The ProcuringEntity may deduct liquidated damages from payments due to theContractor. Payment of liquidated damages shall not affect theContractor. Once the cumulative amount of liquidated damagesreaches ten percent (10%) of the amount of this Contract, theProcuring Entity shall rescind this Contract, without prejudice to othercourses of action and remedies open to it.9.2. If the Intended Completion Date is extended after liquidated damageshave been paid, the Engineer of the Procuring Entity shall correct anyoverpayment of liquidated damages by the Contractor by adjusting thenext payment certificate. The Contractor shall be paid interest on the49<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


overpayment, calculated from the date of payment to the date ofrepayment, at the rates specified in GCC Clause 40.3.10. Site Investigation ReportsThe Contractor, in preparing the Bid, shall rely on any Site InvestigationReports referred to in the SCC supplemented by any information obtained bythe Contractor.11. The Procuring Entity, Licenses and PermitsThe Procuring Entity shall, if requested by the Contractor, assist him inapplying for permits, licenses or approvals, which are required for the Works.12. Contractor’s Risk and Warranty Security12.1. The Contractor shall assume full responsibility for the Works from thetime project construction commenced up to final acceptance by theProcuring Entity and shall be held responsible for any damage ordestruction of the Works except those occasioned by force majeure.The Contractor shall be fully responsible for the safety, protection,security, and convenience of his personnel, third parties, and the publicat large, as well as the Works, Equipment, installation, and the like tobe affected by his construction work.12.2. The defects liability period for infrastructure projects shall be one (1)year from contract completion up to final acceptance by the ProcuringEntity. During this period, the Contractor shall undertake the repairworks, at his own expense, of any damage to the Works on account ofthe use of materials of inferior quality within ninety (90) days from thetime the Head of the Procuring Entity has issued an order to undertakerepair. In case of failure or refusal to comply with this mandate, theProcuring Entity shall undertake such repair works and shall be entitledto full reimbursement of expenses incurred therein upon demand.12.3. Unless otherwise indicated in the SCC, in case the Contractor fails tocomply with the preceding paragraph, the Procuring Entity shall forfeitits performance security, subject its property(ies) to attachment orgarnishment proceedings, and perpetually disqualify it fromparticipating in any public bidding. All payables of the GOP in his favorshall be offset to recover the costs.12.4. After final acceptance of the Works by the Procuring Entity, theContractor shall be held responsible for “Structural Defects”, i.e., majorfaults/flaws/deficiencies in one or more key structural elements of theproject which may lead to structural failure of the completedelements or structure, or “Structural Failures”, i.e., where one or morekey structural elements in an infrastructure facility fails or collapses,50<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


thereby rendering the facility or part thereof incapable of withstandingthe design loads, and/or endangering the safety of the users or thegeneral public:(a)(b)(c)(d)(e)Contractor – Where Structural Defects/Failures arise due tofaults attributable to improper construction, use of inferiorquality/substandard materials, and any violation of the contractplans and specifications, the contractor shall be held liable;Consultants – Where Structural Defects/Failures arise due tofaulty and/or inadequate design and specifications as well asconstruction supervision, then the consultant who prepared thedesign or undertook construction supervision for the projectshall be held liable;Procuring Entity‟s Representatives/Project Manager/ConstructionManagers and Supervisors – The project owner‟srepresentative(s), project manager, construction manager, andsupervisor(s) shall be held liable in cases where the StructuralDefects/Failures are due to his/their willful intervention inaltering the designs and other specifications; negligence oromission in not approving or acting on proposed changes tonoted defects or deficiencies in the design and/or specifications;and the use of substandard construction materials in theproject;Third Parties - Third Parties shall be held liable in cases whereStructural Defects/Failures are caused by work undertaken bythem such as leaking pipes, diggings or excavations,underground cables and electrical wires, underground tunnel,mining shaft and the like, in which case the applicable warrantyto such structure should be levied to third parties for theirconstruction or restoration works.Users - In cases where Structural Defects/Failures are due toabuse/misuse by the end user of the constructed facility and/ornon–compliance by a user with the technical design limitsand/or intended purpose of 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 of issuance of the Certificate of FinalAcceptance by the Procuring Entity.51<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


12.6. The Contractor shall be required to put up a warranty security in theform of cash, bank guarantee, letter of credit, GSIS or surety bondcallable on demand, in accordance with the following schedule:Form of Warranty(a) Cash or letter of credit issued byUniversal or Commercial bank:provided, however, that the letterof 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 letterof credit shall be confirmed orauthenticated by a Universal orCommercial bank, if issued by aforeign bank(c) Surety bond callable upon demandissued by GSIS or any surety orinsurance company duly certifiedby the Insurance CommissionMinimum Amount inPercentage (%) of TotalContract PriceFive Percent (5%)Ten Percent (10%)Thirty Percent (30%)12.7. The warranty security shall be stated in <strong>Philippine</strong> Pesos and shallremain effective for one year from the date of issuance of theCertificate of Final Acceptance by the Procuring Entity, and returnedonly after the lapse of said one year period.12.8. In case of structural defects/failure occurring during the applicablewarranty period provided in GCC Clause 12.5., the Procuring Entityshall undertake the necessary restoration or reconstruction works andshall be entitled to full reimbursement by the parties found to be liablefor expenses incurred therein upon demand, without prejudice to thefiling of appropriate administrative, civil, and/or criminal chargesagainst the responsible persons as well as the forfeiture of thewarranty security posted in favor of the Procuring Entity.13. Liability of the ContractorSubject to additional provisions, if any, set forth in the SCC, the Contractor‟sliability under this Contract shall be as provided by the laws of the Republic ofthe <strong>Philippine</strong>s.52<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


14. Procuring Entity’s Risk14.1. From the Start Date until the Certificate of Final Acceptance has beenissued, the following are risks of the Procuring Entity:(a)The risk of personal injury, death, or loss of or damage toproperty (excluding the Works, Plant, Materials, andEquipment), which are due to:(i)(ii)any type of use or occupation of the Site authorized bythe Procuring Entity after the official acceptance of theworks; orNegligence, breach of statutory duty, or interference withany legal right by the Procuring Entity or by any personemployed by or contracted to him except the Contractor.(b)The risk of damage to the Works, Plant, Materials, andEquipment to the extent that it is due to a fault of the ProcuringEntity or in the Procuring Entity‟s design, or due to war orradioactive contamination directly affecting the country wherethe Works are to be executed.15. Insurance15.1. The Contractor shall, under his name and at his own expense, obtainand maintain, for the duration of this Contract, the following insurancecoverage:(a)(b)(c)(d)Contractor‟s All Risk Insurance;Transportation to the project Site of Equipment, Machinery, andSupplies owned by the Contractor;Personal injury or death of Contractor‟s employees; andComprehensive insurance for third party liability to Contractor‟sdirect or indirect act or omission causing damage to thirdpersons.15.2. The Contractor shall provide evidence to the Procuring Entity‟sRepresentative that the insurances required under this Contract havebeen affected and shall, within a reasonable time, provide copies of theinsurance policies to the Procuring Entity‟s Representative. Suchevidence and such policies shall be provided to the Procuring Entity‟sthrough the Procuring Entity‟s Representative.53<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


15.3. The Contractor shall notify the insurers of changes in the nature,extent, or program for the execution of the Works and ensure theadequacy of the insurances at all times in accordance with the terms ofthis Contract and shall produce to the Procuring Entity‟s Representativethe insurance policies in force including the receipts for payment of thecurrent premiums.The above insurance policies shall be obtained from any reputableinsurance company approved by the Procuring Entity‟s Representative.15.4. If the Contractor fails to obtain and keep in force the insurancesreferred to herein or any other insurance which he may be required toobtain under the terms of this Contract, the Procuring Entity mayobtain and keep in force any such insurances and pay such premiumsas may be necessary for the purpose. From time to time, theProcuring Entity may deduct the amount it shall pay for said premiumsincluding twenty five percent (25%) therein from any monies due, orwhich may become due, to the Contractor, without prejudice to theProcuring Entity exercising its right to impose other sanctions againstthe Contractor pursuant to the provisions of this Contract.15.5. In the event the Contractor fails to observe the above safeguards, theProcuring Entity may, at the Contractor‟s expense, take whatevermeasure is deemed necessary for its protection and that of theContractor‟s personnel and third parties, and/or order the interruptionof dangerous Works. In addition, the Procuring Entity may refuse tomake the payments under GCC Clause 40 until the Contractor complieswith this Clause.15.6. The Contractor shall immediately replace the insurance policy obtainedas required in this Contract, without need of the Procuring Entity‟sdemand, with a new policy issued by a new insurance companyacceptable to the Procuring Entity for any of the following grounds:(a)The issuer of the insurance policy to be replaced has:(i)(ii)(iii)(iv)become bankrupt;been placed under receivership or under a managementcommittee;been sued for suspension of payment; orbeen suspended by the Insurance Commission and itslicense to engage in business or its authority to issueinsurance policies cancelled; or54<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


(v)Where reasonable grounds exist that the insurer may notbe able, fully and promptly, to fulfill its obligation underthe insurance policy.16. Termination for Default of Contractor16.1. The Procuring Entity shall terminate this Contract for default when anyof the following conditions attend its implementation:16.2. Due to the Contractor‟s fault and while the project is on-going, it hasincurred negative slippage of fifteen percent (15%) or more inaccordance with Presidential Decree 1870, regardless of whether or notprevious warnings and notices have been issued for the Contractor toimprove his performance;16.3. Due to its own fault and after this Contract time has expired, theContractor incurs delay in the completion of the Work after thisContract has expired; or16.4. The Contractor:(a)(b)(c)(d)(e)abandons the contract Works, refuses or fails to comply with avalid instruction of the Procuring Entity or fails to proceedexpeditiously and without delay despite a written notice by theProcuring Entity;does not actually have on the project Site the minimumessential equipment listed on the Bid necessary to prosecute theWorks in accordance with the approved Program of Work andequipment deployment schedule as required for the project;does not execute the Works in accordance with this Contract orpersistently or flagrantly neglects to carry out its obligationsunder this Contract;neglects or refuses to remove materials or to perform a newWork that has been rejected as defective or unsuitable; orSub-lets any part of this Contract without approval by theProcuring Entity.16.5. All materials on the Site, Plant, Equipment, and Works shall be deemedto be the property of the Procuring Entity if this Contract is rescindedbecause of the Contractor‟s default.55<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


17. Termination for Default of Procuring EntityThe Contractor may terminate this Contract with the Procuring Entity if theworks are completely stopped for a continuous period of at least sixty (60)calendar days through no fault of its own, due to any of the followingreasons:(a)(b)Failure of the Procuring Entity to deliver, within a reasonabletime, supplies, materials, right-of-way, or other items it isobligated to furnish under the terms of this Contract; orThe prosecution of the Work is disrupted by the adverse peaceand order situation, as certified by the Armed Forces of the<strong>Philippine</strong>s Provincial Commander and approved by theSecretary of 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 of the Procuring Entity mayterminate this Contract for the convenience of the Procuring Entity ifhe has determined the existence of conditions that make ProjectImplementation economically, financially or technically impracticaland/or unnecessary, such as, but not limited to, fortuitous event(s) orchanges in law and National Government policies.18.2. The Procuring Entity or the Contractor may terminate this Contract ifthe other party causes a fundamental breach of this Contract.18.3. Fundamental breaches of Contract shall include, but shall not belimited to, the following:(a)(b)The Contractor stops work for twenty eight (28) days when nostoppage of work is shown on the current Program of Work andthe stoppage has not been authorized by the Procuring Entity‟sRepresentative;The Procuring Entity‟s Representative instructs the Contractor todelay the progress of the Works, and the instruction is notwithdrawn within twenty eight (28) days;(c)The Procuring Entity shall terminate this Contract if theContractor is declared bankrupt or insolvent as determined withfinality by a court of competent jurisdiction. In this event,termination will be without compensation to the Contractor,provided that such termination will not prejudice or affect anyright of action or remedy which has accrued or will accruethereafter to the Procuring Entity and/or the Contractor. In the<strong>Clark</strong> Development Corporation56Section IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


case of the Contractor's insolvency, any Contractor's Equipmentwhich the Procuring Entity instructs in the notice is to be useduntil the completion of the Works;(d)(e)(f)(g)(h)A payment certified by the Procuring Entity‟s Representative isnot paid by the Procuring Entity to the Contractor within eightyfour (84) days from the date of the Procuring Entity‟sRepresentative‟s certificate;The Procuring Entity‟s Representative gives Notice that failure tocorrect a particular Defect is a fundamental breach of Contractand the Contractor fails to correct it within a reasonable periodof time determined by the Procuring Entity‟s Representative;The Contractor does not maintain a Security, which is required;The Contractor has delayed the completion of the Works by thenumber of days for which the maximum amount of liquidateddamages can be paid, as defined in the GCC Clause 9; andIn case it is determined prima facie by the Procuring Entity thatthe Contractor has engaged, before or during theimplementation of the contract, in unlawful deeds and behaviorsrelative to contract acquisition and implementation, such as, butnot limited to, the following:(i)(ii)(iii)(iv)corrupt, fraudulent, collusive and coercive practices asdefined in ITB Clause 3.1(a) unless otherwise specified inthe SCC;drawing up or using forged documents;using adulterated materials, means or methods, orengaging in production contrary to rules of science or thetrade; andAny other act analogous to the foregoing.18.4. The Funding Source or the Procuring Entity, as appropriate, will seek toimpose the maximum civil, administrative and/or criminal penaltiesavailable under the applicable law on individuals and organizationsdeemed to be involved with corrupt, fraudulent, or coercive practices.18.5. When persons from either party to this Contract gives notice of afundamental breach to the Procuring Entity‟s Representative in orderto terminate the existing contract for a cause other than those listedunder GCC Clause 18.3., the Procuring Entity‟s Representative shalldecide whether the breach is fundamental or not.57<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


18.6. If this Contract is terminated, the Contractor shall stop workimmediately, make the Site safe and secure, and leave the Site as soonas reasonably possible.19. Procedures for Termination of Contracts19.1. The following provisions shall govern the procedures for thetermination of this Contract:(a)(b)Upon receipt of a written report of acts or causes which mayconstitute ground(s) for termination as aforementioned, or uponits own initiative, the Procuring Entity shall, within a period ofseven (7) calendar days, verify the existence of such ground(s)and cause the execution of a Verified Report, with all relevantevidence attached;Upon recommendation by the Procuring Entity, the Head of theProcuring Entity shall terminate this Contract only by a writtennotice to the Contractor conveying the termination of thisContract. The notice shall state:(i)(ii)(iii)(iv)that this Contract is being terminated for any of theground(s) afore-mentioned, and a statement of the actsthat constitute the ground(s) constituting the same;the extent of termination, whether in whole or in part;an instruction to the Contractor to show cause as to whythis Contract should not be terminated; andSpecial instructions of the Procuring Entity, if any.The Notice to Terminate shall be accompanied by a copy of theVerified Report;(c)Within a period of seven (7) calendar days from receipt of theNotice of Termination, the Contractor shall submit to the Headof the Procuring Entity a verified position paper stating why thecontract should not be terminated. If the Contractor fails toshow cause after the lapse of the seven (7) day period, eitherby inaction or by default, the Head of the Procuring Entity shallissue an order terminating the contract;(d)<strong>Clark</strong> Development CorporationThe Procuring Entity may, at anytime before receipt of theBidder‟s verified position paper to withdraw the Notice toTerminate if it is determined that certain items or works subjectof the notice had been completed, delivered, or performedbefore the Contractor‟s receipt of the notice;58Section IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


(e)(f)Within a non-extendible period of ten (10) calendar days fromreceipt of the verified position paper, the Head of the ProcuringEntity shall decide whether or not to terminate this Contract. Itshall serve a written notice to the Contractor of its decision and,unless otherwise provided in the said notice, this Contract isdeemed terminated from receipt of the Contractor of the noticeof decision. The termination shall only be based on theground(s) stated in the Notice to Terminate; andThe Head of the Procuring Entity may create a ContractTermination Review Committee (CTRC) to assist him in thedischarge of this function. All decisions recommended by theCTRC shall be subject to the approval of the Head of theProcuring Entity.19.2. Pursuant to Section 69(f) of RA 9184 and without prejudice to theimposition of additional administrative sanctions as the internal rules ofthe agency may provide and/or further criminal prosecution asprovided by applicable laws, the Procuring Entity shall impose onContractors after the termination of the contract the penalty ofsuspension for one (1) year for the first offense, suspension for two (2)years for the second offense from participating in the public biddingprocess, for violations committed during the contract implementationstage, which include but not limited to the following:(a)(b)Failure of the contractor, due solely to his fault or negligence, tomobilize and start work or performance within the specifiedperiod in the Notice to Proceed (“NTP”);Failure by the contractor to fully and faithfully comply with itscontractual obligations without valid cause, or failure by thecontractor to comply with any written lawful instruction of theprocuring entity or its representative(s) pursuant to theimplementation of the contract. For the procurement ofinfrastructure projects or consultancy contracts, lawfulinstructions include but are not limited to the following:(i) Employment of competent technical personnel,competent engineers and/or work supervisors;(ii)(iii)Provision of warning signs and barricades in accordancewith approved plans and specifications and contractprovisions;Stockpiling in proper places of all materials and removalfrom the project site of waste and excess materials,including broken pavement and excavated debris in59<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


accordance with approved plans and specifications andcontract provisions;(iv)(v)Deployment of committed equipment, facilities, supportstaff and manpower; andRenewal of the effectivity dates of the performancesecurity after its expiration during the course of contractimplementation.(c)(d)Assignment and subcontracting of the contract or any partthereof or substitution of key personnel named in the proposalwithout prior written approval by the Procuring Entity.Poor performance by the contractor or unsatisfactory qualityand/or progress of work arising from his fault or negligence asreflected in the Constructor's Performance Evaluation System(“CPES”) rating sheet. In the absence of the CPES rating sheet,the existing performance monitoring system of the procuringentity shall be applied. Any of the following acts by theconstructor shall be construed as poor performance:(i)(ii)Negative slippage of 15% and above within the criticalpath of the project due entirely to the fault or negligenceof the contractor; andQuality of materials and workmanship not complying withthe approved specifications arising from the contractor'sfault or negligence.(e)Willful or deliberate abandonment or non-performance of theproject or contract by the contractor resulting to substantialbreach thereof without lawful and/or just cause.In addition to the penalty of suspension, the performance securityposted by the contractor shall also be forfeited.20. Force Majeure, Release from Performance20.1. For purposes of this Contract the terms “force majeure” and “fortuitousevent” may be used interchangeably. In this regard, a fortuitous eventor force majeure shall be interpreted to mean an event which theContractor could not have foreseen, or which though foreseen, wasinevitable. It shall not include ordinary unfavorable weatherconditions; and any other cause the effects of which could have beenavoided with the exercise of reasonable diligence by the Contractor.60<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


20.2. If this Contract is discontinued by an outbreak of war or by any otherevent entirely outside the control of either the Procuring Entity or theContractor, the Procuring Entity‟s Representative shall certify that thisContract has been discontinued. The Contractor shall make the Sitesafe and stop work as quickly as possible after receiving this certificateand shall be paid for all works carried out before receiving it and forany Work carried out afterwards to which a commitment was made.20.3. If the event continues for a period of eighty four (84) days, eitherparty may then give notice of termination, which shall take effecttwenty eight (28) days after the giving of the notice.20.4. After termination, the Contractor shall be entitled to payment of theunpaid balance of the value of the Works executed and of thematerials and Plant reasonably delivered to the Site, adjusted by thefollowing:(a)(b)(c)any sum to which the Contractor is entitled under GCC Clause28;the cost of his suspension and demobilization;Any sum to which the Procuring Entity is entitled.20.5. The net balance due shall be paid or repaid within a reasonable timeperiod from the time of the notice of termination.21. Resolution of Disputes21.1. If any dispute or difference of any kind whatsoever shall arise betweenthe parties in connection with the implementation of the contractcovered by the Act and this IRR, the parties shall make every effort toresolve amicably such dispute or difference by mutual consultation.21.2. If the Contractor believes that a decision taken by the PROCURINGEntity‟s Representative was either outside the authority given to thePROCURING Entity‟s Representative by this Contract or that thedecision was wrongly taken, the decision shall be referred to theArbiter indicated in the SCC within fourteen (14) days of thenotification of the PROCURING Entity‟s Representative‟s decision.21.3. Any and all disputes arising from the implementation of this Contractcovered by the R.A. 9184 and its IRR shall be submitted to arbitrationin the <strong>Philippine</strong>s according to the provisions of Republic Act No. 876,otherwise known as the “ Arbitration Law” and Republic Act 9285,otherwise known as the “Alternative Dispute Resolution Act of 2004”:Provided, however, That, disputes that are within the competence ofthe Construction Industry Arbitration Commission to resolve shall be<strong>Clark</strong> Development Corporation61Section IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


eferred thereto. The process of arbitration shall be incorporated as aprovision in this Contract that will be executed pursuant to theprovisions of the Act and its IRR: Provided, further, That, by mutualagreement, the parties may agree in writing to resort to otheralternative modes of dispute resolution.22. Suspension of Loan, Credit, Grant, or AppropriationIn the event that the Funding Source suspends the Loan, Credit, Grant, orAppropriation to the Procuring Entity, from which part of the payments to theContractor are being made:(a)(b)The Procuring Entity is obligated to notify the Contractor of suchsuspension within seven (7) days of having received the suspensionnotice.If the Contractor has not received sums due it for work already donewithin forty five (45) days from the time the Contractor‟s claim forpayment has been certified by the Procuring Entity‟s Representative,the Contractor may immediately issue a suspension of work notice inaccordance with GCC Clause 45.2.23. Procuring Entity’s Representative’s Decisions23.1. Except where otherwise specifically stated, the Procuring Entity‟sRepresentative will decide contractual matters between the ProcuringEntity and the Contractor in the role representing the Procuring Entity.23.2. The Procuring Entity‟s Representative may delegate any of his dutiesand responsibilities to other people except to the Arbiter, afternotifying the Contractor, and may cancel any delegation after notifyingthe Contractor.24. Approval of Drawings and Temporary Works by the ProcuringEntity’s Representative24.1. All Drawings prepared by the Contractor for the execution of theTemporary Works, are subject to prior approval by the ProcuringEntity‟s Representative before its use.24.2. The Contractor shall be responsible for design of Temporary Works.24.3. The Procuring Entity‟s Representative‟s approval shall not alter theContractor‟s responsibility for design of the Temporary Works.24.4. The Contractor shall obtain approval of third parties to the design ofthe Temporary Works, when required by the Procuring Entity.62<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


25. Acceleration and Delays Ordered by the Procuring Entity’sRepresentative25.1. When the Procuring Entity wants the Contractor to finish before theIntended Completion Date, the Procuring Entity‟s Representative willobtain priced proposals for achieving the necessary acceleration fromthe Contractor. If the Procuring Entity accepts these proposals, theIntended Completion Date will be adjusted accordingly and confirmedby both the Procuring Entity and the Contractor.25.2. If the Contractor‟s Financial Proposals for acceleration are accepted bythe Procuring Entity, they are incorporated in the Contract Price andtreated as a Variation.26. Extension of the Intended Completion Date26.1. The Procuring Entity‟s Representative shall extend the IntendedCompletion Date if a Variation is issued which makes it impossible forthe Intended Completion Date to be achieved by the Contractorwithout taking steps to accelerate the remaining work, which wouldcause the Contractor to incur additional costs. No payment shall bemade for any event which may warrant the extension of the IntendedCompletion Date.26.2. The Procuring Entity‟s Representative shall decide whether and by howmuch to extend the Intended Completion Date within twenty one (21)days of the Contractor asking the Procuring Entity‟s Representative fora decision thereto after fully submitting all supporting information. Ifthe Contractor has failed to give early warning of a delay or has failedto cooperate in dealing with a delay, the delay by this failure shall notbe considered in assessing the new Intended Completion Date.27. Right to Vary27.1. The Procuring Entity‟s Representative with the prior approval of theProcuring Entity may instruct Variations, up to a maximum cumulativeamount of ten percent (10%) of 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 of appropriate rates, the rates in this Contractshall be used as the basis for valuation; or failing which63<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


(d)At appropriate new rates, equal to or lower than currentindustry rates and to be agreed upon by both parties andapproved by the Head of the Procuring Entity.28. Contractors Right to ClaimIf the Contractor incurs cost as a result of any of the events under GCCClause 13, the Contractor shall be entitled to the amount of such cost. If as aresult of any of the said events, it is necessary to change the Works, this shallbe dealt with as a Variation.29. Day works29.1. Subject to GCC Clause 43 on Variation Order, and if applicable asindicated in the SCC, the Day works rates in the Contractor‟s Bid shallbe used for small additional amounts of work only when the ProcuringEntity‟s Representative has given written instructions in advance foradditional work to be paid for in that way.29.2. All work to be paid for as Day works shall be recorded by theContractor on forms approved by the Procuring Entity‟s Representative.Each completed form shall be verified and signed by the ProcuringEntity‟s Representative within two days of the work being done.29.3. The Contractor shall be paid for Day works subject to obtaining signedDay works forms.30. Early Warning30.1. The Contractor shall warn the Procuring Entity‟s Representative at theearliest opportunity of specific likely future events or circumstancesthat may adversely affect the quality of the work, increase the ContractPrice, or delay the execution of the Works. The Procuring Entity‟sRepresentative may require the Contractor to provide an estimate ofthe expected effect of the future event or circumstance on the ContractPrice and Completion Date. The estimate shall be provided by theContractor as soon as reasonably possible.30.2. The Contractor shall cooperate with the Procuring Entity‟sRepresentative in making and considering proposals for how the effectof such an event or circumstance can be avoided or reduced by anyoneinvolved in the work and in carrying out any resulting instruction of theProcuring Entity‟s Representative.31. Program of Work31.1. Within the time stated in the SCC, the Contractor shall submit to theProcuring Entity‟s Representative for approval a Program of Work64<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


showing the general methods, arrangements, order, and timing for allthe activities in the Works.31.2. An update of the Program of Work shall the show the actual progressachieved on each activity and the effect of the progress achieved onthe timing of the remaining work, including any changes to thesequence of the activities.31.3. The Contractor shall submit to the Procuring Entity‟s Representative forapproval an updated Program of Work at intervals no longer than theperiod stated in the SCC. If the Contractor does not submit anupdated Program of Work within this period, the PROCURING Entity‟sRepresentative may withhold the amount stated in the SCC from thenext payment certificate and continue to withhold this amount until thenext payment after the date on which the overdue Program of Workhas been submitted.31.4. The Procuring Entity‟s Representative‟s approval of the Program ofWork shall not alter the Contractor‟s obligations. The Contractor mayrevise the Program of Work and submit it to the Procuring Entity‟sRepresentative again at any time. A revised Program of Work shallshow the effect of any approved Variations.31.5. When the Program of Work is updated, the Contractor shall provide theProcuring Entity‟s Representative with an updated cash flow forecast.The cash flow forecast shall include different currencies, as defined inthe Contract, converted as necessary using the Contract exchangerates.31.6. All Variations shall be included in updated Program of Work producedby the Contractor.32. Management Conferences32.1. Either the Procuring Entity‟s Representative or the Contractor mayrequire the other to attend a Management Conference. TheManagement Conference shall review the plans for remaining work anddeal with matters raised in accordance with the early warningprocedure.32.2. The Procuring Entity‟s Representative shall record the business ofManagement Conferences and provide copies of the record to thoseattending the Conference and to the Procuring Entity. Theresponsibility of the parties for actions to be taken shall be decided bythe PROCURING Entity‟s Representative either at the ManagementConference or after the Management Conference and stated in writingto all who attended the Conference.65<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


33. Bill of Quantities33.1. The Bill of Quantities shall contain items of work for the construction,installation, testing, and commissioning of work to be done by theContractor.33.2. The Bill of Quantities is used to calculate the Contract Price. TheContractor is paid for the quantity of the work done at the rate in theBill of Quantities for each item.33.3. If the final quantity of any work done differs from the quantity in theBill of Quantities for the particular item and is not more than twentyfive percent (25%) of the original quantity, provided the aggregatechanges for all items do not exceed ten percent (10%) of the Contractprice, the Procuring Entity‟s Representative shall make the necessaryadjustments to allow for the changes subject to applicable laws, rules,and regulations.33.4. If requested by the Procuring Entity‟s Representative, the Contractorshall provide the Procuring Entity‟s Representative with a detailed costbreakdown of any rate in the Bill of Quantities.34. Instructions, Inspections and Audits34.1. The Procuring Entity‟s personnel shall at all reasonable times duringconstruction of the Work be entitled to examine, inspect, measure andtest the materials and workmanship, and to check the progress of theconstruction.34.2. If the Procuring Entity‟s Representative instructs the Contractor tocarry out a test not specified in the Specification to check whether anywork has a defect and the test shows that it does, the Contractor shallpay for the test and any samples. If there is no defect, the test shallbe a Compensation Event.34.3. The Contractor shall permit the Funding Source named in the SCC toinspect the Contractor‟s accounts and records relating to theperformance of the Contractor and to have them audited by auditorsappointed by the Funding Source, if so required by the FundingSource.35. Identifying DefectsThe Procuring Entity‟s Representative shall check the Contractor‟s work andnotify the Contractor of any defects that are found. Such checking shall notaffect the Contractor‟s responsibilities. The Procuring Entity‟s Representativemay instruct the Contractor to search uncover defects and test any work that66<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


the Procuring Entity‟s Representative considers below standards anddefective.36. Cost of RepairsLoss or damage to the Works or Materials to be incorporated in the Worksbetween the Start Date and the end of the Defects Liability Periods shall beremedied by the Contractor at the Contractor‟s cost if the loss or damagearises from the Contractor‟s acts or omissions.37. Correction of Defects37.1. The Procuring Entity‟s Representative shall give notice to theContractor of any defects before the end of the Defects Liability Period,which is One (1) year from project completion up to final acceptanceby the Procuring Entity‟s.37.2. Every time notice of a defect is given, the Contractor shall correct thenotified defect within the length of time specified in the ProcuringEntity‟s Representative‟s notice.37.3. The Contractor shall correct the defects which he notices himselfbefore the end of the Defects Liability Period.37.4. The Procuring Entity shall certify that all defects have been corrected.If the Procuring Entity considers that correction of a defect is notessential, he can request the Contractor to submit a quotation for thecorresponding reduction in the Contract Price. If the Procuring Entityaccepts the quotation, the corresponding change in the SCC is aVariation.38. Uncorrected Defects38.1. The Procuring Entity shall give the Contractor at least fourteen (14)days notice of his intention to use a third party to correct a Defect. Ifthe Contractor does not correct the Defect himself within the period,the Procuring Entity may have the Defect corrected by the third party.The cost of the correction will be deducted from the Contract Price.38.2. The use of a third party to correct defects that are uncorrected by theContractor will in no way relieve the Contractor of its liabilities andwarranties under the Contract.39. Advance Payment39.1. The Procuring Entity shall, upon a written request of the contractorwhich shall be submitted as a contract document, make an advancepayment to the contractor in an amount not exceeding fifteen percent67<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


(15%) of the total contract price, to be made in lump sum or, at themost two, installments according to a schedule specified in the SCC.39.2. The advance payment shall be made only upon the submission to andacceptance by the Procuring Entity of an irrevocable standby letter ofcredit of equivalent value from a commercial bank, a bank guaranteeor a surety bond callable upon demand, issued by a surety orinsurance company duly licensed by the Insurance Commission andconfirmed by the Procuring Entity.39.3. The advance payment shall be repaid by the Contractor by an amountequal to the percentage of the total contract price used for theadvance payment.39.4. The contractor may reduce his standby letter of 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 of Contract, subject to themaximum amount stated in SCC Clause 39.1.40. Progress Payments40.1. The Contractor may submit a request for payment for Workaccomplished. Such request for payment shall be verified and certifiedby the Procuring Entity‟s Representative/Project Engineer. Except asotherwise stipulated in the SCC, materials and equipment delivered onthe site but not completely put in place shall not be included forpayment.40.2. The Procuring Entity shall deduct the following from the certified grossamounts to be paid to the contractor as progress payment:(a)(b)(c)(d)(e)Cumulative value of the work previously certified and paid for.Portion of the advance payment to be recouped for the month.Retention money in accordance with the condition of contract.Amount to cover third party liabilities.Amount to cover uncorrected discovered defects in the works.40.3. Payments shall be adjusted by deducting there from the amounts foradvance payments and retention. The Procuring Entity shall pay theContractor the amounts certified by the Procuring Entity‟sRepresentative within twenty eight (28) days from the date each68<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


certificate was issued. No payment of interest for delayed paymentsand adjustments shall be made by the Procuring Entity.40.4. The first progress payment may be paid by the Procuring Entity to theContractor provided that at least twenty percent (20%) of the workhas been accomplished as certified by the Procuring Entity‟sRepresentative.40.5. Items of the Works for which a price of “0” (zero) has been enteredwill not be paid for by the Procuring Entity and shall be deemedcovered by other rates and prices in the Contract.41. Payment Certificates41.1. The Contractor shall submit to the Procuring Entity‟s Representativemonthly statements of the estimated value of the work executed lessthe cumulative amount certified previously.41.2. The Procuring Entity‟s Representative shall check the Contractor‟smonthly statement and certify the amount to be paid to the Contractor.41.3. The value of Work executed shall:(a)(b)(c)be determined by the Procuring Entity‟s Representative;comprise the value of the quantities of the items in the Bill ofQuantities completed; andInclude the valuations of approved variations.41.4. The Procuring Entity‟s Representative may exclude any item certified ina previous certificate or reduce the proportion of any item previouslycertified in any certificate in the light of later information.42. Retention42.1. The Procuring Entity shall retain from each payment due to theContractor an amount equal to a percentage thereof using the rate asspecified in ITB Sub-Clause 42.2.42.2. Progress payments are subject to retention of ten percent (10%),referred to as the “retention money.” Such retention shall be based onthe total amount due to the Contractor prior to any deduction and shallbe retained from every progress payment until fifty percent (50%) ofthe value of Works, as determined by the Procuring Entity, arecompleted. If, after fifty percent (50%) completion, the Work issatisfactorily done and on schedule, no additional retention shall be69<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


made; otherwise, the ten percent (10%) retention shall again beimposed using the rate specified therefor.42.3. The total “retention money” shall be due for release upon finalacceptance of the Works. The Contractor may, however, request thesubstitution of the retention money for each progress billing withirrevocable standby letters of credit from a commercial bank, bankguarantees or surety bonds callable on demand, of amounts equivalentto the retention money substituted for and acceptable to the ProcuringEntity, provided that the project is on schedule and is satisfactorilyundertaken. Otherwise, the ten (10%) percent retention shall bemade. Said irrevocable standby letters of credit, bank guaranteesand/or surety bonds, to be posted in favor of the Government shall bevalid for a duration to be determined by the concerned implementingoffice/agency or Procuring Entity and will answer for the purpose forwhich the ten (10%) percent retention is intended, i.e., to coveruncorrected discovered defects and third party liabilities.42.4. On completion of the whole Works, the Contractor may substituteretention money with an “on demand” Bank guarantee in a formacceptable to the Procuring Entity.43. Variation Orders43.1. Variation Orders may be issued by the Procuring Entity to cover anyincrease/decrease in quantities, including the introduction of new workitems that are not included in the original contract or reclassification ofwork items that are either due to change of plans, design or alignmentto suit actual field conditions resulting in disparity between thepreconstruction plans used for purposes of bidding and the “as stakedplans” or construction drawings prepared after a joint survey by theContractor and the Procuring Entity after award of the contract,provided that the cumulative amount of the Variation Order does notexceed ten percent (10%) of the original project cost. Theaddition/deletion of Works should be within the general scope of theproject as bid and awarded. The scope of works shall not be reducedso as to accommodate a positive Variation Order. A Variation Ordermay either be in the form of a Change Order or Extra Work Order.43.2. A Change Order may be issued by the Procuring Entity to cover anyincrease/decrease in quantities of original Work items in the contract.43.3. An Extra Work Order may be issued by the Procuring Entity to coverthe introduction of new work necessary for the completion,improvement or protection of the project which were not included asitems of Work in the original contract, such as, where there aresubsurface or latent physical conditions at the site differing materially70<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


from those indicated in the contract, or where there are duly unknownphysical conditions at the site of an unusual nature differing materiallyfrom those ordinarily encountered and generally recognized as inherentin the Work or character provided for in the contract.43.4. Any cumulative Variation Order beyond ten percent (10%) shall besubject of another contract to be bid out if the works are separablefrom the original contract. In exceptional cases where it is urgentlynecessary to complete the original scope of work, the Head of theProcuring Entity may authorize a positive Variation Order go beyondten percent (10%) but not more than twenty percent (20%) of theoriginal contract price, subject to the guidelines to be determined bythe GPPB: Provided, however, That appropriate sanctions shall beimposed on the designer, consultant or official responsible for theoriginal detailed engineering design which failed to consider theVariation Order beyond ten percent (10%).43.5. In claiming for any Variation Order, the Contractor shall, within seven(7) calendar days after such work has been commenced or after thecircumstances leading to such condition(s) leading to the extra cost,and within twenty-eight (28) calendar days deliver a writtencommunication giving full and detailed particulars of any extra cost inorder that it may be investigated at that time. Failure to provide eitherof such notices in the time stipulated shall constitute a waiver by thecontractor for any claim. The preparation and submission of VariationOrders are as follows:(a)If the Procuring Entity‟s representative/Project Engineer believesthat a Change Order or Extra Work Order should be issued, heshall prepare the proposed Order accompanied with the noticessubmitted by the Contractor, the plans therefore, hiscomputations as to the quantities of the additional worksinvolved per item indicating the specific stations where suchworks are needed, the date of his inspections and investigationsthereon, and the log book thereof, and a detailed estimate ofthe unit cost of such items of work, together with hisjustifications for the need of such Change Order or Extra WorkOrder, and shall submit the same to the Head of the ProcuringEntity for approval.(b)<strong>Clark</strong> Development CorporationThe Head of the Procuring Entity or his duly authorizedrepresentative, upon receipt of the proposed Change Order orExtra Work Order shall immediately instruct the technical staff ofthe Procuring Entity‟s to conduct an on-the-spot investigation toverify the need for the Work to be prosecuted. A report of suchverification shall be submitted directly to the Head of theProcuring Entity or his duly authorized representative.71Section IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


(c)(d)(e)The, Head of the Procuring Entity or his duly authorizedrepresentative, after being satisfied that such Change Order orExtra Work Order is justified and necessary, shall review theestimated quantities and prices and forward the proposal withthe supporting documentation to the Head of Procuring Entityfor consideration.If, after review of the plans, quantities and estimated unit costof the items of work involved, the proper office of the procuringentity empowered to review and evaluate Change Orders orExtra Work Orders recommends approval thereof, Head of theProcuring Entity or his duly authorized representative, believingthe Change Order or Extra Work Order to be in order, shallapprove the same.The timeframe for the processing of Variation Orders from thepreparation up to the approval by the Head of the ProcuringEntity concerned shall not exceed thirty (30) calendar days.44. Contract CompletionOnce the project reaches an accomplishment of ninety five (95%) of the totalcontract amount, the Procuring Entity may create an inspectorate team tomake preliminary inspection and submit a punch-list to the Contractor inpreparation for the final turnover of the project. Said punch-list will contain,among others, the remaining Works, Work deficiencies for necessarycorrections, and the specific duration/time to fully complete the projectconsidering the approved remaining contract time. This, however, shall notpreclude the claim of the Procuring Entity for liquidated damages.45. Suspension of Work45.1. The Procuring Entity shall have the authority to suspend the workwholly or partly by written order for such period as may be deemednecessary, due to force majeure or any fortuitous events or for failureon the part of the Contractor to correct bad conditions which areunsafe for workers or for the general public, to carry out valid ordersgiven by the Procuring Entity or to perform any provisions of thecontract, or due to adjustment of plans to suit field conditions as foundnecessary during construction. The Contractor shall immediatelycomply with such order to suspend the work wholly or partly.45.2. The Contractor or its duly authorized representative shall have theright to suspend work operation on any or all projects/activities alongthe critical path of activities after fifteen (15) calendar days from dateof receipt of written notice from the Contractor to the district72<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


engineer/regional director/consultant or equivalent official, as the casemay be, due to the following:(a)(b)(c)(d)(e)There exist right-of-way problems which prohibit the Contractorfrom performing work in accordance with the approvedconstruction schedule.Requisite construction plans which must be owner-furnished arenot issued to the contractor precluding any work called for bysuch plans.Peace and order conditions make it extremely dangerous, if notpossible, to work. However, this condition must be certified inwriting by the <strong>Philippine</strong> National Police (PNP) station which hasresponsibility over the affected area and confirmed by theDepartment of Interior and Local Government (DILG) RegionalDirector.There is failure on the part of the Procuring Entity to delivergovernment-furnished materials and equipment as stipulated inthe contract.Delay in the payment of Contractor‟s claim for progress billingbeyond forty-five (45) calendar days from the time theContractor‟s claim has been certified to by the procuring entity‟sauthorized representative that the documents are completeunless there are justifiable reasons thereof which shall becommunicated in writing to the Contractor.45.3. In case of total suspension, or suspension of activities along the criticalpath, which is not due to any fault of the Contractor, the elapsed timebetween the effective order of suspending operation and the order toresume work shall be allowed the Contractor by adjusting the contracttime accordingly.46. Payment on Termination46.1. If the Contract is terminated because of a fundamental breach ofContract by the Contractor, the Procuring Entity‟s Representative shallissue a certificate for the value of the work done and Materials orderedless advance payments received up to the date of the issue of thecertificate and less the percentage to apply to the value of the worknot completed, as indicated in the SCC. Additional Liquidated Damagesshall not apply. If the total amount due to the Procuring Entityexceeds any payment due to the Contractor, the difference shall be adebt payable to the Procuring Entity.73<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


46.2. If the Contract is terminated for the Procuring Entity‟s convenience orbecause of a fundamental breach of Contract by the Procuring Entity,the Procuring Entity‟s Representative shall issue a certificate for thevalue of the work done, Materials ordered, the reasonable cost ofremoval of Equipment, repatriation of the Contractor‟s personnelemployed solely on the Works, and the Contractor‟s costs of protectingand securing the Works, and less advance payments received up to thedate of the certificate.46.3. The net balance due shall be paid or repaid within twenty eight (28)days from the notice of termination.46.4. If the Contractor has terminated the Contract under GCC Clauses 17or18, the Procuring Entity shall promptly return the PerformanceSecurity to the Contractor.47. Extension of Contract Time47.1. Should the amount of additional work of any kind or other specialcircumstances of any kind whatsoever occur such as to fairly entitle thecontractor to an extension of contract time, the Procuring Entity shalldetermine the amount of such extension; provided that the ProcuringEntity is not bound to take into account any claim for an extension oftime unless the Contractor has, prior to the expiration of the contracttime and within thirty (30) calendar days after such work has beencommenced or after the circumstances leading to such claim havearisen, delivered to the Procuring Entity notices in order that it couldhave investigated them at that time. Failure to provide such noticeshall constitute a waiver by the Contractor of any claim. Upon receiptof full and detailed particulars, the Procuring Entity shall examine thefacts and extent of the delay and shall extend the contract timecompleting the contract work when, in the Procuring Entity‟s opinion,the findings of facts justify an extension.47.2. No extension of contract time shall be granted the Contractor due to(a) ordinary unfavorable weather conditions and (b) inexcusable failureor negligence of Contractor to provide the required equipment,supplies or materials.47.3. Extension of contract time may be granted only when the affectedactivities fall within the critical path of the PERT/CPM network.47.4. No extension of contract time shall be granted when the reason givento support the request for extension was already considered in thedetermination of the original contract time during the conduct ofdetailed engineering and in the preparation of the contract documentsas agreed upon by the parties before contract perfection.74<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


47.5. Extension of contract time shall be granted for rainy/unworkable daysconsidered unfavorable for the prosecution of the works at the site,based on the actual conditions obtained at the site, in excess of thenumber of rainy/unworkable days pre-determined by the ProcuringEntity in relation to the original contract time during the conduct ofdetailed engineering and in the preparation of the contract documentsas agreed upon by the parties before contract perfection, and/or forequivalent period of delay due to major calamities such asexceptionally destructive typhoons, floods and earthquakes, andepidemics, and for causes such as non-delivery on time of materials,working drawings, or written information to be furnished by theProcuring Entity, non-acquisition of permit to enter private propertieswithin the right-of-way resulting in complete paralyzation ofconstruction activities, and other meritorious causes as determined bythe Procuring Entity‟s Representative and approved by the Head of theProcuring Entity. Shortage of construction materials, general laborstrikes, and peace and order problems that disrupt constructionoperations through no fault of the Contractor may be considered asadditional grounds for extension of contract time provided they arepublicly felt and certified by appropriate government agencies such asDTI, DOLE, DILG, and DND, among others. The written consent ofbondsmen must be attached to any request of the Contractor forextension of contract time and submitted to the Procuring Entity forconsideration and the validity of 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 of the awarded contract is affected by any applicable newlaws, ordinances, regulations, or other acts of the GOP, promulgated after thedate of bid opening, a contract price adjustment shall be made or appropriaterelief shall be applied on a no loss-no gain basis.49. CompletionThe Contractor shall request the Procuring Entity‟s Representative to issue acertificate of Completion of the Works, and the Procuring Entity‟sRepresentative will do so upon deciding that the work is completed.75<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


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 ofCompletion.51. Operating and Maintenance Manuals51.1. If “as built” Drawings and/or operating and maintenance manuals arerequired, the Contractor shall supply them by the dates stated in theSCC.51.2. If the Contractor does not supply the Drawings and/or manuals by thedates stated in the SCC, or they do not receive the Procuring Entity‟sRepresentative‟s approval, the Procuring Entity‟s Representative shallwithhold the amount stated in the SCC from payments due to theContractor.76<strong>Clark</strong> Development CorporationSection IV General Conditions of the ContractProposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange


Section V. Special Conditions of Contract(SCC)77


GCC ClauseSpecial Conditions of Contract1.16. The Intended Completion Date is One Hundred Twenty (120) CalendarDays upon effective date of Contract.(The effective date of contract is afterseven (7) calendar days upon receipt of Notice to Proceed)1.21 The Procuring Entity is <strong>Clark</strong> Development Corporation, Bldg. 2122 E.Quirino Avenue, CDC Corporate Center, <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, <strong>Philippine</strong>s 2023.1.22 The Procuring Entity’s Representative is:Mr. Eduardo S.L. Oban Jr.Officer-In-Charge<strong>Clark</strong> Development CorporationBldg. 2122, E. Quirino Street, corner Carlos P. Garcia St.CDC Corporate Center, <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, <strong>Philippine</strong>s 2023.Tel. No. (045)599-9000 local 902The Procuring Entity’s Duly Authorized Representative is:ENGR. ALAN C. TURLAManagerEngineering, Construction and Maintenance Department<strong>Clark</strong> Development Corporation3 rd Floor Bldg. 2127 C.P. Garcia St. corner E. Quirino, CDC Corporate Center,<strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, 2023 PampangaTel. No. (045)499-22031.23 The Site is located along Prince Balagtas Avenue near Dolores Interchange,<strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, <strong>Philippine</strong>s.1.27 The Start Date is from date of receipt of the Notice to Proceed.1.30 The Works consist of the following major items of work:1. Expansion of Road (1,951.69 sq.m.) including drainage, sidewalk,regulatory signs, metal beam guard rails, slope protection structures andpavement markings;2. Construction of New Guard House; and3. Electrical Works with Area Lighting, Power, Electronic Gate Barrier, CCTVand Telephone Layout2.2. No Further Instructions.5.1. The Procuring Entity shall give possession of all parts of the Site to theContractor upon the latter‟s receipt of the Notice to Proceed.78<strong>Clark</strong> Development CorporationSection VI TechnicalSpecifications and Scope of Works


6.5. The Contractor shall employ the following Key Personnel:[List key personnel by name and designation]7.4 (c). No further Instructions.7.7 No further Instructions.8.1. No further instructions.10.0. None.12.3. No further instructions.12.5. In case of permanent structures, such as buildings of types 4 and 5 asclassified under the National Building Code of the <strong>Philippine</strong>s and otherstructures made of steel, iron, or concrete which comply with relevantstructural codes (e.g., DPWH Standard Specifications), such as, but notlimited to, steel/concrete bridges, flyovers, aircraft movement areas, ports,dams, tunnels, filtration and treatment plants, sewerage systems, powerplants, transmission and communication towers, railway system, and othersimilar permanent structures: Fifteen (15) years.13.0. No additional provision.18.3(h)(i)No further instructions.21.2. The Arbiter is:Construction Industry Arbitration Commission4F, Jupiter Building56 Jupiter Street, Bel Air Makati City29.1. Day works are applicable at the rate shown in the Contractor‟s original Bid.31.1. The Contractor shall submit the Program of Work to the Procuring Entity‟sRepresentative within seven (7) working days of from receipt of the Notice toProceed. The Program of Work should include the As-Staked Plans and As-Staked Quantities for all items of work for the project31.3. The period between Program of Work updates is seven (7) days.The amount to be withheld for late submission of an updated Program ofWork is 1% of every Progress Billing of the Contractor.34.3. The Funding Source is the Government of the <strong>Philippine</strong>s through <strong>Clark</strong>Development Corporation.39.1. The amount of the advance payment is 15% of the Contract Amount.40.1. An affidavit stating payment of labor and materials should be attached forevery progress billing.79<strong>Clark</strong> Development CorporationSection VI TechnicalSpecifications and Scope of Works


51.1. The date by which operating and maintenance manuals are required is withinseven (7) working days from date of satisfactory completion. The date bywhich “as built” drawings are required is within seven (7) working days fromdate of satisfactory completion.51.2.The amount to be withheld for failing to produce “as built” drawings and/oroperating and maintenance manuals by the date required is equivalent tofinal collection/billing & or 10% of the final Contract Cost whichever is higher.80<strong>Clark</strong> Development CorporationSection VI TechnicalSpecifications and Scope of Works


Section VI. Technical Specifications andScope of Works81<strong>Clark</strong> Development CorporationSection VI TechnicalSpecifications and Scope of Works


PROJECT TITLE: Proposed Security Gate for <strong>Clark</strong> North Access Road NearDolores InterchangeLOCATION: <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, <strong>Philippine</strong>sScope of Works and Technical SpecificationsThe construction procedures shall be done in accordance with the DPWH StandardSpecifications Volume II, 2004 Edition, and in full compliance with the approved plans andspecifications.Pertinent notes appearing in the Contract Plans or Drawings shall also be considered aspart and parcel of the technical specifications. Such notes shall take precedence over theGeneral SpecificationsPart – A – FACILITIES FOR THE ENGINEERA(8) Progress PhotographsThe Contractor shall provide progress photographs taken as, when and wheredirected by the Engineer at intervals of not more than one month. The photographsshall be sufficient in number and location to record the exact progress of the Works.The Contractor shall provide one proof print of each photograph taken, and thenegative and ten copies, not less than 254 mm x 203 mm and printed on glossypaper, of any of the photographs selected as progress photographs by the Engineer.The photographs retained by the Engineer will become the property of theGovernment and the Contractor shall supply approved albums to accommodatethem. Two copies are to be signed by the Contractor, one of which will be signed bythe Engineer and returned to the Contractor.The quantities for progress photographs shall be the number of photographsselected and provided as progress photographs. The unit of measure is „each”.82<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


Part – B – OTHER GENERAL REQUIREMENTSTraffic ControlThe Contractor shall furnish and install and maintain at all times during the durationof the Contract the necessary traffic signs, barriers, traffic cones and other trafficcontrol devices and shall include flagging and other means for guidance of trafficthru the work zone.Traffic control shall be done in accordance with prevailing government rules andregulations and with the design details included in the Plans where applicable.Survey / Setting OutThe Contractor shall set out the Works in relation to survey stations, markers,reference pegs and bench marks which have been established. Great importance isattached to these stations and the Contractor shall safeguard and protect them fromharm or loss at all times until completion of the Works.The Contractor shall be responsible for the re-establishment of any that have to bemoved and for the establishment of any further survey stations, markers, referencepegs, and bench marks as are necessary for the proper setting out and control ofthe Works.Stations and bench marks established by the Contractor shall be made of steel pins,450 mm long and 12 mm diameter, set 12 mm in-situ Class B concrete blocks cast0.25 mm into the ground and at least 0.25 inch diameter. The stationing shall bescratched or clearly marked to the satisfaction of the Engineer.In carrying out this task the Contractor shall provide at his own cost a minimumSurveying/levelling equipment and the required personnel to adequately run thesurveys work. Should the Contractor discover any error in the line or level in thebasic setting out, he shall at once notify the Engineer who will then issue amendeddrawings or instructions regarding the correction of the error.Field Office / Temporary ShelterThe Contractor shall also provide at his own cost a field office/temporary shelter.The location, dimensions and layout of such buildings and places shall be subject tothe approval of the Engineer. The Contractor shall not be permitted to erecttemporary buildings or structures on the site without the specific permission inwriting of the Engineer including approval of the dimensions of such buildings orstructures.83<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


PART - C – EARTHWORKS101(1), 101(2), 101(3), 101(4) Removal of Structures andObstructions (Streetlight, Asphalt Pavement, Lined Canal)Removal of existing structures, such as asphalt pavement, concrete pedestal linedcanal and other obstruction shall be carefully done with appropriate equipment so asto avoid peripheral damage. Excess excavated materials, and concrete debris shallbe disposed off properly at location approved by the Engineer.In the case where the Engineer instructed the Contractor to cut or remove existingfacilities, or parts thereof, such as sewers, drains, water service, gas supply or otherutility lines, the Contractor shall provide and maintain satisfactory bypass serviceand/or protection during the construction period. When only a portion of an existingstructure is to be removed, care shall be taken not to damage the retained portion.During demolition, the Contractor shall ensure the safety of his workers and thegeneral public.All materials having salvage value shall be carefully removed to avoid damage andshall be placed in neat piles at the locations to be determined by the Engineer withinthe construction site. If so provided or directed by the Engineer, approved salvagedmaterials shall be used in the new work, with corresponding adjustment in cost.All demolished materials not intended for reuse shall be removed or deposited at asite or hauled to a disposal area designated by the Engineer.All other structures to be removed aside from mentioned within the limits ofconstruction as indicated on the Drawings or as directed by the Engineer, whichobstruct or interfere with the prosecution of the works, shall be removed,reinstalled, hauled and stockpiled as the case maybe in accordance with thisSpecification or as directed by the Engineer103(1) Structure Excavation (including Pipes and Drains)This item shall consist of the necessary excavation for foundation of culverts,underdrain, and other structures not otherwise provided for in the Specifications.Except as otherwise provided for pipe culverts, the backfilling of completedstructures and the disposal of all excavated surplus materials, shall be in accordancewith these Specifications and in reasonably close conformity with the Plans or asestablished by the Engineer.This item shall also include necessary diverting of live streams, bailing, pumping,draining, sheeting, bracing, and the placing of all necessary backfill.84<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


Prior to 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 be excavated tothe lines and grades or elevations shown on the approved plan or as staked by theEngineer. They shall be of sufficient size to permit the placing of structures orstructure footings of the full width and length shown. Any excavation carried beyondthe limits shown or described on the drawings or specifications or beyond thedimension resulting from adjustments made by the Engineer shall be backfilled withmaterials acceptable and as directed by the Engineer.The volume of excavation to be paid for will be the number of cubic metersmeasured in original position of material acceptably excavated in conformity withthe plans or as directed by the Engineer.104(1), 104(2) Embankment from Roadway Excavation, Embankmentfrom Common BorrowThis item shall consist of the construction of embankment in accordance with thisspecification and in conformity with the lines, grades and dimensions shown on theplans or established by the Engineer. Embankment shall be constructed of suitablematerial which is acceptable in the manner specified in this item. It can be commonmaterial or rock. Embankment and backfill materials shall be pre approved by theEngineer prior to actual laying.Prior to construction of embankment, all necessary clearing and grubbing in thatarea shall have been performed in accordance with item 100, Clearing andGrubbing. Embankment construction shall consist of constructing roadwayembankment, including preparation of the areas upon which they are to be place.Roadway embankment material shall be placed in horizontal layers not exceeding200 mm (8 inches), loose measurement, and shall be compacted as specified beforethe next layer is placed. The quantity of embankment to be paid for shall be thevolume (cubic meter) of material compacted in place and accepted by the Engineer.105(1) Sub-grade PreparationPrior to commencing preparation of the sub-grade, all drainage structures, inlets,manholes drains and drainage outlet shall be completed. Any work on thepreparation of the sub-grade shall not be started unless prior work herein describedshall have been approved by the Engineer.After embankment has been completed, the full width shall be conditioned byremoving any soft or other unstable material that will not compacted properly. Theentire roadbed shall be shaped and compacted to the requirements of Subsection104.3.3 (compaction) of DPWH standard.85<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


PART – D -SUBBASE AND BASE COURSE200 Sub base Course AggregatesMaterial Requirements:Aggregate for subbase shall consist of hard, durable particles or fragments ofcrushed stone, crushed slag, or crushed natural gravel and filler of natural crushedsand or other finely divided mineral matter. The composite material shall be freefrom vegetable matter and lumps or balls of clay, and shall be such nature that itcan be compacted readily to form a firm, stable subbase.The Contractor shall carry out all relevant tests required prior to their used andwhenever such tests become necessary as determined by the Engineer.Table 200.1 “Grading Requirements” is replaced by the following table, and musthave a smooth grading curve.TABLE 200.1 - GRADING REQUIREMENTS FOR AGGREGATE SUBBASESIEVE DESIGNAITONStandard (mm)Alternate USStandardMass PercentPassing50 2” 10025 1” 55-809.5 3/8” 40-700.075 No. 200 5-15The fraction passing the 0.075mm (No. 200) sieve shall not be greater than 0.66(two thirds) of the fraction passing the 0.425 mm (No. 40 sieve)The fraction passing the 0.425 mm (No. 40 ) sieve shall have a liquid limit notgreater than 35 and plasticity index not greater 12 as determined by AASTHO T 89and T 90 respectively.86<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


The material shall have a soaked CBR value of not less than 25% as determined byAASTHO T 193. The CBR value shall be obtained at the maximum dry density anddetermined by AASTHO T 180, Method D.Preparation of surfaceThe existing surface shall be graded and finished as provided under Item 105,Subgrade Preparation, before placing the subbase material.The aggregate subbase material shall be placed at a uniform mixture on a preparedsubgrade in a quantity which will provide the required compacted thickness. Whenmore than one layer is required, each layer shall be shaped and compacted beforethe succeeding layer is placed.The placing of layer shall begin at the point designated by the Engineer. Placingshall be from vehicles especially equipped to distribute the material in a continuousuniform layer. The layer or window shall be of such size that when spread andcompacted the finished layer be in reasonably close conformity to the nominalthickness shown on the approved Plans.Spreading and CompactingWhen uniformly mixed, the mixture shall be spread to the plan thickness, forcompaction.Where the required thickness is 150 mm or less, the material may be spread andcompacted in one layer. Where the required thickness is more than 150 Mm, Theaggregate subbase shall be spread and compacted in two or more layers ofapproximately equal thickness, and the maximum compacted thickness of any layershall not exceed 150 mm. All subsequent layers shall be spread and compacted in asimilar manner.Compaction of each layer shall continue until a field density of at least 100 percentof the maximum dry density determined in accordance with AASHTO T 180, MethodD has been achieved. In-place density determination shall be made in accordancewith AASTHO 191.Item 202 Crushed Aggregate Base courseIt shall consist of hard, durable particles of fragments of stone or gravel crushed tothe size and of the quantity requirements of this item. It shall be free fromvegetable matters, lumps or balls of clay and other deleterious substances, Thematerial shall be of such nature that it can compacted readily to form a firm, stablebase. The base material shall conform to the grading requirements of Table 202.1Grading Requirements of DPWH Standard 2004.87<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


Spreading and CompactingThe crushed aggregate material shall be placed at a uniform mixture on preparedsubbase in a quantity which will provide the required compacted thickness.Maximum compaction thickness shall not exceed 150mm. all subsequent layers shallbe spread and compacted in a similar manner. The moisture content of the materialshall, if necessary be adjusted prior to compaction by watering with approvedsprinklers mounted on trucks or by drying out as required in order to obtain therequired compaction.Compaction of each layer shall continue until a field density of at least 100 percentof the maximum dry density determined in accordance with AASHTO T 180, MethodD has been achieved. In-place density determination shall be made in accordancewith AASTHO 191.PART – E -SURFACE COURSESItem 301(1) Bituminous Prime Coat MC-70 Cut-Back AsphaltBituminous materials shall be Medium Curing (MC) Cut-back Asphalt, It shallconform to the requirements of item 702, Bituminous Materials.Prior to applying the prime coat, the full width of surface to be treated shall beswept with a power broom and if necessary, scraped to remove all dirt and otherobjectionable materials. When required by the Engineer, immediately prior to theapplication of prime coat, the surface shall be slightly sprayed with water but notsaturated, bituminous materials shall be applied by means of pressure distributor atthe temperature given in item 702, Bituminous materials. The rate of applicationshall be within the range of 1 to 2 li/sq.m the exact rate to be ordered by theEngineer. The prime coat shall be left undisturbed for a period of at least 24 hoursand shall not be opened to traffic until it has penetrated and cured sufficiently sothat it will not be picked up by the wheels of passing vehicles.Item 310 Bituminous Concrete Surface Course, Hot-Laid (0.075 mThk.)Material requirementsThe bituminous mixture shall be composed of aggregate, mineral filler, hydratedlime and bituminous material. At least 3 weeks prior to production, the contractorshall submit in writing a job-mix formula for each mixture supported by laboratorytest data along with samples and sources of the components and viscositytemperaturerelationships information to the Engineer for testing and approval.The mixture shall have a minimum compressive strength of 1.4 Mpa (200 psi)88<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


The mixture shall have a mass percent air voids with the range of 3 to 5.The mixture shall also have an index of retained strength of not less than 70 whentested by ASSHTO T 165. For aggregates having maximum size over 25 mm(1 inch), AASHTO T 165 will be modified to use 150mm s 150 mm (6x6 inches)cylindrical specimens. The 150 mm ( 6 inches cylinders will be compacted by theprocedures outlined in AASHTO T 167 modified to employ 10 repetitions of amolding load of 9.6 Mpa (1400 Psi), with no appreciable holding time after eachapplication of the full load.Bituminous MaterialIt either be either Medium Curing (MC) Cut-Back Asphalt or Asphalt Cement, Itshall conform to the requirements of Item 702 Bituminous materials. Thepenetration grade, type and grade and bituminous material shall be specified in theSpecial Provisions.Construction RequirementsImmediately before placing the bituminous mixture, the surface shall be cleaned ofloose or deleterious material by brooming or other approved means.The bituminous material shall be heated so as to avoid local overheating andprovide a continuous supply of the bituminous material to the mixer at a uniformtemperature. The temperature of asphalt cement delivered to the mixer shall be asrequired to achieve kinematic viscosity in the range of 150-300 mm²/s, asdetermined by AASTHO T 201. Asphalt cement shall not be used while it is foamingnor shall be heated above 159 o C (320 o F) at any time after delivery in the project.The mixture shall be spread and struck off to the grade and elevation established.Bituminous pavers shall be used to distribute the mixture either over the entirewidth or over such partial width as may be practicable.CompactionImmediately after the mixture has been spread, struck off and surface irregularitiesadjusted, it shall be thoroughly and uniformly compacted by rollers.The surface shall be rolled when the mixture is in proper condition and when therolling does not cause under displacement, cracking and shoving. Rolling shallbegin at the sides and process longitudinally parallel toward the centreline, eachtrip overlapping ½ the roller width, gradually progressing to the crown of the road.When paving in echelon or abutting a previously placed lane, the longitudinal jointshould be rolled first followed by the regular rolling procedure. On superelevatedcurves, the rolling shall begin at the low side and progress to the high sideoverlapping of longitudinal trips parallel to the centreline.89<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


Rollers shall move at a slow but uniform speed with the drive roll or wheels nearestthe paver. Rolling shall be continued until roller marks are eliminated and aminimum of 97 mass percent of the density of the laboratory compactedspecimens prepared in accordance with AASTHO T 166 has been obtained.Any displacement occurring as a result of the reversing of the direction of a roller,or from other cause, shall be corrected at once by the use of rakes and addition offresh mixture when required. Care shall be exercised in rolling not to displace theline grade of the edges of the bituminous mixture.To prevent adhesion of the mixture to the rollers, the wheels shall be kept properlymoistened with water or water mixed with very small quantities of detergent orother approved material. Excess liquid will not be permitted.Along forms, curbs, headers, walls and other places not accessible to the rollers,the mixture shall be thoroughly compacted with hot hand tampers, smoothingirons or with mechanical tampers.PART – F -BRIDGE CONSTRUCTIONItem 404 Reinforcing SteelPlacing of steel reinforcement shall be in accordance with the Specification and inconformity with the requirements shown on the Approved Plans or as directed bythe Engineer. Steel reinforcement shall be deformed bars with a minimum tensilestrength of 40, 000 psi.Steel reinforcement shall be stored above the surface of the ground uponplatforms, skids, or other supports and shall be protected as far as practicable frommechanical injury and surface deterioration caused by exposure to conditionsproducing rust. When placed in the work, reinforcement shall be free from dirt,detrimental rust, loose scale, paint, grease, oil or other foreign materials.All reinforcing bars requiring bending shall be cold bent to the shapes shown onthe Plans or required by the Engineer. It shall be accurately placed in the positionshown on the Plans or required by the Engineer and firmly held there during theplacing and setting of the concrete. Bars shall be tied at all intersections exceptwhere splicing is less than 300mm in each directions, in which case, alternateintersections shall be tied, Ties shall be fastened on the inside inside.Reinforcement in any member shall be placed and then inspected and approved bythe Engineer before placing of concrete begins. Concrete placed in violation of thisprovision may be rejected and removal may be required.All reinforcement shall be furnished in the full lengths indicated on the approvedPlans. Splicing of bars, except where shown on the Plans, will not be permittedwithout the written approval of the Engineer. Splices shall be staggered as far aspossible and with a minimum separation of not less than 40 bar diameter. Not90<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


more than one-third of the bars may be spliced in the same cross-section. Exceptwhere shown on the Plans.Item 405(1)a Structural Concrete class “A”Furnishing, placing and finishing of concrete shall conform to the specifications andin accordance with the lines, grades and dimensions shown on the approved Plans.The concrete materials shall be proportioned in accordance with the requirementsfor each class of concrete as specified in Table 405.2 (3,000 psi min. compressivestrength for class “A” concrete) Composition and Strength of Concrete for Use inStructures of DPWH Standard Specifications 2004.Concrete shall have a consistency such that it will be workable in the requiredposition. It shall be of such a consistency that it will flow around reinforcing steelbut individual particles of the coarse aggregate when isolated shall show a coatingof mortar containing its appropriate amount of sand.Part – G -DRAINAGE AND SLOPE PROTECTION STRUCTUREItem 500(1) Pipe Culvert 760 mm dia. Class “B”Reinforced Concrete Pipe Culvert shall meet the requirements in the followingspecifications.Crushing Strength –D load= to 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 of 1 part , by volume of PortlandCement and two (2) parts of approved sand with water as necessary to obtain therequired consistency.Portland Cement and sand shall conform to the requirements of item 405, StructuralConcrete, Mortar shall be used within 30 minutes after its preparation.The bedding shall conform to one of the classes specified.Class B bedding shall consist of bedding the conduit to a depth of not than 30percent of the vertical outside diameter of the conduit. The minimum thickness ofbedding material beneath the pipe shall be 100 mm. The bedding material shall besand or selected soil all of which passes a 9.5 mm sieve and not more than 10percent of which passes a 0.075 mm sieve. The layer of the bedding material shallbe shaped to fit the conduit.91<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


The conduit laying shall begin at the downstream end of the conduit line. The lowersegment of the conduit shall be in contact with the shaped bedding throughout itsfull length.Materials for backfilling on each side of the conduit for the full trench width and toan elevation of not less than 300 mm above the top the conduit shall be fine, readilycompactible soil or granular material selected from excavation or from source of thecontractors choice.Item 502(2) Curb InletsThis item shall consist of the construction of Manhole, curb inlets in accordance withthis Specification and in reasonably close conformity with the dimension, sectionand elevation shown on the Plans or as established by the Engineer.Concrete for these structures shall meet the requirements of Item 405, StructuralConcrete of DPWH Standard Specification 2004 edition. Reinforcement shall bedeformed bars cold-bent to the shapes and accurately placed in position and firmlyheld there during placing and setting of the concrete. They shall be free from rust,injurious defects such as cracks and laminations. Reinforcement shall be placed andthen inspected and approved before placing of concrete begins. Steel reinforcementshall conform to the requirements of item 404 (Reinforcing Steel).505(5) Grouted RiprapThis item shall consist of the furnishing and placing of riprap with groutconstructed in accordance with the Specifications and to the lines and gradesand dimensions shown on the approved plans.Stones from grouted riprap shall consist of rock as nearly as rectangular insections. Stones ranging from minimum of 30 kg to a maximum of 70 kg with atleast 50 percent of the stones weighing more than 50 kg.Mortar for grouted riprap shall consist of sand, cement and water conforming tothe requirements given under Item 405, Structural concrete, mixed in theproportion of one part cement to three parts sand by volume, and sufficientwater to obtain the required consistency.The horizontal and vertical contact surface between stones shall be embeddedby cement mortar having a minimum thickness of 20 mm. Sufficient mortar shallbe used to completely fill all voids leaving the face of the stones exposed. Thebed for riprap shall be excavated to the required depths and properlycompacted, trimmed and shaped.92<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


Item 510(2) Concrete Lined Canal Class “A” (including formworks)This item shall consist of the furnishing and placing of concrete lined canalincluding all necessary excavation, formworks, bed course and reinforcedconcrete to the required section and dimension.Material RequirementsBed courseA bed course, where required, shall be 100mm thk. gravel course aggregates.The Contractor shall excavate, lay a bed course and compacted to the requireddensity or as required by the Engineer.Steel ReinforcementSteel Reinforcement shall be as specified in Item 405(b) Reinforcing Steel(10mm dia. Unless otherwise specified or required by the Engineer.ConcreteThe Contractor shall provide and place concrete in accordance with therequirements of Item 405(1)a Structural Concrete to the required depths in thepositions and to the grades and elevations shown on Plans.Part – H – MISCELLANEOUS600(1) Concrete Curb Cast in place 600(3) Combination of Curb andGutter (cast in place)Concrete Curb and combination of curb and gutter shall conform to the dimension,section on the approved Plan, In case of discrepancy actual site condition shallgovern over drawing. Cement concrete shall be Class “A” as specified in Item 405,Structural Concrete. Excavation shall be made to the required depth and the baseupon which the curb and/or gutter is to be set shall be compacted to firm and evensurface. All soft and unsuitable material shall be removed and replace with suitablematerial.Base course material shall be placed and compacted to form a bed of the requiredthickness as shown on the Plans.Forms shall conform to the requirements of Item 407, Concrete Structures, Metalforms shall be of an approved section.Forms for at least 50 m of curb and gutter shall be in-placed and checked foralignment and grade before concrete is placed. Curbs and gutters constructed oncurves shall have forms of either wood or metal and they shall be accurately shaped93<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


to the curvature shown on the Plans. Mixing, placing and curing of concrete shallconform to the requirements of item 405, Structural Concrete.Item 601 Concrete SidewalkSidewalk shall conform to the dimension and thickness of the approved Plan.Cement concrete shall be Class “A” as specified in Item 405, Structural Concrete.The bed course shall be compacted earth material.The area to be paid for shall be the number of square meters of the sidewalkmeasured, completed in-place and accepted.Item 603(3)a, 603(3)b, 603(3)c Metal Beam Guardrail, Guardrail endpiece, Concrete post for guardrailMaterial RequirementsMaterials for the desired type o guardrail shall meet the requirements specified inthe following specifications:Metal Beam Guardrail AASHTO M 180Guardrail Hardware. Offset brackets of the resilient and non-resilient types shall beof the type specified, or shown on the approved Plans and shall meet the strengthrequirements specified.Splices and end connections shall be of the type and design specified or as shownon the Plans, and shall be of such strength as to develop the full design strength ofthe rail elements.Unless otherwise specified, all fittings, bolts, washers and other accessories shall begalvanized in accordance with requirements of AASHTO M 111 or ASTM A 153,whichever may apply. All galvanizing shall be done after fabrication.Guardrail Post. Post shall be reinforced Concrete, Pre-cast reinforced concrete postsshall be of a section and length as specified or as shown on the Plans. Concreteshall conform with the requirements of Item 405, Structural concrete, for classspecified. Reinforcement shall conform with requirements of AASHTO M 31 Grade60. All bars shall be deformed.Construction RequirementsPost shall be set vertically in the position shown on the Plans and, where embeddedin a concrete foundation block, shall remain undisturbed for a minimum of 48 hours.The space around the post shall be backfilled to the ground line with approvedmaterial in layers not exceeding 100 mm and each layer shall be moistened andthoroughly compacted.94<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


Rail elements shall be erected in a manner resulting in a smooth continuousinstallation. All bolts, except adjustment bolts, shall be drawn tight. Bolts shall be ofsufficient length to extend beyond the nuts at least 5mm but not more than 10mm.Where painting of railing components is specified, any damage to the shop coat ofpaint shall be corrected by an application of an approved rust-inhibitive primer priorto further painting. Any surface inaccessible to painting after erection shall be giventhe specified number of coats of paint uniformly applied by though brushing usingan approved pressure spray. Painting shall conform to the requirements of item 411Paint.Item 605(2), 605(3) Regulatory sign, Informatory SignsSign PanelsSign panels shall be manufactured from aluminum sheeting at least 3 mm thk.Reflective SheetingAll reflective sheeting shall be diamond grade, it shall show no damage, crackingand it shall be weather-resistant following cleaning, in accordance withmanufacturers recommendations and it shall show no sign of discoloration, cracking,peeling or any dimensional change. The adhesive shall permit the reflective sheetingto adhere accurately 48 hours after application of temperature of up to 90 o.Post and FramesAll post shall be 2 ½” diameter G.I pipe and frames shall be 1 ¼” G.I pipe.They shall be thoroughly cleaned, free from grease, scale and rust and shall begiven one coat of rust-inhibiting priming paint and two coats of gray paint (epoxyprimer)Nuts, bolts, washers and other metal parts shall be hot-dip galvanized afterfabrication in accordance with requirements of AASHTO M 111.The concrete for the foundation blocks shall be Class A in accordance with Item405, Structural Concrete and shall be of the size shown on the approved Plans.Holes shall be excavated to the required depth to the bottom of the concretefoundation as shown. Backfilling shall be carried out by using suitable materialapproved by the Engineer and shall be compacted in layers not exceeding 150 mmin depth. Surplus excavation material shall be disposed of by the Contractor asdirected by the Engineer.95<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


Sign panels shall be installed in accordance with the details shown on theapproved Plans. Any chipping or bending of the sign panels shall be considered assufficient cause to require replacement of the panels at the Contractor expense.Item 606(2)a 606(2)b - Curb Painting, Pavement Markings (Reflectorized,Thermoplastic, Reflectorized Thermoplastic Rumble Strips)All curb surfaces to be painted shall be in proper condition, free from dust greaseand other particles. Concrete and masonry shall be coated with concreteneutralizer and allowed to dry before any painting primer coat is applied. Hairlinecracks and unevenness shall be patched and sealed with approved concreteputty.All curb shall be painted with reflectorized paints in accordance with thepavement markings specified in the approved plans. The work shall includesurface preparation and applying the paint to the shape, size and location of themarkings, or as required by the Engineer.Preparation of Road SurfaceThe materials should be applied only on the surface which is clean and dry. It shallnot be laid into loose detritus, mud or similar extraneous matter, or over an oldpaint marking, or over an old thermoplastic marking which is faulty. In the case ofsmooth, polished surface stones such as smooth concrete, old asphalt surfacing withsmooth polished surface stones and/or where the method of application of themanufacturer of the thermoplastic materials shall be recommended shall be with theapproval of the Engineer.Preparation of Thermoplastic MaterialsThe materials shall be melted in accordance with the manufacturer‟s instruction in aheater fitted with a mechanical stirrer to give a smooth consistency to thethermoplastic and such the local overheating shall be avoided. The temperature ofthe mass shall be within the range specified by the manufacturer and shall on noaccount be allowed to exceed the maximum temperature stated by themanufacturer. The molten material shall be used as expeditiously as possible andfor thermoplastics which have natural resin binders or otherwise sensitive to prolongheating the materials shall not be maintained in a molten condition for more than 4hours.LayingCenter lines, lane lines and edges shall be applied by approved mechanical meansand shall be laid to regular alignment. Other markings may be applied by handscreed,hand propelled machine or by self-propelled machine approved or directedby the Engineer. After transfer to the laying apparatus the materials shall be96<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


maintained within the temperature range specified by the manufacturer and stirredto maintain the right consistency for laying.In the case of screen application the material shall be laid to a thickness of not lessthan 3mm for pavement markings and 6mm for rumble strips, unless specificallyauthorized by the Engineer when laid over an existing marking. In the case ofsprayed application the material shall be laid to the thickness of not less than,1.5mmfor pavement markings and a minimum of 4mm for rumble strips, unless specificallyauthorized by the Engineer. In all cases the surface produced shall be uniform andappreciably free from bubbles and steaks. Where the Contractor <strong>Documents</strong> requireor Engineer direct that ballotini shall be applied to the surface of the markings, theseshall be applied uniformly to the surface of hot thermoplastic immediately afterlaying such that the quality of ballotini firmly embedded and retained in the surfaceafter completion complies with the requirements of Sub-item 606.2.2 of the DPWHStandard Specifications.Road markings of a repetitive nature, other center lines, lane lines, etc. shall unlessotherwise directed by the Engineer be set out with stencils which comply with thesize and spacing requirements shown on the Drawings.Re-use of Thermoplastic Materials – At the end of the day as much as possible, theremaining material in the heater and/or laying apparatus shall be removed. Thismay be broken and use again provided that the maximum heating temperature hasnot been exceeded and such re-using of material shall be approved by the Engineer.Defective Materials or WorkmanshipMaterials which are defective shall be replaced by a new one, satisfactory andapproved by the Engineer. If in case pavement marking has been applied in anunsatisfactory manner or in incorrect dimensions or in a wrong location, it shall beremoved right-away and shall be corrected by the Contractor at his own expense.The road pavement shall be made good to the satisfaction and approval of theEngineer.PART- J – BUILDING STRUCTURESD1 GENERAL REQUIREMENTSThe intent of the plans and specifications is to prescribe the complete work whichthe contractor undertakes to do in full compliance with the plans and specifications.The contractor shall perform all items of work covered in the proposals and on theplans and do such special, additional, extra and incidental works. The contractorshall furnish, unless otherwise provided in the specification, all equipment,falsework, forms, labor, materials, tools, supplies, machinery and incidentalsnecessary for the completion of the project.97<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


D2SITE WORKS2AEarthwork/FencingThe contractor shall perform the work described below and as shown on the plansor as directed by the engineer.S2A.1 Use 6ft. height plastic cover “Sako” for fencing.S2A.2 Provide 2” x 2” rough lumber for post and bracing.S2A.3 Staking out of Building lines, grade and benchmark.S2A.4 All excavation work (as indicated in the drawing ).S2A.5 All backfilling, filling and grading.S2BRemoval and DisposalThe contractor shall perform the work described below and as shown on the plansor as directed by the engineer. All designated salvable materials shall be removed,without unnecessary damage, in sections or pieces which may be readilytransported, and shall be stored by the contractor at specified places on the project.S2B.1 Hauling and disposal of excess materials/debris at designated dumping site.Note: Verify Plans or Coordinate with the Assigned Engineer or Architecton Site the extent of the removal works.S2CS2C.1Termite ControlExterior and Interior TreatmentS2C.1.1 The work includes furnishing of skilled labor (certified pesticide applicatorduly licensed by fertilizer and pesticide authority), chemical, tools, equipments,supervision and other related works necessary to complete the program hereinrecommended and described.S2C.1.2 Apply chemical treatment on all concrete and wood surfaces using powersprayer, paint brush, and roller brush to ensure uniform distribution of chemicals. Use30 ml. of concentrated chemical per 1 (one) liter of water (dilution) or 1 liter ofconcentrated chemical per 33.33 liter of water.S2C.1.3of work.Chemical to be used shall be 100% efficacy in 5 (five) years upon completionNote: All exterior and interior area shall be treated with a chemical less odor.98<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


D3CONCRETE, Concrete Cast-in Place(Refer to Part-F- Bridge Construction)Item 404 Reinforcing Steel (Refer to Part-F-Bridge Construction)Item 405(1)a , 405(2) Structural Concrete Class “A” including falsework, StructuralConcrete Class “ A”Slab on fill (Refer to Part-F-Bridge Construction)Item 405(1)c Furnishing and installation of Anchor bolts with nut and washer20mmx350mm (Refer to Part-I- Road Sign, Mounting Gantry)D4S4AMASONRYConcrete Masonry Unit WorkS4A.1 Concrete Hollow Blocks shall be machine made and have a minimum facethickness of 1” (0.025). Nominal size shall be 100mm (4”) thick x 200mm (8”) x400mm (16”). Hollow blocks shall conform to the requirements of ASTM C 90.S4A.2 Sand shall be washed river sand, well screened, clean, and free from loam,silt and other impurities.S4A.3 Mixture of cement mortar shall be made of one part Portland Cement and twoparts fine aggregate by volume.D5METALSItem 403(3)b Metal StructuresDescription of workThis work shall consist of steel structures and portions of composite structures,constructed in a reasonably close conformity with lines, grades and dimensionsshown on the approved plans or established by the Engineer.This will include the furnishing, fabricating, hauling, erecting, welding and paintingof structural metals. Workmanship and finish shall be in accordance with bestgeneral practice. Portions of the work exposed to view shall be finished neatly.Shearing, flame cutting and chipping shall be done carefully and accurately.Material RequirementsMaterials shall meet the requirements of Item 712, Structural Metal: Item 409,Welded Structural Steel, and Item 709 Paints of DPWH Standards and SpecificationsVol II 2004.99<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


InspectionThe Contractor shall give the Engineer at least fifteen (15) days notice prior to thebeginning of work at the mill or shop, so that the required inspection may be made.The contractor shall furnish the Engineer with copies of the certified mill reports ofthe Structural Steel, preferably before but not later than the delivery of the steel tothe job site.FabricationThese Specifications apply to riveted, bolted and welded construction. Thecontractor may, however, with approval of the Engineer, substitute high tensilestrength steel bolts equivalent to the rivets in any connection.Workmanship and finish shall be in accordance with the best general practice inmodern bridge shops. Portions of the work exposed to view shall be finished neatly.Shearing, flame cutting and chipping shall be done carefully and accurately.Structural metals, either plain or fabricated, shall be stored above the ground uponplatforms, skids or other supports. It shall be kept free from dirt, grease or otherforeign matter, and shall be protected as far as practicable from corrosion.Rolled material before being laid off or worked must be straight. If straightening isnecessary, it shall be done by methods that will not injure the metal. Sharp kinksand bends will be cause for rejection of the material.Bolted Connections (High Tensile-Strength bolts)Bolts shall be AASHTO M 164 (ASTM A 325 or AASHTO M 253) tensioned to a hightension. Other fasteners which meet the chemical requirement of AASHTO M 164 orM 253 and which meet the mechanical requirements of the same specifications infull size tests and which have body diameter and bearing areas under the head andnut, or their equivalents, not less than those provided by a bolt and nut of the samenominal dimensions prescribed above, may be used subject to the approval of theEngineer.Welding shall be done in accordance with the best modern practice and theapplicable requirements at AWS D1.1 except as modified by AASHTO “StandardSpecifications for Welding of Structural Steel Highway Bridges.ErectionThe contractor shall provide the falsework and tools, machinery and appliances,including driftpins and fitting-up bolts, necessary for the expeditious handling of thework and shall erect the metal wok, remove the temporary construction, and do all100<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


work necessary to complete the structure as required by the Contract and inaccordance with Plans and these Specifications.Before starting the work of erection, the Contractor shall inform the Engineer fullyas to the method of erection he proposes to follow, and the amount and characterof equipment he proposes to use, which shall be subject to the approval of theEngineer. The approval of the Engineer shall not be considered as reliving theContractor of the responsibility for the safety of his method or equipment or fromcarrying out shall be done until such approval by the Engineer has been obtained.Assembling SteelThe parts shall be accurately assembled as shown on the working drawings andmatchmarks shall be followed. The material shall be carefully handled so that noparts will be bent, broken or otherwise damaged. Hammering which will injure ordistort the members shall not be done. Bearing surfaces and surfaces to be inpermanent contact shall be cleaned before the members are assembled. Unlesserected by the cantilever methods, truss spans shall be erected on blocking soplaced as to give the trusses proper camber. The blocking shall be left in place untilthe tension chord splices are fully connected with permanent fasteners and all othertruss connections pinned and erection bolted. Splices of butt joints of compressionmembers, that are milled to bear and of railing shall not be permanently fasteneduntil the spans have been swung, except that such permanent fastening may beaccomplished for the truss members at any time that joint holes are fair, Splices andfield connections shall have one-half of the holes filled with erection bolts andcylindrical erection pins (half bolts and half pins) before placing permanentfasteners. Splices and connections carrying traffic during erection shall have threefourthsof the holes so filled, unless otherwise permitted by the Engineer.Fitting-up bolts shall be of the same nominal diameter as the permanent fastenersad cylindrical erection pins will be 1.6 mm larger.D6S6AWOOD AND PLASTICCarpentry and JoineryThe work under this item shall consist of furnishing all required materials, fabricatedwoodwork, tools, equipment and labor and performing all operations necessary forthe satisfactory completion of all carpentry and joinery work in strict accord withapplicable drawings, details and these specifications.Quality Lumber – shall be approved capacity of the respective kinds of the variousparts of the work. Well seasoned, thoroughly dry and free from large, loose orunsound knots, shakes and other imperfections impairing its strength, durability orappearance.101<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


S6A.1 Ceiling at Guard HouseS6A.1.1S6A.1.2S6A.1.3S6A.1.4S6A.1.5Use 4.5mm thk. Cement Fiber Board for Ceiling as Specified onPlans and DetailsUse 0.40mm x 19mm x 50mm x 5.0m. galvanized double furringchannel for all joists.Use 1.0mm x 12mm x 35mm x 5.0m galvanized C channel forCeiling support at every 1.2m.o.c.Use 0.40mm x 25mm x 25mm x 5.0m galvanized Wall Angle forCornerProvide perforated tape, w-clip (double), rod joiner carryingchannel hook, treaded hanger clip, blinds rivet, self-drill metalscrew, steel angle, for all connections and joints.S6A.2 Drywall Partition at Guard House (Interior Wall)S6A.2.1S6A.2.2S6A.2.3S6A.2.6Use 6.0mm thk.x 4‟x 8‟ cement fiber board “Hardiflex”Use Ga.24 x 35mm x 64mm Metal Studs for interior walls.Use Ga.24 x 35mm x 64mm Metal Trucks for interior walls.Provide blind rivets, Self-drill metal screw and Perforated tape forall connections and joints.S6A.3 Ceiling at Guard House (Driveway Area)S6A.3.1S6A.3.2S6A.3.3S6A.3.4S6A.4.5Use 0.40mm thk. Spandrel ceiling panel materials.Use 0.40mm x 19mm x 50mm x 5.0m. galvanized double furringchannel for all joists.Use 1.0mm x 12mm x 35mm x 5.0m galvanized C-channel forCeiling support at every 1.2m.o.c.Use 0.40mm x 25mm x 25mm x 5.0m galvanized Wall Angle forCorner.Provide perforated tape, w-clip (double), rod joiner carryingchannel hook, treaded hanger clip, blinds rivet, self-drill metalscrew, steel angle, for all connections and joints.102<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


S6A.4 Counter and CabinetS6A.4.1S6A.4.2S6A.4.3S6A.4.4S6A.4.5S6A.4.3S6A.4.4Use ¾” thk. Marine plywood counter top and cabinet doors andshelves.Use 1.2mm.thk. (White Color or Approved Equal) FormicaLaminate.Provide fr. 1” x 1” K.D. Tanguile wooden edging.Provide heavy duty concealed hinges for all cabinet doors.Provide 4” long stainless steel cabinet door handle.Use Appropriate Laminate Adhesive.Use Steakwell or any Approved equal for all Connections.Note:Verify Plans or Coordinate with the Assigned Engineer orArchitect on Site the extent of the carpentry and joineryworks.Finish and Quality of materials is subject for Approval of theDesigning Architect or Engineer.D7S7FTHERMAL AND MOISTURE CONTROLMetal RoofingS7G.1 Guard HouseS7G.1 Install new 0.40mm x 1120mm Rib-type long span.S7G.2 Provide 0.40mm x 619mm x 2440mm Pre-painted ridge roll.S7G.3 Provide 0.40mm x 619mm x 2440mm Pre-painted end flashing.S7G.4 Provide 0.40mm x 619mm x 2440mm Pre-painted capping (seedrawing profile).S7G.5 Provide 0.40mm x 619mm x 2440mm Stainless Steel Box Type Gutter(see drawing profile).S7G.6 Use 4” dia. PVC Pipe fittings for downspout “Series 1000”S7G.7 Provide ½” x ½” Mesh wire screen for gutter.S7G.5 Provide 3/16” thk. x 1 ½” aluminum flat bar.103<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


S7G.6 Use Self drilling metal screw, blind rivets, Silicon Sealant and Touch-uppaint for licks and connectionsS7IAsphalt RoofingS7I.1 Guard HouseS7I.1 Supply and install of 2.88mm thk. Rectangular blue asphalt roofingwith water proofing insulations. (match existing)Note: Verify Plans or Coordinate with the Assigned Engineer orArchitect on Site the extent of the works.Finish and Quality of materials is subject for Approval of theDesigning Architect or Engineer.D8S8ADOORS, WINDOWS AND GLASSESWood DoorsThis item shall consist of furnishing all materials, hardware, tools, labor andservices necessary to complete fabrication and installation of wooden doors ofthe type and size as shown on the plans and in accordance with the followingspecifications and applicable specifications under Carpentry and JoineryWorks.S8A.1Install new 50mm x 800mm x 2100mm Flush type door with louverbelow on 50mm x 127mm K.D.Tanguile door jamb “Ducco Finish”Location: (Toilet Area) D-1Door Hardware:1a. Use Cylindrical Lockset Antique Brass, Key Outside and thumbturn inside with high Security 5-Pin Tumbler Cylinder (Kwikset orApproved Equal)2a. Use 4" x 4" Antique Brass Loose Pin Ball Bearing Type with QueenTip Door Hinge3a. Provide Door Closer with hold-on function open beyond 85d thedoor will remain open, closing speed is adjustable faster orslower, Reversible to right or left hand swing. (Kwikset or4a. Approved Equal)104<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


S8H Glass and GlazingThis item shall consist of furnishing all glass and glazing materials includingframes and hardware, for glass door and fixed glass panel. It also includeslabor, tools, and equipments required in undertaking the proper installationas shown on the Plans and in accordance with these specifications.S8H.1 Fixed Glass1a. Supply and install of new 12mm.thk. Frameless Tempered FixedGlass with Powder Coated U-Clip (Top and Bottom) and Blue TintSticker.S8H.2 Frameless Doors1a. Supply and install of new 12mm. thk. x 900mm(W)x2100mm(H)single leaf tempered clear glass door w/ Powder coated FD-100 onTop/Bottom Holder and 1 1/2" dia. SS handle bar, complete fittingsand hardware with Frostic sticker "See Design" Loc: (MainEntrance)GD-1Note:Verify Plans or Coordinate with the assigned Engineer orArchitect on site the extent of the works.Finish and Quality of materials is subject for Approval of theDesigning Architect or Engineer.D9FINISHESS9A PlasteringS9A.1Plaster all CHB Wall / Masonry Surfaces with Class “A” CementPlaster Mixture consisting of Portland Cement and Screened RiverWashed Sand.S9B Field PaintingS9B.1 Trusses, Walls and Metal Frames (Metal Surfaces)Surface Preparation:1a. Sand, wire brush or scrape all rusty metals to remove all rust. Besure to wash off surface thoroughly with mineral spirits, letting itdry before applying paint.Painting System Recommendation:105<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


1a. Apply one (1) coat of Red Oxide.2a. Apply whole surface with two (2) coats of Quick Drying Enamel.S9B.2 Exterior/Interior Wall and Ceiling(Cement Fiber Board, Masonry/Concrete Surfaces)Surface Preparation: (new painting)1a. Surface to be painted must be allowed to dry for 14 to 28 daysbefore neutralization.2a. Surface should be clean and dry, free from oil, grease, dust, dirt,contaminants and all loose girt or mortar.Painting System Recommendation:S9B.3a. Cover all surface cracks by using Patching Compound beforepainting surfaces. Use sand paper to smoothen/even thesurface to be painted.b. Apply one (1) coat of Flat Latex by brush, roller or spray. Letdry overnight.c. Apply two (2) coats of Semi-Gloss Latex by brush, roller orspray. Let dry overnight.Counter and Cabinets (Wooden Surfaces)Surface Preparation:(new painting)1a. Surface to be painted must be clean and dry, free from dust, dirtand other foreign matter; sand rough edges remaining,countersunk nailheads for putty application. Dust off surfacecompletely and wipe with a clean rag.Painting System Recommendation:a. Apply one (1) coat of Flat Enamel by brush, roller or spray. Letdry overnight.b. Apply two (2) coats of Semi-Enamel Latex by brush, roller orspray. Let dry overnight.Painting System Recommendation:a. Cover all surface cracks by using Patching Compound beforepainting the surfaces. Use sand paper to smoothen/even thesurface to be painted.b. Apply two (2) coats of Semi-Gloss Latex by brush, roller orspray. Let dry overnight.106<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


S9B.4 Safety Precautionsc. For final coating, finish with acrylic emulsion.The use and application of paints is not considered a dangerous occupation,but health and safety hazards do exist whenever flammable materials are handled.The following rules summarize the precautions to be observed when handling and applyingpaints.a. Good house keeping must be part of any efficient operation. Allpainting materials and equipment should be stored in a roomassigned for the purpose that is consistent with manufacturer‟srecommendations. The storage room must not be near any heatsources such as furnaces, steam pipes or radiators. Rags andwaste soiled with paint should be removed from the premises atthe end of each day‟s work or be stored in metal-coveredcontainers half-filled with water. Spills must be cleaned upimmediately to prevent falls.b. Sufficient ventilation is the key to safe application. Although manysolvents are not extremely toxic, the use of adequate protectivemasks, clothing and equipment is recommended.c. Open flames and sparks from cigarettes and matches must beprohibited from the painting area, as these are fire and explosionhazards.Note: Verify Plans or Coordinate with the assigned Engineer or Architecton Site the extent of the works.S9CFinish and Quality of materials is subject for Approval of theDesigning Architect or Engineer.Ceramic Tile WorkS9C.1 Flooring at Guard house1a. Use 400mm x 400mm Ceramic Floor Tile.2a. Use appropriate tile adhesiveS9C.2 Toilet at Guard house1a. Use 300mm x 300mm unglazed ceramic tile for floor.2a. Use 300mm x 300mm glazed ceramic tile for wall.3a. Use appropriate tile adhesiveNote: Finish and Quality of materials is subject for Approval of theDesigning Architect or Engineer.107<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


S9QConcrete PaverS9Q.1 Guard House1a. Provide concrete paver (verify design).2a. Use river washed sand for laying.S9R Aluminum CladdingS9R.1 Aluminum Wall Cladding1a. Supply and install of 0.40mm thk. Aluminum sandwich panel,composite honeycomb on aluminum supporting framework withcontinuous silicone sealant and backed rod “Matte silver gray panelfinish”2a. Provide self-drilling screw, blind rivets and touch-up paint.S9R.2 Aluminum Façade “Text and Logo”1a. Supply and install of 0.40mm thk. Aluminum sandwich panel, compositehoneycomb on aluminum supporting framework with continuous siliconesealant and in 3D Sculpture Logo and Text “Verify Finish”2a. Provide self-drilling screw, blind rivets and touch-up paint.D10SPECIALTIESS10A Toilet AccessoriesS10A.1 Toilet Areaa. Install new (branded) Elongated Water Closet,"Homewise 2783"L730mm x W400mm x H767mm with tank fittings, bowl flange set,plastic bolt caps, stop valve, water supply hose.b. Install new (branded) Semi-Pedestal Lavatory,"Tonic 0688/0071"with bracket and fixing bolt set.c. Install new Single Hole Lava Faucet,"Tonic 3101" with Completefittings and accessories.d. Provide new 600mm x 800mm "Oval" Vanity frameless mirror withplywood backing and 25mm bevelled edge all around.e. Use new 4”x 4” Stainless steel floor drain.f. Use Floor Flange with Ball wax for all Water Closet.108<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


D15 MECHANICALGENERALg. Use Floor clean-out cover “Bronze Type”h. Provide Spray Combination “Heavy Duty” for all water closet.i. Use silicon sealant for all Fixtures to eliminate leakage.Note: Verify Plans or Coordinate with the assigned Engineer orArchitect on Site the extent of the works.Finish and Quality of materials is subject for Approval of the`Designing Architect or Engineer.All fixtures shall be of quality BrandAll works shall be done under the direct supervision of a Mechanical/SanitaryEngineer and in strict accordance with these specifications and of the methods asprescribed by the latest edition of the <strong>Philippine</strong> Plumbing Code, Sanitary Code ofthe <strong>Philippine</strong> and the Mechanical Code of the <strong>Philippine</strong>s.All items not specifically mentioned in the specifications or noted on the drawingsbut which are obviously necessary to make a complete working installation shall beincluded.S15A Water and Sewer SystemS15A.1S15A.2S15A.3S15A.4Furnish all materials, labor, tools and equipment in undertakingplumbing works in accordance with the plans and specifications.All drain, waste, and vent pipes and accessories shall be uPVC thickwalled, heavy duty Series 1000 Schedule 40 or approved equal.All water supply pipes and accessories shall be Galvanized ironSchedule 40 (ASTM A53) or Approved equal. They should be heavygauge pipes conforming to PNS 26, ANSI/ASME B26, 10m-1985.All water line shall be hydrostatic tested at 100 psi for 4 hours priorto tapping. Sewer shall be tested according to Plumbing Code. Alltesting shall be witness by CDC authority representative.S15A.5Workmanship. The work throughout shall be executed in the mostthorough manner known to trade and to the satisfaction of theArchitect and/or Engineer.109<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


S15A.6S15A.7S15A.8Provide sewer line at type of fittings, hunger support devices.All materials and components including anchors, hanger supportand hydrostatic testing shall comply with standard specificationscodes.Septic tank shall be constructed of solid durable materials notsubject to excessive corrosion or decay and shall be water tight.1). Construction of the Septic Tank- Excavation of Septic Tank- Reinforced concrete- Plastered concrete hollow block- Three compartment- Three manhole 20” (twenty inches in minimumdimension)2). Septic Tank constructed of manholes may approved by theAdministrative authority when complying with approved planshow the plans applicable standards.D15d Air Conditioning Unit and Ventilating System2.5 HP Wall Mounted Split Type Air-Conditioning Unit Single Phase, 230 V, 60Hz ACUinverter, complete standard accessories and remote control.D16 ELECTRICAL SYSTEMGeneralAll works shall be done under the direct supervision of an Electrical Engineerand in strict accordance with these specifications and of the methods asprescribed by the latest edition of the <strong>Philippine</strong> Electrical Code.All items not specifically mentioned in the specifications as noted on thedrawing but which are obviously necessary to make a complete workinginstallation shall be included.110<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


CONDUITS,BOXES AND FITTINGSDescriptionThis Item shall consist of the furnishing and installation of the complete conduit workconsisting of electrical conduits; conduit boxes such as junction boxes, pull boxes,utility boxes, octagonal and square boxes; conduit fittings such as couplings ,locknutsand bushings and other electrical materials needed to complete the conduit roughing– in work of this project.Material RequirementsAll materials shall be brand new and shall be of the approved type meeting all therequirements of the <strong>Philippine</strong> Electrical Code and bearing the <strong>Philippine</strong> StandardAgency (PSA) mark.ConduitsConduit shall be standard rigid steel, zinc coated or galvanized, and shall be Schedule40. Electrical metal conduit may be used if shown or specified on the approved Plans.PVC conduit if required shall be Schedule 40. Enamel coated steel conduits andconduits with rough inner surfaces are not acceptable.UPVC. Plastic duct for concrete encased burial shall be PVC schedule 40 and shallconform to NEMA standards. Endbell fittings shall conform to NEMA standards.No conduits shall be used in any system smaller than 12 mm diameter electrical tradesize nor shall have more than four (4) 90-degree bends in any one run and wherenecessary, pull boxes shall be provided.On exposed work, all pipes and outlet boxes shall be secured by means of galvanizedmetal clamps which shall be held in place by means of machine screws.Conduit BoxesAll conduit boxes shall be code gauge steel and galvanized. Outlet boxes shall begalvanized pressed steel of standard make. In general, outlet boxes shall be at least100 mm square or octagonal, 55 mm deep and 16 mm minimum gauge.Conduit FittingsAll conduit fittings such as locknuts and bushings shall be galvanized of standardmake.111<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


Lighting Fixtures and LampAll lighting fixtures and lamps are as specified and listed on lighting fixture schedule.For the downlight, in-ground lights and floodlight used LED lamp with 120lumen/watt, 100-240V.For fluorescent lamp, it shall be 32-watt rapid start daylight white. All fluorescentballast shall be 108-277 v auto volt, electronic ballast, high power factor, of goodquality materials and approved by the Bureau of Product Standards (BSP).Luminaire housing shall be die cast aluminium with electro gray finish for long lifeperformance. It shall be pole mounted with wattage capacity from 200 watts to 400watts High Pressure Sodium Lamps (HPS). Ballast shall be 220 volt with ignitor andcapacitor and shall have universal two (2) bolt slip fitter and adjustable mogul or E40socket. Standard construction is IP55 with breathing seal to prevent contaminantfrom entering the optical assembly. Ball latch shall be stainless steel and precisiondesign refractor to uniformly illuminate wide area.Lamps. Provide the type and wattage indicated in the drawing. High Pressure SodiumLamps. 400-watts and to ANCI C78-1351 (47,000 lumens).UL 1029 and ANSI C82.4, and shall be constant wattage transformer CWA orregulator, open type high power factor type. Ballast shall be designed to operate onthe voltage system to which they are connected. Provide single lamp ballasts with aminimum starting temperature of minus 30 degrees Celcius (C). Ballast shall beconstructed so that open circuit operation will not reduce their average life. HighPressure Sodium (HPS) ballast shall have a solid state ignitor/starter with an averagelife in the pulsing mode of 10,000 at an ignitor/starter case temperature of 75degrees C. Average life is defined as the time after which 50 percent will have failedand 50 percent will have survived under normal conditions.Auxiliary SystemsAll auxiliary system such as telephone, internet, CCTV, Gate Barrier and fire alarmsystem installations shall be done in accordance with the approved design.All materials to be used shall conform to the Bureau of Product Standard (BPS)Specifications.Gate Barrier 230VAC, 24VDC, !A, Motor Power 120W, Torque 70 N-m, Opening Time2 sec., Arm opening 3.0 m. Self-locking gears that lock the arm both in the open and112<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


closed positions. In case of power failure the arm can be raised or lowered manually,without opening the cabinet. With accessories/auxiliaries for a functional system.WIRES AND WIRING DEVICESThe item shall consist of the furnishing and installation of all wires and wiringDevices consisting of electric wires and cables, wall switches, convenienceReceptacles, heavy duty receptacles and other devices shown on the approvedPlans but not mentioned in these specifications.Wires and cables shall be of the approved type meeting all the requirements of the<strong>Philippine</strong> Electrical Code and bearing the PSA mark. Unless specified or indicatedotherwise, all power and lighting conductors shall be insulated for 600 volts. All wiresshall be copper (unless otherwise specified as seen in the plan), soft drawn andannealed, smooth and of cylindrical form and shall be centrally located inside theinsulation.Conductors or wires shall not be drawn in conduits until after the cement plaster isdry and the conduits are thoroughly cleaned and free from dirt and moisture.All joints, taps and splices on wires larger than 14 mm shall be made of suitablesolderless connectors of the approved type and size. They shall be taped with rubberand PVC tapes providing insulation not less than that of the conductors.All wiring devices shall be standard products of reputable electrical manufacturers.Wall switches shall be rated at least 16A, 250V and shall be spring operated, flush,tumbler type. Duplex convenience receptacles shall be rated at least 16A, 250V, flushparallel slots. Single heavy duty receptacles shall be rated at least 20A, 250V. 3 –wire, flush, polarized type.Power Load Center,Switchgear and PanelboardThis item shall consist of the furnishing and installation of the power loadcenter unit low voltage switchgear and distribution panelboards at the locationshown or the approved plans complete with circuit breakers, cabinets and allaccessories, completely wired and ready for service.All materials shall be brand new and shall be of the approved type. It shallconform with the requirements of the <strong>Philippine</strong> Electrical Code and shall bearthe <strong>Philippine</strong> Standard Agency (PSA) mark.113<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


The molded case circuit breakers shall be of the thermal-magnetic type havingme tripping characteristic on overload and instantaneous trip on short circuits,shall be equipped with arc quenchers, shall have a quick-made and quickbreaktoggle mechanism, and shall have trip-free operating handles. Each multi-polebreaker shall have a common trip so that an overload on one pole withautomatically cause all poles of the breakers to open. The circuit breakers shallhave an interrupting rating of not less than 20,000 symmetrical amperes at 230volts.Panelboards shall conform to the schedule of panelboard as shown on theapproved plans with respect to supply characteristics, rating of main lugs ormain circuit breaker, number and ratings and capacities of branch circuitbreakers.Panelboards shall consist of a factory completed dead front assembly mountedin an enclosing flush type cabinet consisting of code gauge galvanized sheetsteel box with trim and door. Each door shall be provided with catch lock andtwo (2) keys. Panelboards shall be provided with directories and shall beprinted to indicate load served by each circuit.Panelboard cabinets and trims shall be suitable for the type of mounting shownon the approved plans. The inside and outside of panelboard cabinets andtrims shall be factory painted with one rushproofing primer coat and two finishshop coats of pearl gray enamel paint.Main and branch circuit breakers for panelboards shall have the rating,capacity and number of poles as shown on the approved plans. Breakers shallbe thermal magnetic type. Multiple breaker shall be of the common trip typehaving a single operating handle. For 50-ampere breaker or less, it mayconsist of single pole breaker permanently assembled at the factory into amulti-pole unit.Standard panels and cabinets shall be used and assembled on the job. Allpanels shall be of dead front construction furnished with trims for flush orsurface mounting as required.All panel board and metallic boxes and electrically associated frame works shall begrounded effectively. Conductor and ground wires shall be insulated copper as shownand sizes as indicated in the plans. All connections shall be mechanically andelectrically sound and secure by split type copper bolts and wire nuts of approvedtype. Grounding wire shall be made of stranded copper, soft drawn wire and shall beinstalled in one continuous length without splices or joint inside conduit. Ground rods114<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


shall be made of copper-clad steel and shall be driven in full length into the earth,sizes of which shall be indicated on the Plans‟ grounding details.Photocell Switch. A hermetically sealed cadmium sulphide cell rated 230 voltsAC, 60 Hz with single throw contacts rated at 1800 VA, 230 volts, shall beprovided conforming to UL-773. The switch shall be mounted in a high-impactresistant, non-corroding and non-conductive molded plastic housing with a NEMAlocking type receptacle. The switch shall turn on 10.76 lux and off 32.28 lux. A timedelay shall prevent accidental switching from transient light sources. A directionallens shall be mounted in front of the cell to prevent fixed light sources from creatinga turn-off condition if necessary. The switch shall be aimed according tomanufacturer‟s instructions. Normally the sensor opening shall be facing east.GroundingAll non-current carrying metallic parts like conduits, cabinets and equipmentframes shall be properly grounded in accordance with the <strong>Philippine</strong> ElectricalCode, latest edition.The size of the ground rods and ground wires shall be as shown on theapproved plans. The ground resistance shall not be more than 5 ohmsTest and GuaranteeUpon completion of the electrical construction work, the contractor shall provide alltest equipment and personnel and to submit written copies of all test results.The contractor shall guarantee the electrical installation are done and in accordancewith the approved plans and specifications. The contractor shall guarantee that theelectrical systems are free from all grounds and from all defective workmanship andmaterials and will remain so for a period of one year from date of acceptance ofworks. Any defects shall be remedied by the contractor at his own expense.WIRELESS CCTV SYSTEMA. INTRODUCTIONThe work requires the complete setup of a CCTV Surveillance System over a private andsecured network which includes the supply & installation of one (1) subscriber antennasthat will be connected to the existing Operations Control Center (OCC). The work shall alsoinclude the complete set-up that will be established to oversee the following: (1) vehicletraffic, (2) pedestrian traffic (3) entrance gates and accesses.115<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


The Supplier shall be tasked to design a private, highly-secured surveillance system, to beintegrated to the establish and/or set-up control and command center at a designatedvenue, install the operating system and install equipment at pre-designated locations andsites. The surveillance system should facilitate viewing of live and recorded images andcontrolling of all cameras by the authorized users present in the Operations Control Center.Also, CCTVs should be able to monitor on all weather and poor lighting conditions for aperiod of 24-hours, 7-days a week with motion-sensor detector that will alert the systemoperator for any intruders that can be recorded and viewed for play back.The CCTV system should provide inter-operability of hardware, OS, software, networking,printing, database connectivity, reporting, and communication protocols.The system and its complementary equipment and auxiliary accessories that the Supplierwill be providing should meet and ideally exceed the mutually agreed terms and conditionswith CDC. All items not specifically mentioned in the specifications but which are obviouslynecessary to make a complete working installation shall be included.The Contractor/supplier must submit workable CCTV design layout signed and sealed by aProfessional Electronics Engineer, complete brochure of equipment and system software forCDC‟s approval prior to installation. The supplier shall also conduct trainings for CDCpersonnel for the proper operation and maintenance of the entire system.All works shall be done under the direct supervision of an Electronics and/or ElectricalEngineer and in strict accordance with these specifications and of the methods asprescribed by the latest edition of the <strong>Philippine</strong> Electronics and Electrical Codes and theNational Building Code.B. GENERAL SPECIFICATIONSThe proposed CCTV system shall be an open standard based integrated system with IPnetwork centric functional and management architecture aimed at providing high-speedmanual/automatic operation for best performance.The system shall use video signals from various types of indoor/outdoor CCD color camerasinstalled at different locations, process them for viewing on workstations/monitors atOperations Control Center and simultaneously record all the cameras after compressionusing H.264/MJPEG or better standard. Joystick or Mouse-Keyboard controllers shall beused for Pan, Tilt, Zoom, (PTZ) and other functions of desired cameras.The CCTV system shall easily integrate surveillance system and IP cameras, and loadanalog and digital video data into the same interface to become a comprehensive hybridsolution. It should be able to process video signals from IP cameras over TCP/IP network.Combining both the existing analog and new digital systems, it should have a versatile116<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


video management platform. It must answer the needs for a transition from a legacyanalog infrastructure towards a pure IP surveillance environment.The system should provide rich panel of features to streamline surveillance operations andenhance management capabilities. For the purpose of central monitoring, the systemshould offer an extensible solution for multi-site surveillance and control to managenumerous cameras from subscribers.The system should be built upon comprehensive and easy to integrate hardware andsupporting technologies, the system platform shall provide performance optimized videomonitoring and various video analytics/control features to support many of CDC‟smanagement functions. It should be scalable, extensible platform that can be customizedand seamlessly integrated with other security system applications, such as;1. Access Control for building automation.2. Entrance control and revenue collection.3. High resolution camera devices for critical area monitoring.4. Central Monitoring stations for high profile security areas.5. Internet Connectivity and VOIP.In addition, the remote management and versatile storage system framework shall offerhigh scalability and extensibility for future integration with other functions or systems atremote sites.C. DETAILED SPECIFICATION:Supply, installation, and testing of a complete wireless CCTV system at Dolores Gate withthe following requirements and specifications stated below. The subscriber unit shall beinstalled on the hot dipped galvanized pole including its supports and accessories to meetthe required height of the antenna.Requirements:Camera A – 1 unitsCamera B – 2 unitsCamera C – 2 unitsVideo Recorder with 23”LED Monitor – 1 unitSwitch – 1 unitPower Source – 1 UnitUPS – 1 UnitMiscellaneous Electrical Wires and Accessories117<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


Components Specifications:1. Camera AType : PTZ IP Camera, suitable for continuous touring – 2MegapixelPan Range : 360 degreesOptical Zoom : 18xDigital Zoom : 10xDynamic Range :128x2. Camera BLow Light : 0.063 lux at ¼ sec for colored & 0.00018 lux atSensitivity; ½ sec for Black & WhiteFeatures : Window blanking/maskingHeavy DutyVandal proofWeatherproof (<strong>Philippine</strong> setting)High speedAuto-focus/ motion detection capabilityMin. of 128 pre-set/pre-programmed positionsType : High Resolution Long-Range Infrared Varifocal IRIP Bullet Camera – 2 MegapixelCCD Sensor : 1/3” High CCDLens : 2.8 – 12 mm varifocal adjustable lensMin. Illumination :0 Lux LED OnViewing Angle : 50° ~ 5.5°IR Range : Up to 200 feet (no light condition)IR LEDs : 850 mm x 72 LEDsHorizontal Res : Up to 700 TVL118<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


3. Camera CFeatures : Weatherproof (IP66 Compliant)Heavy DutyVandal proofWeatherproof (<strong>Philippine</strong> setting)High speedAuto-focus/ motion detection capabilityMin. of 128 pre-set/pre-programmedpositionsMicro SD card for local storage – 32GType : Fixed Box Outdoor IP Camera – 1.3 MegapixelLens : Varifocal 4 – 9 mmFeatures : High resolution, day and night cameraTwo-way audio supportBuilt-in microphone4. Digital Video Recorder with 23” monitor embedded with Video AnalyticsChannels : minimum of 32 channels, expandable: min. of 8 I/O Relay for alarm and othersecurity devicesSupports ac/dc output voltagesStorage Capacity :2 TB (expandable, industrial grade)Additional Features : embedded with video analytics- Intrusion alarm, tampering alarm, facedetection- Unattended and missing objectdetection- People counting, focus change alarm- Camera shift alarm, visual automation119<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


Collects and records real-time videoinformationEncoderScheme : H.264 / MJPEG or better standardType : Dual stream (each based on H.264/MJPEG)Frame Rate : up to 30 FPS (for each stream)Resolution : up to 4CIF (for each stream)Monitor : 23” Full HD LED5. Switch : 8-port network gigabit switch with P6. Power Source : AC/DC Power Adapter and/or POE7. UPS : 1 KVAVIDEO SURVEILLANCE APPLICATION SOFTWARE: (EXISTING)1. The video management system (VMS) specified is an IP video security solutionthat provides seamless management of digital video, audio and data across an IPnetwork. The video management system is designed to work with CCTV productsas well as 3rd party cameras. The VMS consists of the following softwaremodules: the job server (central event and trigger handling), recording services,configuration and the application for the operator. Video from other sites may beviewed from single or numerous stations simultaneously at any time. Cameras,recording stations, and receiver stations for viewing only may be placedanywhere in the IP network.2. The software components of the VMS are capable of running together on asingle PC with one of the following operating systems:a. Windows 2003 Serverb. Windows 2008 Serverc. Windows XPd. Windows 7General Specifications1. The VMS shall allow live, recording and playback for up to 32 camerachannels per station.120<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


2. The VMS shall allow live, recording and playback functionality of the followingIP devices:a. MPEG-4 devicesb. H.264 devices (incl. HD devices)c. Axis MPEG-4 devices (incl. HD devices)d. JPEG IP devices that support the HTTP/TFTP protocol and provide afixed HTTP/TFTP-Link to the generated image3. The VMS shall auto-detect devices of category a., b. and c. with a device scanthat scans the subnet of the station.4. The VMS shall allow live, recording and playback functionality of image IPdevices with video image resolutions up to 2048x1536 pixels (3 Megapixel)5. The VMS can integrate analog cameras via encoding IP devices (also knownas encoders or video servers) of category 2.2.B.2.a., b. or c6. The VMS shall support login of users in LDAP (Lightweight Directory AccessProtocol) groups.Live Surveillance Requirements:1. The VMS shall offer different display modes to optimize display under thefollowing conditions:a. Standard Definition (SD) Video (e.g. CIF) on SD Monitor (e.g. 1024 x768 pixel resolution)b. SD Video on widescreen Monitors (e.g. WUXGA: 1920 x 1200 pixels)c. High Definition (HD) Video on widescreen monitors2. The VMS shall offer widescreen image windows that display HD video withoutblack bars.3. The VMS shall be capable of showing live video from different IP devicesconnected to different stations on one monitor.4. The VMS shall be capable of showing all live image windows in full screenmode, without the additional user interface controls like event list or treecontrol.5. For all applicable resolutions the VMS must not distort the video image whendisplaying it in an image window or in full screen mode.6. The VMS shall have an instant playback function that allows instant recall ofrecorded images from 2 to 300 seconds in the past to be replayed at thesame rate the images were recorded. Live images continue to besimultaneously displayed along with the recorded images.7. The VMS shall sequence through all displayed cameras in full screen modewith a configurable dwell time.Playback Requirements:1. The VMS shall allow playback of the stored video in the forward or reversedirection, frame by frame, and from beginning or end of the clip usingstandard VCR-like buttons.121<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


2. The VMS shall provide a graphical representation of the recorded videousing a timeline with different tracks for each recorded devices.3. The VMS shall playback up to 16 recorded tracks simultaneously andsynchronously.4. The VMS shall allow zooming of reviewed video clips or still images.5. The VMS shall allow the images to be sent to a printer connected to theparallel port of the local station or to a network printer.6. The VMS shall allow an image displayed in the image window to be saved asa single JPEG, BMP, or HTML file.Exporting Video Images:1. The VMS shall be capable of exporting video clips to the CD/DVD drive ornetwork drive.a. Images shall be exported along with a stand-alone player. Playback ofthe exported images with the player will be possible from any Windowsbased PC. This proprietary format provides video authentication toassure that images are not altered in any way.b. Images shall also be exported in a format that can be played back witha default software program such as Windows Media Player.2. The VMS shall provide an export video scheduler function that allows previousdays recorded video to be exported for back up to a designated target drive.Images from the current day can also be exported up to the time that theexport program job is activated.Remote Access via Web Browser1. The VMS shall provide embedded Internet Web browser access that allowsup to five (5) remote PCs using Windows Explorer 6.0 or higher tocommunicate with the VMS via a network.2. The browser shall use a secure connection using log-on and authorizationlevels during transmission.3. The remote site using the browser shall,a. Display live video images in single or multi-screen format.b. Display video as a single screen sequences.c. Display status of the inputs will be displayedd. Control remote relays.e. Control compatible PTZ cameras.Remote Access from another station (receiver or recording station)1. The remote receiver station shall have the ability to display live andrecorded video from any configured remote station.2. The remote receiver station shall have the ability to display the databaseinformation from a remote station.3. The remote receiver station shall be able to receive and record alarm videofrom the VMS to its local drive122<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


4. The access by another remote station in the network can be blocked by aconnection password5. The connection and the communication between different stations shall workin WAN (wide area network) low bandwidth environments (e.g. stable 1Mbit/s DSL connection)6. The VMS shall provide bandwidth throttling which limits the traffic to andfrom another station. Reception rate and transmission rate can be setindividually to values reaching from 32 Kbit/s to 1 Gbit/s. (Only on WindowsXP platforms)Alarm and Input Trigger Capability1. The VMS shall be capable of automatically displaying incoming cameraalarms, with the option of displaying alarms when in playback mode.2. The VMS shall allow the option to manually acknowledge an alarm to silence,or to delete an alarm. All alarm acknowledgements and deletions shall besaved to a log file.3. The VMS shall be capable of hiding a camera during normal operation, only todisplay the camera during an alarm when the camera is part of the alarm.4. The VMS shall have the capability to send an e-mail notification on thefollowing events: an alarm, motion detection, video loss, or a reference imagecheck failure.5. The VMS shall be capable of handling all N/O or N/C alarm inputs and relayoutputs available in the network where 1 of those relays will be designated asa malfunction relay. The physical inputs and relays shall be part of theavailable IP devices.6. The VMS shall be capable of recording pre-alarm video on an alarm or motiondetection for a time period from 0 to 120 seconds. Post alarm recording timeshall be selectable from 0 to 999 seconds. The VMS shall be capable ofhaving pre- and post-alarm video recorded from all compatible IP cameras(B.2.).7. The VMS shall be capable of transmitting live video images via a networkupon an alarm or triggered event to a remote station that is running thespecified manufacturer‟s VMS remote software program (receiver station).a. The VMS shall maintain a list of remote sites in order of priority so that anattempt is made to establish communication with the first site on the list.b. If the attempt fails, the VMS shall move to the next remote site on the listto establish connection.c. Once communication is established, the VMS shall initially alert theoperator at the remote station via a flashing icon and audible tone (orselected wav file) that an alarm has occurred.d. The operator shall then have the option to acknowledge the alarm anddisplay the live video at the workstation. The VMS shall also have thecapability to be programmed to establish communication with multipleremote sites upon an alarm123<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


D16a8. The VMS shall provide motion detection sensing of the connected IP camerasand encoders that have been programmed to detect video motion.9. The VMS shall be capable of automatically commanding AutoDomepan/tilt/zoom cameras to move to preprogrammed preset positions.10. The VMS shall provide 32 virtual alarm inputs that can be controlled via thebrowser interface to execute preprogrammed jobs within the VMS such ascontrolling relay outputs, camera sequences, alarm recording, etc.11. The VMS shall interface to a G-Series Alarm Panel via an RS232 interface.PEDESTAL FOR AREA LIGHTING103(1) Structure Excavation (Refer to Part-C- Earthworks)Item 404 Reinforcing Steel (Refer to Part-F- Bridge Construction)Item to 405(1)a Structural Concrete Class “A” including Falsework (Refer to Part-F- BridgeConstruction)Item 405(1)e Furnishing and installation of Anchor bolts with nut and washer25mmx762mm (Refer to Part-I- Road Sign, Mounting Gantry)D16b, D16c SERVICE ENTRANCE POLE, Pedestal for CCTV103(1) Structure Excavation (Refer to Part-C- Earthworks)Item 404 Reinforcing Steel (Refer to Part-F- Bridge Construction)Item to 405(1)a Structural Concrete Class “A” including Falsework (Refer to Part-F- BridgeConstruction)All coursed of actions pertaining to the construction procedures and discrepancies shall befully coordinated to the Engineer prior to the commencement of the project.124<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


Section VII. DrawingsSee attached125<strong>Clark</strong> Development CorporationSection VI Technical Specificationsand Scope of Works


Section VIII. Bill of Quantities126


Section IX. <strong>Bidding</strong> FormsTABLE OF CONTENTSBid Form ....................................................................................... 170Form of Contract Agreement .......................................................... 172Omnibus Sworn Statement ............................................................. 174169


Bid FormDate: ___________________IAEB 3 N o : ________________To: Eduardo S.L. Oban Jr.Officer-In-Charge<strong>Clark</strong> Development CorporationBldg. 2122 E. Quirino Avenue,CDC Corporate Center<strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong> 2023We, the undersigned, declare that:(a) We have examined and have no reservation to the <strong>Bidding</strong> <strong>Documents</strong>, includingAddenda, for the Contract Proposed Security Gate for <strong>Clark</strong> North AccessRoad Near Dolores Interchange;(b) We offer to execute the Works for this Contract in accordance with the Bid andBid Data Sheet, General and Special Conditions of Contract accompanying thisBid;The total price of our Bid, excluding any discounts offered in item (d) below is:[insert information];The discounts offered and the methodology for their application are: [insertinformation];(c) Our Bid shall be valid for a period of 120 calendar days from the date fixed forthe Bid submission deadline in accordance with the <strong>Bidding</strong> <strong>Documents</strong>, and itshall remain binding upon us and may be accepted at any time before theexpiration of that period;(d) If our Bid is accepted, we commit to obtain a Performance Security in theamount of [insert percentage amount] percent of the Contract Price for the dueperformance of the Contract;170


(e) Our firm, including any subcontractors or suppliers for any part of the Contract,have nationalities from the following eligible countries: [insert information];(f) We are not participating, as Bidders, in more than one Bid in this biddingprocess, other than alternative offers in accordance with the <strong>Bidding</strong> <strong>Documents</strong>;(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliersfor any part of the Contract, has not been declared ineligible by the FundingSource;(h) We understand that this Bid, together with your written acceptance thereofincluded in your notification of award, shall constitute a binding contractbetween us, until a formal Contract is prepared and executed; and(i) We understand that you are not bound to accept the Lowest Evaluated Bid orany other Bid that you may receive.Name:In the capacity of:Signed:Duly authorized to sign the Bid for and on behalf of:Date: ___________171


Form of Contract AgreementTHIS AGREEMENT, made this [insert date] day of [insert month], [insert year]between CLARK DEVELOPMENT CORPORATION (hereinafter called the“ProcuringEntity”) and [name and address of Contractor] (hereinafter called the “Contractor”).WHEREAS, the Procuring Entity is desirous that the Contractor execute theProposed Security Gate for <strong>Clark</strong> North Access Road Near DoloresInterchange (hereinafter called “the Works”) and the Procuring Entity has acceptedthe Bid for [insert the amount in specified currency in numbers and words] by theContractor for the execution and completion of such Works and the remedying of anydefects therein.NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:1. In this Agreement, words and expressions shall have the same meaningsas are respectively assigned to them in the Conditions of Contracthereinafter referred to.2. The following documents shall be attached, deemed to form, and beread and construed as part of this Agreement, to wit:(a)(b)(c)(d)(e)(f)(g)(h)(i)(j)(k)(l)(m)General and Special Conditions of Contract;Drawings/Plans;Specifications;Invitation to Apply for Eligibility and to Bid;Instructions to Bidders;Bid Data Sheet;Addenda and/or Supplemental/Bid Bulletins, if any;Bid form, including all the documents/statements contained in theBidder‟s bidding envelopes, as annexes;Eligibility requirements, documents and/or statements;Performance Security;Credit line issued by a licensed bank, if any;Notice of Award of Contract and the Bidder‟s conforme thereto;Other contract documents that may be required by existing lawsand/or the Entity.172


3. In consideration of the payments to be made by the Procuring Entity tothe Contractor as hereinafter mentioned, the Contractor herebycovenants with the Procuring Entity to execute and complete the Worksand remedy any defects therein in conformity with the provisions of thisContract in all respects.4. The Procuring Entity hereby covenants to pay the Contractor inconsideration of the execution and completion of the Works and theremedying of defects wherein, the Contract Price or such other sum asmay become payable under the provisions of this Contract at the timesand in the manner prescribed by this Contract.IN WITNESS whereof the parties thereto have caused this Agreement to beexecuted the day and year first before written.Signed, sealed, delivered by(for the Procuring Entity)theSigned, sealed, delivered by(for the Contractor).theBinding Signature of PROCURING ENTITY________________________________________________Binding Signature of Contractor_____________________________________________[Addendum showing the corrections, if any, made during the Bid evaluation should beattached with this agreement]173


Omnibus Sworn StatementREPUBLIC OF THE PHILIPPINES )CITY/MUNICIPALITY OF ______ ) S.S.A F F I D A V I TI, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at[Address of Affiant], after having been duly sworn in accordance with law, do herebydepose and state that:2. Select one, delete the other:If a sole proprietorship: I am the sole proprietor of [Name of Bidder] with officeaddress at [address of Bidder];If a partnership, corporation, cooperative, or joint venture: I am the dulyauthorized and designated representative of [Name of Bidder] with office addressat [address of Bidder];3. Select one, delete the other:If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], Ihave full power and authority to do, execute and perform any and all actsnecessary to represent it in the bidding for [Name of the Project] of the [Name ofthe Procuring Entity];If a partnership, corporation, cooperative, or joint venture: I am granted fullpower and authority to do, execute and perform any and all acts necessary and/orto represent the [Name of Bidder] in the bidding as shown in the attached [statetitle of attached document showing proof of authorization (e.g., duly notarizedSecretary‟s Certificate issued by the corporation or the members of the jointventure)];4. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government ofthe <strong>Philippine</strong>s or any of its agencies, offices, corporations, or Local GovernmentUnits, foreign government/foreign or international financing institution whoseblacklisting rules have been recognized by the Government Procurement PolicyBoard;5. Each of the documents submitted in satisfaction of the bidding requirements is anauthentic copy of the original, complete, and all statements and informationprovided therein are true and correct;174


6. [Name of Bidder] is authorizing the Head of the Procuring Entity or its dulyauthorized representative(s) to verify all the documents submitted;7. Select one, delete the rest:If a sole proprietorship: I am not related to the Head of the Procuring Entity,members of the Bids and Awards Committee (BAC), the Technical Working Group,and the BAC Secretariat, the head of the Project Management Office or the enduserunit, and the project consultants by consanguinity or affinity up to the thirdcivil degree;If a partnership or cooperative: None of the officers and members of [Name ofBidder] is related to the Head of the Procuring Entity, members of the Bids andAwards Committee (BAC), the Technical Working Group, and the BAC Secretariat,the head of the Project Management Office or the end-user unit, and the projectconsultants by consanguinity or affinity up to the third civil degree;If a corporation or joint venture: None of the officers, directors, and controllingstockholders of [Name of Bidder] is related to the Head of the Procuring Entity,members of the Bids and Awards Committee (BAC), the Technical Working Group,and the BAC Secretariat, the head of the Project Management Office or the enduserunit, and the project consultants by consanguinity or affinity up to the thirdcivil degree;8. [Name of Bidder] complies with existing labor laws and standards; and9. [Name of Bidder] is aware of and has undertaken the following responsibilities as aBidder:a) Carefully examine all of the <strong>Bidding</strong> <strong>Documents</strong>;b) Acknowledge all conditions, local or otherwise, affecting the implementation of theContract;c) Made an estimate of the facilities available and needed for the contract to be bid, ifany; andd) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project].IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at____________, <strong>Philippine</strong>s._____________________________________Bidder‟s Representative/Authorized Signatory[JURAT]175


Project Title: Proposed Security Gate for <strong>Clark</strong> North Access Road Near DoloresInterchangeLocation: E. Quirino St. CDC Corporate Center, <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, <strong>Philippine</strong>sChecklist of Eligibility and Technical Component forBiddersThe Eligibility and Technical Component shall contain one (1) Original and Two (2) DuplicateCopies of the following:ELIGIBILITY DOCUMENTSClass A <strong>Documents</strong> Registration certificate from SEC, Department of Trade and Industry (DTI) for soleproprietorship, or CDA for cooperatives ; Mayor‟s permit issued by the city or municipality where the principal place of businessof the prospective bidder is located; Valid <strong>Philippine</strong> Contractors Accreditation Board (PCAB) license and registration for thetype and cost of the contract to be bid (Sample Form No. SF-INFR-09). Statement of all its on-going government and private contracts including contractsawarded but not yet started reckoned from the submission of bids , supported withany of the following: Notice of Award, Notice to Proceed issued by the Owner (SampleForms No. SF-INFR 15). Statement of similar completed government and private contracts within ten (10)years from submission of bids, the statement shall be supported by the ConstructorsPerformance Evaluation System (CPES) rating sheets, and/or certificates of completionand owner‟s acceptance, if applicable (Sample Forms No. SF-INFR 16).176


Audited financial statements, showing, among others, the prospective total andcurrent assets and liabilities, stamped “received” by the BIR or its duly accredited andauthorized institutions, for the preceding calendar year which should not be earlierthan two (2) years from the date of bid submission. Contracting Capability Any one of the Following:o Computation of Net Financial Contracting Capacity (NFCC) which must be equalto ABC (Sample Form No. SF-INFR 19) , ORoCertificate of commitment specific to the contract to be bid, issued by alicensed bank to extend to the bidder a credit line if awarded the contractwhich shall at least equal to 10% of ABC. (Sample Form No. SF-INFR 20)Class B <strong>Documents</strong> If applicable, valid Joint Venture Agreement (JVA) or, in lieu thereof, duly notarizedstatements from all the potential joint venture partners stating that they will enterinto and abide by the provisions of the JVA in the instance that the bid is successfulshall be included in the bid.177


TECHNICAL DOCUMENTS Bid Security or Bid Securing DeclarationAny one of the following for Bid Security: Cash, cashier‟s/manager‟s check in the amount ofPhp 229,761.09 (2% of ABC);or a bank draft/guarantee accompanied by a confirmation from a dulylicensed Universal or Commercial Bank in the amount ofPhp 229,761.09 (2% of ABC); or Surety Bond in the amount of Php 574,402.72 (5% of ABC)accompanied by a certification coming from an authorized InsuranceCommission that a surety or insurance company is authorized to issuesuch instrument; or (Sample Form No. INFR-38 for GSIS Bond)Except for the following CDC blacklisted Insurance Company:Sterling InsuranceStronghold Insurance Any combination of the foregoing Organizational chart for the contract to be bid; List of contractor‟s personnel (viz, Project Manager/Engineer, Electrical Engineer,Mechanical Engineer, Materials Engineer, Safety Officer/Occupational Health andSafety Officer and Foreman), to be assigned to the contract to be bid, with theircomplete qualifications, Letter to Procuring Entity, Notarized Certificate of Employment,Bio-data and Photocopy of Valid Professional License (for Professionals) using thefollowing prescribed forms:1. Sample Form INFR-48 : Qualification of Proposed Key Personnelto be assigned to the Contract;2. Sample Form INFR-45 : Contractor‟s Letter Certificate toProcuring Entity (for each personnel);3. Sample Form INFR-46 : Notarized Key Personnel‟s Certificate ofEmployment (for each personnel); and4. Sample Form INFR-47: Key Personnel Format of Bio-data (foreach personnel) List of contractor‟s equipment units, which are owned, leased, and/or under purchaseagreements, supported by certification of availability of equipment from theequipment lessor/vendor for the duration of the project; and Duly Notarized and Accomplished Omnibus Sworn Statement. Duly Signed Bid Bulletin, if any.178


Checklist of Financial Component for BiddersThe Financial Component shall contain one (1) Original and Two (2) Duplicate Copies of thefollowing: Financial Bid Form in accordance with the form prescribed in Section IX <strong>Bidding</strong>Forms; Detailed Estimates including a summary sheet in the prescribed format (Section VIIIBill of Quantities) Duly Signed Cash Flow and Payment Schedule; and Duly Signed Day Work Schedule.179


Sample Forms of Eligibility, Technical and FinancialComponent180


Standard Form Number: SF-INFR-15Statement of all On-going Government & Private Contracts includingcontracts awarded but not yet startedBusiness Name: ___________________________________________________Business Address: ___________________________________________________Name of Contract/Project Cost a. Owner’s Nameb. Addressc. Telephone Nos.Nature of WorkBidder’s Role a. Date Awardedb. Date Startedc. Date ofCompletion% ofAccomplishmentDescription % Planned ActualValue of OutstandingWorks / UndeliveredPortionGovernmentPrivateNote: This statement shall be supported with the following: Total Cost Php1 Notices of Award and/or Notices to Proceed issued by the OwnersSubmitted byDesignationDate: ___________________________________________________(Printed Name & Signature): ___________________________________________________: ___________________________________________________181


Standard Form Number: SF-INFR-16Statement of all Government & Private Contracts completed which aresimilar in natureBusiness Name: ___________________________________________________Business Address: ___________________________________________________Name of Contract a. Owner’s Nameb. Addressc. Telephone Nos.Nature of WorkBidder’s RoleDescription %a. Amount atAwardb. Amount atCompletionc. Durationa. Date Awardedb. Contract Effectivityc. Date CompletedGovernmentPrivateNote: This statement shall be supported with the following:1 Contractor’s Performance Evaluation System rating sheets and/or2 Certificates of Completion3 Certificate of Acceptance by the OwnerSubmitted byDesignationDate: ___________________________________________________(Printed Name & Signature): ___________________________________________________: ___________________________________________________182


Standard Form Number: SF-INFR-19Revised on: July 29, 2004FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECKA. Summary of the Applicant Firm‟s/Contractor‟s assets and liabilities on the basis of the attached income tax returnand audited financial statement, stamped “RECEIVED” by the Bureau of Internal Revenue or BIR authorizedcollecting agent, for the immediately preceding year and a certified copy of Schedule of Fixed Assets particularlythe list of 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 computed as follows:NFCC = K (current asset – current liabilities) minus value of all outstanding works under ongoing contractsincluding awarded contracts yet to be startedNFCC = P _______________________________________K = 10 for a contract duration of one year or less, 15 for more than one year up to two years and 20 for morethan two years or a Commitment from a licensed bank to extend to it a credit line if awarded the contract or acash deposit certificate in the amount of at least 10% of the proposed project to bid.Name of Bank: ________________________________ Amount: ___________________Herewith attached are certified true copies of the income tax return and audited financial statement: stamped“RECEIVED” by the BIR or BIR authorized collecting agent for the immediately preceding year and the cash depositcertificate or certificate of commitment from a licensed bank to extend a credit line.Submitted by:__________________________________Name of Firm / Contractor_________________________________________Signature of Authorized RepresentativeDate : _____________________________NOTE:1. If Partnership or Joint Venture, each Partner or Member Firm of Joint Venture shall submit the aboverequirements.183


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> <strong>Freeport</strong> <strong>Zone</strong>, <strong>Philippine</strong>sDate:__________________CONTRACT NAME: Proposed Security Gate for <strong>Clark</strong> NorthAccess Road Near Dolores InterchangeADDRESSBANK/FINANCING INSTITUTIONADDRESSAMOUNT:_______________________________________________________________:_______________________________:_______________________________________________________________:_______________________________This is to certify that the above Bank/Financing Institution with business address indicated above,commits to provide the Contractor, if awarded the above-mentioned Contract, a credit line in the amountspecified above which shall be exclusively used to finance the performance of the above-mentionedContract, subject to our terms, conditions and requirements.The credit line shall be available within fifteen (15) calendar days after receipt by the Contractor ofthe Notice of Award and such line of credit shall be maintained until the project is completed by theContractor.This Certification is being issued in favor of said Contractor in connection with the biddingrequirement of <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 of AuthorizedFinancing Institution OfficerOfficial Designation: _______________________: _______________________Concurred By:Name & Signature of Contractor‟sAuthorized RepresentativeOfficial Designation: _______________________: _______________________184


Standard Form Number: SF-INFR-36Revised on: July 29, 2004FORM OF BID SECURITY (BANK GUARANTEE)WHEREAS, __(Name of Bidder)__ (hereinafter called “the Bidder”) has submitted his biddated __(Date)__ for the Proposed Security Gate for <strong>Clark</strong> North Access RoadNear Dolores Interchange (hereinafter called “the Bid”).KNOW ALL MEN by these presents that We __(Name of Bank)__ of __(Name ofCountry)__ having our registered office at ________________________ (hereinaftercalled “the Bank”) are bound unto <strong>Clark</strong> Development Corporation(hereinafter called “theEntity”) in the sum of _______________ 4 for which payment well and truly to be madeto the said Entity the Bank binds himself, his successors and assigns by these presents.SEALED with the Common Seal of the said Bank this _____ day of _________ 20___.THE CONDITIONS of this obligation are that:1) if the Bidder withdraws his Bid during the period of bid validity specified in theForm of Bid; or2) if the Bidder does not accept the correction of arithmetical errors of his bidprice in accordance with the Instructions to Bidder; or3) if the Bidder having been notified of the acceptance of his bid and award ofcontract to him by the Entity during the period of bid validity:a) fails or refuses to execute the Form of Contract in accordance with theInstructions to Bidders, if required; orb) fails or refuses to furnish the Performance Security in accordance with theInstructions to Bidders;4 The bidder should insert the amount of the guarantee in words and figures, denominated in the currency of the Entity’s country or anequivalent amount in a freely convertible currency. This figure should be the same as shown of the Instructions to Bidders.185


we undertake to pay to the Entity up to the above amount upon receipt of his firstwritten demand, without the Entity having to substantiate its demand, provided that inhis demand the Entity will note that the amount claimed by it is due to the occurrence ofany one or combination of the three (3) conditions stated above.The Guarantee will remain in force up to and including the date _______________ 5 daysafter the deadline for submission of Bids as such deadline is stated in theInstructions to Bidders or as it may be extended by the Entity, notice of whichextension(s) to the Bank is hereby waived. Any demand in respect of this Guaranteeshould reach the Bank not later than the above date.DATE __________________SIGNATURE OF THE BANK ______________________WITNESS___________________________SEAL _______________________________(Signature, Name and Address)5 Usually 28 days after the end of the validity period of the Bid. Date should be inserted by the Entity before the bidding documentsare issued.186


Bid Security: GSIS BondRepublic of the <strong>Philippine</strong>sGOVERNMENT 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 of Bidder)____________ represented by its________________________________, as PRINCIPAL, and the GOVERNMENT SERVICEINSURANCE SYSTEM as Administrator of the General Insurance Fund, a corporation dulyorganized and existing under and by virtue of the laws of the <strong>Philippine</strong>s, with head officeat Manila, as SURETY, are held and firmly bound unto the OBLIGEE, <strong>Clark</strong>Development Corporation in the sum of PESOS ________________ (P_______),callable on demand, <strong>Philippine</strong> Currency, for the payment of which sum well and truly tobe made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents.WHEREAS, the above bonded PRINCIPAL will submit a bid for the ____(Name ofthe Contract)_____ on the _______ day of ________, 20 ______ at _______am/pm.WHEREAS, the conditions of aforementioned OBLIGEE require the BIDDER a bondfor the said bid.WHEREAS, the PRINCIPAL agrees to comply with all the terms and conditions ofthe said bid with the aforementioned OBLIGEE;NOW, THEREFORE, the conditions of this obligation are that:1) if the Principal withdraws his Bid during the period of bid validity specifiedin the Form of Bid; or187


2) if the Principal does not accept the correction of arithmetical errors of hisbid price in accordance with the Instruction‟s to Bidders: or3) if the Principal having been notified of the acceptance of his Bid and awardof contract to him by the Entity during the period of bid validity:a) fails or refuses to execute the Form of Contract in accordance withthe Instructions to Bidders, if required; orb) fails or refuses to furnish the Performance Security in accordancewith the Instructions to Bidders;then the Entity shall call on the bond upon a written demand to the Surety, and theSurety shall pay the Entity up to amount of the Bond, upon receipt by the Surety of awritten demand from the Entity, without the Entity having to substantiate its demand,provided that in the demand, the Entity will note that the sum claimed by it is due to theoccurrence of any or combination of 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 of this bond, norb) liable for a greater sum that the difference between the amount ofthe said Principal‟s Bid and the amount of the Bid that is accepted bythe Entity.WITNESS OUR HANDS AND SEALS this _______ day of _______, 20 _____, at_____________________, <strong>Philippine</strong>s.PrincipalBy:____________________GOVERNMENT SERVICE INSURANCE SYSTEMGeneral Insurance FundBy:____________________SIGNED IN THE PRESENCE OF:NOT VALID WITH ERASURES________________________________________188


REPUBLIC OF THE PHILIPPINES )CITY OF) S.S.x ------------------------------------------------- xBID-SECURING DECLARATIONInvitation to Bid: [Insert reference number]To:Eduardo S.L. Oban Jr.Officer-In-Charge<strong>Clark</strong> Development Corporation<strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, <strong>Philippine</strong>sProject:Proposed Security Gate for <strong>Clark</strong> North Access Road Near DoloresInterchangeI/We 2 , the undersigned, declare that:1. I/We understand that, according to your conditions, bids must be supportedby a Bid Security, which may be in the form of a Bid-Securing Declaration.2. I/We accept that: (a) I/we will be automatically disqualified from bidding forany contract with any procuring entity for a period of two (2) years uponreceipt of your Blacklisting Order; and (b) I/we will pay the applicable fineprovided under Section 6 of the Guidelines on the Use of Bid SecuringDeclaration 3 , if I/we have committed any of the following actions:(i)(ii)Withdrawn my/our Bid during the period of bid validity required inthe <strong>Bidding</strong> <strong>Documents</strong>; orFail or refuse to accept the award and enter into contract or performany and all acts necessary to the execution of the Contract, inaccordance with the <strong>Bidding</strong> <strong>Documents</strong> after having been notified ofyour acceptance of our <strong>Bidding</strong> during the period of bid validity.3. I/We understand that this Bid-Securing Declaration shall cease to be validon the following circumstances:(a)Upon expiration of the bid validity period, or any extension thereofpursuant to your request;189


(b)(c)I am/we are declared ineligible or post-disqualified upon receipt ofyour notice to such effect, and (i) I/we failed to timely file a requestfor reconsideration or (ii) I/we filed a waiver to avail of said right;I am/we are declared as the Bidder with the Lowest Calculated andResponsive Bid/Highest Rated and Responsive Bid 4 , and I/we havefurnished the performance security and signed the Contract.IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s thisday of [month] [year] at [place of execution].[Insert NAME OF BIDDER’SAUTHORIZED REPRESENTATIVE][Insert signatory’s Legal capacity]AffiantSUBSCRIBED AND SWORN to before me this day of [month][year] at [place of execution], <strong>Philippine</strong>s. Affiant/s is/are personally known to me andwas/were identified by me through competent evidence of identity as defined in the 2004Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [inserttype of government identification card used], with his/her photograph and signatureappearing thereon, with no.and his/her Community Tax Certificate No.issued on at .Witness my hand and seal thisday of [month] [year].NAME OF NOTARY PUBLICSerial No. of CommissionNotary Public for _________ until_________Roll of Attorney No. ________PTR No. ____, [date issued], [place issued]IBP No. ____, [date issued], [place issued]Doc. No. _____Page No. _____Book No. ____Series of _____190


Standard Form Number: SF-INFR-43Revised on: August 11, 2004OUTLINENARRATIVE DESCRIPTIONOFCONSTRUCTION METHODS1.0 INTRODUCTIONRefer to <strong>Bidding</strong>, etc.2.0 BRIEF DESCRIPTION OF CONTRACT WORKSState general features of contract works. Use tables as necessary.3.0 CONSTRUCTION METHODS AND PROCEDURES3.1 Methodology or General ApproachState general approach in construction in terms of use of equipment-intensive orlabor-based methods, any special techniques, methods or procedures to ensurecompletion on time and quality of construction financing the project, etc.3.2 Program of WorkCPM, Progress Bar Schedule and Development Schedules submitted.3.3 Financial ProgramCash flow schedules, provision for working capital, schedule of receipts, etc.Standard Form Number: SF-INFR-45Revised on: August 11, 2004191


Contractor’s Letter-Certificate to Procuring EntityDate of IssuanceEduardo S.L. Oban Jr.Officer-In-Charge<strong>Clark</strong> Development Corporation<strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, <strong>Philippine</strong>sDear Sir:Supplementing our Organizational Chart for the Contract, we have the honor to submitherewith, and to certify as true and correct, the following pertinent information:1. That I/we have engaged the services of ___(Name of Employee)___, to be the___(Designation)___ of the Proposed Security Gate for <strong>Clark</strong> North AccessRoad Near Dolores Interchange, who is a ___(Profession)___ withProfessional License Certificate No. _______ issued on ____________________and who has performed the duties in the construction of the Contractsenumerated in the duly filled Form ___.2. The said Engineer shall be designated by us as our (Designation) to personallyperform the duties of 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 of Contract, Plans,Specifications, Special Provisions, and other provisions embodied in the proposedcontract.4. That said Engineer shall be personally present at the jobsite to supervise thephase of the construction work pertaining to this assignment as (Designation), allthe time.5. That, in order to guarantee that said Engineer shall perform his duties properlyand be personally present in the Job Site, he is hereby required to secure acertificate of appearance for the Procuring Entity Engineer at the end of everymonth.That, in the event that I/we elect or choose to replace said (Designation) withanother Engineer, the Procuring Entity will be accordingly notified by us in writingat least twenty one (21) days before making the replacement. We will submit to192


the Procuring Entity, for prior approval, the name of the proposed new(Designation), his qualifications, experience, list of projects undertaken and otherrelevant information.6. That any willful violation on my/our part of the herein conditions may prejudicemy/our standing as a reliable contractor in future bidding of the Procuring Entity.Very truly yours,_____________________________(Authorized Representative of Bidder)CONCURRED IN:___________________________(Name of Engineer)_______________________(Address)Standard Form Number: SF-INFR-46Revised on: August 11, 2004193


Issuance DateKey Personnel’s Certificate of EmploymentEduardo S.L. Oban Jr.Officer-In-Charge<strong>Clark</strong> Development Corporation<strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, <strong>Philippine</strong>sDear Sir:I am __(Name of Nominee)_____ a Licensed _____ Engineer with ProfessionalLicense No. ______________ issued on __(date of issuance)__ at __(place ofissuance)__.I hereby certify that ___(Name of Bidder) has engaged my services as(Designation) for Proposed Security Gate for <strong>Clark</strong> North Access Road NearDolores Interchange, if awarded to it.As ___(Designation)___, I supervised the following completed projects similar tothe contract under bidding):NAME OF PROJECT OWNER COST DATE COMPLETED___________________ ____________ ________ ___________________________________ ____________ ________ ___________________________________ ____________ ________ ___________________________________ ____________ ________ ________________At present, I am supervising the following projects:NAME OF PROJECT OWNER COST DATE COMPLETED___________________ ____________ ________ ___________________________________ ____________ ________ ___________________________________ ____________ ________ ___________________________________ ____________ ________ ________________194


In case of my separation for any reason whatsoever from the above-mentionedContractor, I shall notify the <strong>Clark</strong> Development Corporation at least twenty one (21)days before the effective date of my separation.As __(Designation)__, I know I will have to stay in the job site all the time tosupervise and manage the Contract works to the best of my ability, and aware that I amauthorized to handle only one (1) contract at a time.I do not allow the use of my name for the purpose of enabling the abovementionedContractor to qualify for the Contract without any firm commitment on mypart to assume the post of __(Designation)__ therefore, if the contract is awarded to himsince I understand that to do so will be a sufficient ground for my disqualification as__(Designation)__ in any future <strong>Clark</strong> Development Corporation bidding oremployment with any Contractor doing business with the <strong>Clark</strong> DevelopmentCorporation.DRY SEAL_____________________(Signature of Engineer)Republic of the <strong>Philippine</strong>s )____________________ ) S.S.SUBSCRIBED AND SWORN TO before me this _________ day of _________ 2012affiant exhibiting to me his Residence Certificate No. _________ issued on_____________ at _______________.Doc. No. ________;Page No. ________;Book No. ________;Series of _________;Notary PublicUntil December 31, 2012Standard Form Number: SF-INFR-47195


Revised on: August 11, 2004KEY PERSONNEL(FORMAT OF BIO-DATA)Give the detailed information of the following personnel who are scheduled to beassigned as full-time field staff for the project. Fill up a form for each person.- Authorized Managing Officer / Representative- Sustained Technical Employee1. Name : ____________________________________________2. Date of Birth: ____________________________________________3. Nationality: ____________________________________________4. Education and Degrees: ____________________________________________5. Specialty : ____________________________________________6. Registration : ____________________________________________7. Length of Service with the Firm :_____Year from____(months) _____ (year)To ____ (months) _____ (year)8. Years of Experience: ____________________________________________9. If Item 7 is less than ten (10) years, give name and length of service with previousemployers for a ten (10)-year period (attached additional sheet/s), if necessary:Name and Address of EmployerLength of Service________________________________________________________________________________ year(s) from _______ to ___________ year(s) from _______ to ___________ year(s) from _______ to ______10. Experience:196


This should cover the past ten (10) years of experience. (Attached as many pagesas necessary to show involvement of personnel in projects using the format below).1. Name : ____________________________________________2. Name and Address of Owner :_____________________________________3. Name and Address of theOwner‟s Engineer: ____________________________________________(Consultant)4. Indicate the Features of Project(particulars of the project components and any other particular interest connectedwith the project):___________________________________________5. Contract Amount Expressed in<strong>Philippine</strong> Currency : ____________________________________________6. Position : ____________________________________________7. Structures for which the employeewas responsible : ____________________________________________8. Assignment Period : from _______ (months) _______ (years): to _______ (months) _______ (years)___________________________Name and Signature of EmployeeIt is hereby certified that the above personnel can be assigned to this project, if thecontract is awarded to our company.___________________________________(Place and Date)____________________________________(The Authorized Representative)197


Standard Form Number: SF-INFR-48Qualification of Key Personnel Proposed to be Assigned to the ContractProject Manager/EngineerMaterialsEngineerElectricalEngineerMechanicalEngineerSafety EngineerForeman1 Name2 Address3 Date of Birth4EmployedSince5 Experience6PreviousEmployment7 Education8 PRC License198


List of Equipment, Owned or Leased and/or under PurchaseAgreements, Pledged to the Proposed ContractBusiness Name1. BusinessAddress: ___________________________________________________: ___________________________________________________A. OwnedDescription Model/Year Capacity /Performance /SizePlate No. Motor No. /Body No.Location Condition Proof ofOwnership /Lessor or Vendori.ii.iii.iv.B. Leasedi.ii.iii.iv.C. Under Purchase Agreementsi.ii.iii.Submitted By:______________________ Designation:________________________ Date:_____________________199


DAYWORK SCHEDULEPROJECT : Proposed Security Gate for <strong>Clark</strong> North Access Road NearDolores InterchangeLOCATION : <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, <strong>Philippine</strong>sCONTRACTOR :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 of ordinary tools and gadgets in their respectivetrades like carpenter tools, masonry tools, etc.B) Unskilled worker's rates include the use of ordinary tools provided by Contractor likepick and shovels, crowbars, wheel barrow, etc.C) Prices of materials will be subject to actual canvass and evaluation if no longer validat time of application and are inclusive of overhead, profit, storage, handling, etc.ready or use at site.SUBMITTED:CONTRACTOR:BY _______________200


Standard Form Number: SF-INFR-56Revised on: August 11, 2004ContractLocationName: Proposed Security Gate for <strong>Clark</strong> North Access Road Near DoloresInterchange: <strong>Clark</strong> <strong>Freeport</strong> <strong>Zone</strong>, <strong>Philippine</strong>sCASH FLOW BY QUARTER AND PAYMENT SCHEDULEPARTICULAR % WT. 1STQUARTERACCOMPLISHMENTCASH FLOWCUMULATIVEACCOMPLISHMENTCUMULATIVE CASH FLOW2NDQUARTER3RDQUARTER4TH QUARTERSubmitted by:Name of the Representative of the Bidder_______________PositionName of the BidderDate:201

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

Saved successfully!

Ooh no, something went wrong!