PBD Const of RAEMU BLDG Ro2
PBD Const of RAEMU BLDG Ro2
PBD Const of RAEMU BLDG Ro2
Procurement of
INFRASTRUCTURE
PROJECTS
CONSTRUCTION OF REGIONAL
AUDIT EVIDENCE
MANAGEMENT UNIT (RAEMU)
BUILDING
Fifth Edition
August 2016
Preface
These Philippine Bidding Documents (PBDs) for the procurement of Infrastructure
Projects (hereinafter referred to also as the “Works”) through Competitive Bidding have been
prepared by the Government of the Philippines (GoP) for use by all branches, agencies,
departments, bureaus, offices, or instrumentalities of the Government, including government-
owned and/or -controlled corporations (GOCCs), government financial institutions (GFIs),
state universities and colleges (SUCs), local government units (LGUs), and autonomous
regional government. The procedures and practices presented in this document have been
developed through broad experience, and are for mandatory1 use in projects that are financed
in whole or in part by the GoP or any foreign government/foreign or international financing
institution in accordance with the provisions of the 2016 Revised Implementing Rules and
Regulations (IRR) of Republic Act No. 9184 (R. A. 9184).
This PBDs is intended as a model for admeasurements (unit prices or unit rates in a
bill of quantities) types of contract, which are the most common in Works contracting.
The Bidding Documents shall clearly and adequately define, among others: (a) the
objectives, scope, and expected outputs and/or results of the proposed contract; (b) the
eligibility requirements of Bidders; (c) the expected contract duration; and (d) the obligations,
duties, and/or functions of the winning bidder.
In order to simplify the preparation of the Bidding Documents for each procurement,
the PBDs groups the provisions that are intended to be used unchanged in Section II.
Instructions to Bidders (ITB) and in Section IV. General Conditions of Contract (GCC). Data
and provisions specific to each procurement and contract should be included in Section III.
Bid Data Sheet (BDS);Section V. Special Conditions of Contract (SCC); Section VI.
Specifications; Section VII. Drawings; Section VIII. Bill of Quantities; and Section X.
Foreign-Assisted Projects. The forms to be used are provided in Section IX. Bidding Forms.
Care should be taken to check the relevance of the provisions of the Bidding
Documents against the requirements of the specific Works to be procured. In addition, each
section is prepared with notes intended only as information for the Procuring Entity or the
person drafting the Bidding Documents. They shall not be included in the final documents,
except for the notes introducing Section IX. Bidding Forms, where the information is useful
for the Bidder. The following general directions should be observed when using the
documents:
(a) All the documents listed in the Table of Contents are normally required for the
procurement of Infrastructure Project. However, they should be adapted as
necessary to the circumstances of the particular Project.
(b) Specific details, such as the “name of the Procuring Entity” and “address for
proposal submission,” should be furnished in the BDS and SCC. The final
documents should contain neither blank spaces nor options.
(c) This Preface and the footnotes or notes in italics included in the Invitation to
Bid, BDS, SCC, Specifications, Drawings, and Bill of Quantities are not part
of the text of the final document, although they contain instructions that the
Procuring Entity should strictly follow. The Bidding Documents should
contain no footnotes except Section IX. Bidding Forms since these provide
important guidance to Bidders.
1 Unless the Treaty or International or Executive Agreement expressly provides use of foreign
government/foreign or international financing institution procurement guidelines.
2
(d) The cover should be modified as required to identify the Bidding Documents
as to the names of the Project, Contract, and Procuring Entity, in addition to
date of issue.
(e) If modifications must be made to bidding procedures, they can be presented in the
BDS. Modifications for specific Project or Contract details should be provided in
the SCC as amendments to the Conditions of Contract. For easy completion,
whenever reference has to be made to specific clauses in the BDS or SCC these
terms shall be printed in bold type face on Section II. Instructions to Bidders, and
Section IV. General Conditions of Contract, respectively.
3
TABLE OF CONTENTS
4
Section I. Invitation to Bid
Notes on the Invitation to Bid
The Invitation to Bid provides information that enables potential Bidders to decide
whether to participate in the procurement at hand. The Invitation to Bid shall be:
The Invitation to Bid should be incorporated into the Bidding Documents. The
information contained in the Invitation to Bid must conform to the Bidding Documents and
in particular to the relevant information in the BDS.
For foreign-assisted projects, the Invitation to Bid to be used is provided in Section X-
Foreign-Assisted Projects.
2 Two years after the effectivity of the 2016 Revised IRR of RA 9184 on 28 October 2016, advertisement in a
newspaper of general nationwide circulation shall no longer be required. However, a Procuring Entity that
cannot post its opportunities in the PhilGEPS for justifiable reasons shall continue to publish its advertisements
in a newspaper of general nationwide circulation.
5
REPUBLIC OF THE PHILIPPINES
COMMISSION ON AUDIT
Regional Office No. 2
Tuguegarao City
Invitation to Bid
(No. 2019-02)
1. The Commission on Audit (COA) Regional Office (RO) No. II, through the General
Appropriations Act of 2019 intends to apply the sum of Thirteen Million Six
Hundred Sixty Five Thousand Eight Hundred Sixty Two Pesos and Fifty Five
Centavos (P13,665,862.55) being the Approved Budget for the Contract (ABC) to
payments under the contract for Construction of Regional Audit Evidence
Management Unit (RAEMU) Building – COA R02, Tuguegarao City. Bids
received in excess of the ABC shall be automatically rejected at bid opening.
2. The COA RO No. II, now invites bids for Construction of Regional Audit Evidence
Management Unit (RAEMU) Building – COA R02, Tuguegarao City. Completion
of the Works is required within Two Hundred Forty (240) calendar days. Bidders
should have completed a contract similar to the Project. The description of an eligible
bidder is contained in the Bidding Documents, particularly, in Section II. Instructions to
Bidders.
3. Bidding will be conducted through open competitive bidding procedures using non-
discretionary “pass/fail” criterion as specified in the 2016 Revised Implementing Rules
and Regulations (IRR) of Republic Act 9184 (RA 9184), otherwise known as the
“Government Procurement Reform Act.”
4. Interested bidders may obtain further information from COA RO No. II and inspect the
Bidding Documents at the address given below from 8:00 AM to 5:00 PM, Mondays
to Fridays.
It may also be downloaded free of charge from the website of the Philippine
Government Electronic Procurement System (PhilGEPS) and the website of the
Procuring Entity, provided that bidders shall pay the applicable fee for the Bidding
Documents not later than the submission of their bids.
6. The COA RO No. II will hold a Pre-Bid Conference on September 18, 2019
(Wednesday) at 9:30 AM at COA RO No. II, which shall be open to prospective
bidders.
7. Bids must be duly received by the BAC Secretariat at the address below on or before
September 30, 2019 (Monday) at 1:00 PM at the Legal Services Office, COA RO No.
II, Carig Sur, Tuguegarao City. All bids must be accompanied by a bid security in
any of the acceptable forms and in the amount stated in ITB Clause 18.
Bid opening shall be on September 30, 2019 (Monday) at 1:30 PM at COA RO No. II,
Carig Sur, Tuguegarao City. Bids will be opened in the presence of the bidders’
representatives who choose to attend at the address below. Late bids shall not be
accepted.
8. The COA RO No. II reserves the right to reject any and all bids, declare a failure of
bidding, or not award the contract at any time prior to contract award in accordance
with Section 41 of RA 9184 and its IRR, without thereby incurring any liability to the
affected bidder or bidders.
________________
RITA R. PABLO
BAC Chairperson
Section II. Instructions to Bidders
Notes on the Instructions to Bidders
This Section of the Bidding Documents provides the information necessary for Bidders to
prepare responsive bids, in accordance with the requirements of the Procuring Entity. It
also provides information on the bid submission, eligibility check, opening and evaluation
of bids, and on the award of contract.
This Section also contains provisions that are to be used unchanged. Section III. Bid Data
Sheet consists of provisions that supplement, amend, or specify in detail information or
requirements included in this Section and which are specific to each procurement.
Matters governing the performance of the Contractor, payments under the contract, or
matters affecting the risks, rights, and obligations of the parties under the contract are not
normally included in this Section, but rather under Error! Not a valid result for table.
(GCC), and/or Section V. Special Conditions of Contract (SCC). If duplication of a
subject is inevitable in the other sections of the document prepared by the Procuring Entity,
care must be exercised to avoid contradictions between clauses dealing with the same
matter.
8
TABLE OF CONTENTS
A. GENERAL ................................................................................................... 11
1. Scope of Bid ............................................................................................................11
2. Source of Funds.......................................................................................................11
3. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ....................11
4. Conflict of Interest ..................................................................................................12
5. Eligible Bidders.......................................................................................................13
6. Bidder’s Responsibilities ........................................................................................15
7. Origin of GOODS and Services ..............................................................................17
8. Subcontracts ............................................................................................................17
B. CONTENTS OF BIDDING DOCUMENTS ........................................................ 17
9. Pre-Bid Conference .................................................................................................17
10. Clarification and Amendment of Bidding Documents............................................18
C. PREPARATION OF BIDS .............................................................................. 18
11. Language of Bids ....................................................................................................18
12. Documents Comprising the Bid: Eligibility and Technical Components ...............19
13. Documents Comprising the Bid: Financial Component .........................................20
14. Alternative Bids ......................................................................................................21
15. Bid Prices ................................................................................................................22
16. Bid Currencies.........................................................................................................22
17. Bid Validity .............................................................................................................22
18. Bid Security.............................................................................................................23
19. Format and Signing of Bids ....................................................................................25
20. Sealing and Marking of Bids...................................................................................25
D. SUBMISSION AND OPENING OF BIDS .......................................................... 26
21. Deadline for Submission of Bids ............................................................................26
22. Late Bids .................................................................................................................26
23. Modification and Withdrawal of Bids.....................................................................26
24. Opening and Preliminary Examination of Bids ......................................................27
E. EVALUATION AND COMPARISON OF BIDS .................................................. 28
25. Process to be Confidential.......................................................................................28
26. Clarification of Bids ................................................................................................29
27. Detailed Evaluation and Comparison of Bids .........................................................29
28. Post Qualification ....................................................................................................30
29. Reservation Clause ..................................................................................................31
F. AWARD OF CONTRACT .............................................................................. 32
30. Contract Award .......................................................................................................32
31. Signing of the Contract ...........................................................................................32
32. Performance Security ..............................................................................................33
9
33. Notice to Proceed ....................................................................................................34
34. Protest Mechanism………………………………………………………………..36
10
A. General
1. Scope of Bid
1.1. The Procuring Entity named in the BDS, invites bids for the construction of
Works, as described in Section VI. Specifications.
1.2. The name, identification, and number of lots specific to this bidding are
provided in the BDS. The contracting strategy and basis of evaluation of lots is
described in ITB Clause 27.
1.3. The successful Bidder will be expected to complete the Works by the intended
completion date specified in SCC Clause 1.17.
2. Source of Funds
The Procuring Entity has a budget or received funds from the Funding Source named
in the BDS, and in the amount indicated in the BDS. It intends to apply part of the
funds received for the Project, as defined in the BDS, to cover eligible payments
under the Contract for the Works.
(a) defines, for purposes of this provision, the terms set forth below as
follows:
11
(iv) “coercive practices” means harming or threatening to harm,
directly or indirectly, persons, or their property to influence
their participation in a procurement process, or affect the
execution of a contract;
(b) will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in corrupt or fraudulent practices
in competing for the Contract; and
(c) will declare a firm ineligible, either indefinitely or for a stated period
of time, to be awarded Contract funded by the Funding Source if it at
any time determines that the firm has engaged in corrupt or fraudulent
practices in competing or, or in executing, a Contract funded by the
Funding Source.
3.2. Further, the Procuring Entity will seek to impose the maximum civil,
administrative, and/or criminal penalties available under the applicable laws
on individuals and organizations deemed to be involved in any of the practices
mentioned in ITB Clause 3.1(a).
3.3. Furthermore, the Funding Source and the Procuring Entity reserve the right to
inspect and audit records and accounts of a contractor in the bidding for and
performance of a contract themselves or through independent auditors as
reflected in the GCC Clause 9.gg.
4. Conflict of Interest
4.1. All Bidders found to have conflicting interests shall be disqualified to
participate in the procurement at hand, without prejudice to the imposition of
appropriate administrative, civil, and criminal sanctions. A Bidder may be
considered to have conflicting interests with another Bidder in any of the
events described in paragraphs (a) through (c) and a general conflict of interest
in any of the circumstances set out in paragraphs (d) through (g) below:
12
(b) A Bidder receives or has received any direct or indirect subsidy from
any other Bidder;
(c) A Bidder has the same legal representative as that of another Bidder
for purposes of this Bid;
(d) A Bidder has a relationship, directly or through third parties, that puts
them in a position to have access to information about or influence on
the bid of another Bidder or influence the decisions of the Procuring
Entity regarding this bidding process;
(e) A Bidder submits more than one bid in this bidding process. However,
this does not limit the participation of subcontractors in more than one
bid;
4.2. In accordance with Section 47 of the IRR of RA 9184, all Bidding Documents
shall be accompanied by a sworn affidavit of the Bidder that it is not related to
the Head of the Procuring Entity (HoPE), members of the Bids and Awards
Committee (BAC), members of the Technical Working Group (TWG),
members of the BAC Secretariat, the head of the Project Management Office
(PMO) or the end-user unit, and the project consultants, by consanguinity or
affinity up to the third civil degree. On the part of the Bidder, this Clause shall
apply to the following persons:
(e) If the Bidder is a joint venture (JV), the provisions of items (a), (b), (c)
or (d) of this Clause shall correspondingly apply to each of the
members of the said JV, as may be appropriate.
5. Eligible Bidders
5.1. Unless otherwise indicated in the BDS, the following persons shall be eligible
to participate in this Bidding:
13
(b) Partnerships duly organized under the laws of the Philippines and of
which at least seventy five percent (75%) of the interest belongs to
citizens of the Philippines;
(c) Corporations duly organized under the laws of the Philippines, and of
which at least seventy five percent (75%) of the outstanding capital
stock belongs to citizens of the Philippines;
(e) Persons/entities forming themselves into a JV, i.e., a group of two (2)
or more persons/entities that intend to be jointly and severally
responsible or liable for a particular contract: Provided, however, that,
in accordance with Letter of Instructions No. 630, Filipino ownership
or interest of the joint venture concerned shall be at least seventy five
percent (75%): Provided, further, that joint ventures in which Filipino
ownership or interest is less than seventy five percent (75%) may be
eligible where the structures to be built require the application of
techniques and/or technologies which are not adequately possessed by
a person/entity meeting the seventy five percent (75%) Filipino
ownership requirement: Provided, finally, that in the latter case,
Filipino ownership or interest shall not be less than twenty five percent
(25%). For this purpose, Filipino ownership or interest shall be based
on the contributions of each of the members of the joint venture as
specified in their JVA.
5.2. The Procuring Entity may also invite foreign bidders when provided for under
any Treaty or International or Executive Agreement as specified in the BDS.
5.4. (a) The Bidder must have an experience of having completed a Single Largest
Completed Contract (SLCC) that is similar to this Project, equivalent to at
least fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to
current prices using the Philippine Statistics Authority (PSA) consumer price
index. However, contractors under Small A and Small B categories without
similar experience on the contract to be bid may be allowed to bid if the cost
of such contract is not more than the Allowable Range of Contract Cost
(ARCC) of their registration based on the guidelines as prescribed by the
PCAB.
(b) For Foreign-funded Procurement, the Procuring Entity and the foreign
government/foreign or international financing institution may agree on another
track record requirement, as specified in the BDS.
For this purpose, contracts similar to the Project shall be those described in the
BDS.
5.5. The Bidder must submit a computation of its Net Financial Contracting
Capacity (NFCC), which must be at least equal to the ABC to be bid,
calculated as follows:
NFCC = [(Current assets minus current liabilities) (15)] minus the value of
all outstanding or uncompleted portions of the projects under ongoing
14
contracts, including awarded contracts yet to be started coinciding with the
contract for this Project.
The values of the domestic bidder’s current assets and current liabilities shall
be based on the latest Audited Financial Statements (AFS) submitted to the
BIR.
For purposes of computing the foreign bidders’ NFCC, the value of the current
assets and current liabilities shall be based on their audited financial
statements prepared in accordance with international financial reporting
standards.
6. Bidder’s Responsibilities
6.1. The Bidder or its duly authorized representative shall submit a sworn
statement in the form prescribed in Section IX. Bidding Forms as required in
ITB Clause 12.1(b)(iii).
(c) Having made an estimate of the facilities available and needed for the
contract to be bid, if any;
(e) Ensuring that it is not “blacklisted” or barred from bidding by the GoP
or any of its agencies, offices, corporations, or LGUs, including
foreign government/foreign or international financing institution whose
blacklisting rules have been recognized by the GPPB;
(h) Ensuring that the signatory is the duly authorized representative of the
Bidder, and granted full power and authority to do, execute and
perform any and all acts necessary to participate, submit the bid, and to
sign and execute the ensuing contract, accompanied by the duly
notarized Special Power of Attorney, Board/Partnership Resolution, or
Secretary’s Certificate, whichever is applicable;
(j) Complying with existing labor laws and standards, in the case of
procurement of services. Moreover, bidder undertakes to:
15
(i) Ensure the entitlement of workers to wages, hours of work,
safety and health and other prevailing conditions of work as
established by national laws, rules and regulations; or collective
bargaining agreement; or arbitration award, if and when
applicable.
(k) Ensuring that it did not give or pay, directly or indirectly, any
commission, amount, fee, or any form of consideration, pecuniary or
otherwise, to any person or official, personnel or representative of the;
Failure to observe any of the above responsibilities shall be at the risk of the
Bidder concerned.
6.3. The Bidder, by the act of submitting its bid, shall be deemed to have inspected
the site, determined the general characteristics of the contract works and the
conditions for this Project and examine all instructions, forms, terms, and
project requirements in the Bidding Documents.
6.4. It shall be the sole responsibility of the prospective bidder to determine and to
satisfy itself by such means as it considers necessary or desirable as to all
matters pertaining to this Project, including: (a) the location and the nature of
the contract, project, or work; (b) climatic conditions; (c) transportation
facilities; (c) nature and condition of the terrain, geological conditions at the
site communication facilities, requirements, location and availability of
construction aggregates and other materials, labor, water, electric power and
access roads; and (d) other factors that may affect the cost, duration and
execution or implementation of the contract, project, or work.
6.5. The Procuring Entity shall not assume any responsibility regarding erroneous
interpretations or conclusions by the prospective or eligible bidder out of the
data furnished by the procuring entity. However, the Procuring Entity shall
ensure that all information in the Bidding Documents, including
supplemental/bid bulletins issued are correct and consistent.
16
6.6. Before submitting their bids, the Bidders are deemed to have become familiar
with all existing laws, decrees, ordinances, acts and regulations of the
Philippines which may affect the contract in any way.
6.7. The Bidder shall bear all costs associated with the preparation and submission
of his bid, and the Procuring Entity will in no case be responsible or liable for
those costs, regardless of the conduct or outcome of the bidding process.
6.8. The Bidder should note that the Procuring Entity will accept bids only from
those that have paid the applicable fee for the Bidding Documents at the office
indicated in the Invitation to Bid.
8. Subcontracts
8.1. Unless otherwise specified in the BDS, the Bidder may subcontract portions of
the Works to an extent as may be approved by the Procuring Entity and stated
in the BDS. However, subcontracting of any portion shall not relieve the
Bidder from any liability or obligation that may arise from the contract for this
Project.
8.2. Subcontractors must submit the documentary requirements under ITB Clause
12 and comply with the eligibility criteria specified in the BDS. In the event
that any subcontractor is found by the Procuring Entity to be ineligible, the
subcontracting of such portion of the Works shall be disallowed.
8.3. The Bidder may identify the subcontractor to whom a portion of the Works
will be subcontracted at any stage of the bidding process or during contract
implementation. If the Bidder opts to disclose the name of the subcontractor
during bid submission, the Bidder shall include the required documents as part
of the technical component of its bid.
9. Pre-Bid Conference
9.1. (a) If so specified in the BDS, a pre-bid conference shall be held at the venue
and on the date indicated therein, to clarify and address the Bidders’ questions
on the technical and financial components of this Project.
(b) The pre-bid conference shall be held at least twelve (12) calendar days
before the deadline for the submission of and receipt of bids, but not earlier
than seven (7) calendar days from the posting of the Invitation to Bid/Bidding
Documents in the PhilGEPS website. If the Procuring Entity determines that,
by reason of the method, nature, or complexity of the contract to be bid, or
when international participation will be more advantageous to the GoP, a
longer period for the preparation of bids is necessary, the pre-bid conference
shall be held at least thirty (30) calendar days before the deadline for the
submission and receipt of bids, as specified in the BDS.
9.2. Bidders are encouraged to attend the pre-bid conference to ensure that they
fully understand the Procuring Entity’s requirements. Non-attendance of the
Bidder will in no way prejudice its bid; however, the Bidder is expected to
17
know the changes and/or amendments to the Bidding Documents as recorded
in the minutes of the pre-bid conference and the Supplemental/Bid Bulletin.
The minutes of the pre-bid conference shall be recorded and prepared not later
than five (5) calendar days after the pre-bid conference. The minutes shall be
made available to prospective bidders not later than five (5) days upon written
request.
9.3. Decisions of the BAC amending any provision of the bidding documents shall
be issued in writing through a Supplemental/Bid Bulletin at least seven (7)
calendar days before the deadline for the submission and receipt of bids.
10.2. The BAC shall respond to the said request by issuing a Supplemental/Bid
Bulletin, to be made available to all those who have properly secured the
Bidding Documents, at least seven (7) calendar days before the deadline for
the submission and receipt of Bids.
10.3. Supplemental/Bid Bulletins may also be issued upon the Procuring Entity’s
initiative for purposes of clarifying or modifying any provision of the Bidding
Documents not later than seven (7) calendar days before the deadline for the
submission and receipt of Bids. Any modification to the Bidding Documents
shall be identified as an amendment.
10.4. Any Supplemental/Bid Bulletin issued by the BAC shall also be posted in the
PhilGEPS and the website of the Procuring Entity concerned, if available, and
at any conspicuous place in the premises of the Procuring Entity concerned. It
shall be the responsibility of all Bidders who have properly secured the
Bidding Documents to inquire and secure Supplemental/Bid Bulletins that
may be issued by the BAC. However, Bidders who have submitted bids before
the issuance of the Supplemental/Bid Bulletin must be informed and allowed
to modify or withdraw their bids in accordance with ITB Clause 23.
C. Preparation of Bids
18
12. Documents Comprising the Bid: Eligibility and Technical
Components
12.1. Unless otherwise indicated in the BDS, the first envelope shall contain the
following eligibility and technical documents:
The two statements required shall indicate for each contract the
following:
19
satisfactory. In case of contracts with the private sector, an
equivalent document shall be submitted;
(i) Bid security in accordance with ITB Clause 18. If the Bidder
opts to submit the bid security in the form of:
(a) Financial Bid Form, which includes bid prices and the bill of
quantities, in accordance with ITB Clauses 15.1 and 15.3; and
20
(b) Any other document related to the financial component of the bid as
stated in the BDS.
13.2. (a) Unless otherwise stated in the BDS, all Bids that exceed the ABC shall
not be accepted.
(ii) The procuring entity has procedures in place to ensure that the
ABC is based on recent estimates made by the engineer or the
responsible unit of the procuring entity and that the estimates are
based on adequate detailed engineering (in the case of
infrastructure projects) and reflect the quality, supervision and
risk and inflationary factors, as well as prevailing market prices,
associated with the types of works or goods to be procured.
14.2. Bidders shall submit offers that comply with the requirements of the Bidding
Documents, including the basic technical design as indicated in the drawings
and specifications. Unless there is a value engineering clause in the BDS,
alternative bids shall not be accepted.
14.3. Each Bidder shall submit only one Bid, either individually or as a partner in a
JV. A Bidder who submits or participates in more than one bid (other than as
a subcontractor if a subcontractor is permitted to participate in more than one
bid) will cause all the proposals with the Bidder’s participation to be
disqualified. This shall be without prejudice to any applicable criminal, civil
and administrative penalties that may be imposed upon the persons and
entities concerned.
21
15. Bid Prices
15.1. The contract shall be for the whole Works, as described in ITB Clause 1.1,
based on the priced Bill of Quantities submitted by the Bidder.
15.2. The Bidder shall fill in rates and prices for all items of the Works described in
the Bill of Quantities. Bids not addressing or providing all of the required
items in the Bidding Documents including, where applicable, Bill of
Quantities, shall be considered non-responsive and, thus, automatically
disqualified. In this regard, where a required item is provided, but no price is
indicated, the same shall be considered as non-responsive, but specifying a
zero (0) or a dash (-) for the said item would mean that it is being offered for
free to the Government, except those required by law or regulations to be
provided for.
15.3. All duties, taxes, and other levies payable by the Contractor under the
Contract, or for any other cause, prior to the deadline for submission of bids,
shall be included in the rates, prices, and total bid price submitted by the
Bidder.
15.4. All bid prices for the given scope of work in the contract as awarded shall be
considered as fixed prices, and therefore not subject to price escalation during
contract implementation, except under extraordinary circumstances as
specified in GCC Clause 9.uu. Upon the recommendation of the Procuring
Entity, price escalation may be allowed in extraordinary circumstances as may
be determined by the National Economic and Development Authority in
accordance with the Civil Code of the Philippines, and upon approval by the
GPPB. Furthermore, in cases where the cost of the awarded contract is
affected by any applicable new laws, ordinances, regulations, or other acts of
the GoP, promulgated after the date of bid opening, a contract price
adjustment shall be made or appropriate relief shall be applied on a no loss-no
gain basis.
16.2. If so allowed in accordance with ITB Clause 16.1, the Procuring Entity for
purposes of bid evaluation and comparing the bid prices will convert the
amounts in various currencies in which the bid price is expressed to Philippine
Pesos at the exchange rate as published in the Bangko Sentral ng Pilipinas
(BSP) reference rate bulletin on the day of the bid opening.
16.3. Unless otherwise specified in the BDS, payment of the contract price shall be
made in Philippine Pesos.
17.2. In exceptional circumstances, prior to the expiration of the bid validity period,
the Procuring Entity may request Bidders to extend the period of validity of
their bids. The request and the responses shall be made in writing. The bid
22
security described in ITB Clause 18 should also be extended corresponding to
the extension of the bid validity period at the least. A Bidder may refuse the
request without forfeiting its bid security, but his bid shall no longer be
considered for further evaluation and award. A Bidder granting the request
shall not be required or permitted to modify its bid.
23
government procurement activity in the event it violates any of the conditions
stated therein as provided in the guidelines issued by the GPPB.
18.2. The bid security should be valid for the period specified in the BDS. Any bid
not accompanied by an acceptable bid security shall be rejected by the
Procuring Entity as non-responsive.
18.3. No bid securities shall be returned to Bidders after the opening of bids and
before contract signing, except to those that failed or declared as post-
disqualified, upon submission of a written waiver of their right to file a request
for reconsideration and/or protest, or lapse of the reglementary period without
having filed a request for reconsideration or protest. Without prejudice on its
forfeiture, Bid Securities shall be returned only after the Bidder with the
Lowest Calculated Responsive Bid (LCRB) has signed the contract and
furnished the Performance Security, but in no case later than the expiration of
the Bid Security validity period indicated in ITB Clause 18.2.
18.4. Upon signing and execution of the contract, pursuant to ITB Clause 31, and
the posting of the performance security, pursuant to ITB Clause 32, the
successful Bidder’s Bid Security will be discharged, but in no case later than
the Bid Security validity period as indicated in ITB Clause 18.2.
(a) if a Bidder:
(i) withdraws its bid during the period of bid validity specified in
ITB Clause 17;
(ii) does not accept the correction of errors pursuant to ITB Clause
27.3(b);
(vi) allowing the use of one’s name, or using the name of another
for purposes of public bidding;
24
(xi) failure of the potential joint venture partners to enter into the
joint venture after the bid is declared successful; or
(xii) all other acts that tend to defeat the purpose of the competitive
bidding, such as habitually withdrawing from bidding,
submitting late Bids or patently insufficient bid, for at least
three (3) times within a year, except for valid reasons.
(i) fails to sign the contract in accordance with ITB Clause 31;
19.2 Forms as mentioned in ITB Clause 19.1 must be completed without any
alterations to their format, and no substitute form shall be accepted. All blank
spaces shall be filled in with the information requested.
19.3 The Bidder shall prepare and submit an original of the first and second
envelopes as described in ITB Clauses 12 and 13. In addition, the Bidder
shall submit copies of the first and second envelopes. In the event of any
discrepancy between the original and the copies, the original shall prevail.
19.4 Each and every page of the Bid Form, including the Bill of Quantities, under
Section IX hereof, shall be signed by the duly authorized representative/s of
the Bidder. Failure to do so shall be a ground for the rejection of the bid.
19.5 Any interlineations, erasures, or overwriting shall be valid only if they are
signed or initialed by the duly authorized representative/s of the Bidder.
20.2. Each copy of the first and second envelopes shall be similarly sealed duly
marking the inner envelopes as “COPY NO. ___ - TECHNICAL
COMPONENT” and “COPY NO. ___ – FINANCIAL COMPONENT” and
the outer envelope as “COPY NO. ___,” respectively. These envelopes
containing the original and the copies shall then be enclosed in one single
envelope.
25
20.3. The original and the number of copies of the bid as indicated in the BDS shall
be typed or written in ink and shall be signed by the Bidder or its duly
authorized representative/s.
(b) bear the name and address of the Bidder in capital letters;
(d) bear the specific identification of this bidding process indicated in the
ITB Clause 1.2; and
(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for
the opening of bids, in accordance with ITB Clause 21.
20.5. Bid envelopes that are not properly sealed and marked, as required in the
bidding documents, shall not be rejected, but the Bidder or its duly authorized
representative shall acknowledge such condition of the bid as submitted. The
BAC or the Procuring Entity shall assume no responsibility for the
misplacement of the contents of the improperly sealed or marked bid, or for its
premature opening.
23.2. A Bidder may, through a Letter of Withdrawal, withdraw its bid after it has
been submitted, for valid and justifiable reason; provided that the Letter of
Withdrawal is received by the Procuring Entity prior to the deadline
prescribed for submission and receipt of bids. The Letter of Withdrawal must
26
be executed by the authorized representative of the Bidder identified in the
Omnibus Sworn Statement, a copy of which should be attached to the letter.
23.3. Bids requested to be withdrawn in accordance with ITB Clause 23.1 shall be
returned unopened to the Bidders. A Bidder, who has acquired the bidding
documents may also express its intention not to participate in the bidding
through a letter which should reach and be stamped by the BAC before the
deadline for submission and receipt of bids. A Bidder that withdraws its bid
shall not be permitted to submit another bid, directly or indirectly, for the
same contract.
23.4. No bid may be modified after the deadline for submission of bids. No bid may
be withdrawn in the interval between the deadline for submission of bids and
the expiration of the period of bid validity specified by the Bidder on the
Financial Bid Form. Withdrawal of a bid during this interval shall result in the
forfeiture of the Bidder’s bid security, pursuant to ITB Clause 18.5, and the
imposition of administrative, civil, and criminal sanctions as prescribed by RA
9184 and its IRR.
24.2. Unless otherwise specified in the BDS, the BAC shall open the first bid
envelopes and determine each Bidder’s compliance with the documents
prescribed in ITB Clause 12, using a non-discretionary “pass/fail” criterion. If
a Bidder submits the required document, it shall be rated “passed” for that
particular requirement. In this regard, bids that fail to include any requirement
or are incomplete or patently insufficient shall be considered as “failed”.
Otherwise, the BAC shall rate the said first bid envelope as “passed”.
24.4. Letters of Withdrawal shall be read out and recorded during bid opening, and
the envelope containing the corresponding withdrawn bid shall be returned to
the Bidder unopened.
24.5. All members of the BAC who are present during bid opening shall initial
every page of the original copies of all bids received and opened.
24.6. In the case of an eligible foreign bidder as described in ITB Clause 5, the
following Class “A” Documents may be substituted with the appropriate
27
equivalent documents, if any, issued by the country of the foreign bidder
concerned, which shall likewise be uploaded and maintained in the PhilGEPS
in accordance with Section 8.5.2 of the IRR.:
24.7. Each partner of a joint venture agreement shall likewise submit the document
required in ITB Clause 12.1(a)(i). Submission of documents required under
ITB Clauses 12.1(a)(ii) to 12.1(a)(iv) by any of the joint venture partners
constitutes compliance.
24.8. The Procuring Entity shall prepare the minutes of the proceedings of the bid
opening that shall include, as a minimum: (a) names of Bidders, their bid
price (per lot, if applicable, and/or including discount, if any), bid security,
findings of preliminary examination, and whether there is a withdrawal or
modification; and (b) attendance sheet. The BAC members shall sign the
abstract of bids as read.
24.8. The Bidders or their duly authorized representatives may attend the opening of
bids. The BAC shall ensure the integrity, security, and confidentiality of all
submitted bids. The Abstract of Bids as read and the minutes of the Bid
Opening shall be made available to the public upon written request and
payment of a specified fee to recover cost of materials.
24.9 To ensure transparency and accurate representation of the bid submission, the
BAC Secretariat shall notify in writing all Bidders whose bids it has received
through its PhilGEPS-registered physical address or official e-mail address.
The notice shall be issued within seven (7) calendar days from the date of the
bid opening.
25.2. Any effort by a Bidder to influence the Procuring Entity in the Procuring
Entity’s decision in respect of bid evaluation, bid comparison or contract
award will result in the rejection of the Bidder’s bid.
28
26. Clarification of Bids
To assist in the evaluation, comparison and post-qualification of the bids, the
Procuring Entity may ask in writing any Bidder for a clarification of its bid. All
responses to requests for clarification shall be in writing. Any clarification submitted
by a Bidder in respect to its bid and that is not in response to a request by the
Procuring Entity shall not be considered
(b) The ranking of the total bid prices as so calculated from the lowest to
highest. The bid with the lowest price shall be identified as the Lowest
Calculated Bid.
27.3. The Procuring Entity's BAC shall immediately conduct a detailed evaluation
of all bids rated “passed,” using non-discretionary “pass/fail” criterion. The
BAC shall consider the following in the evaluation of bids:
(a) Completeness of the bid. Unless the BDS allows partial bids, bids not
addressing or providing all of the required items in the Schedule of
Requirements including, where applicable, bill of quantities, shall be
considered non-responsive and, thus, automatically disqualified. In this
regard, where a required item is provided, but no price is indicated, the
same shall be considered as non-responsive, but specifying a zero (0)
or a dash (-) for the said item would mean that it is being offered for
free to the Procuring Entity, except those required by law or
regulations to be provided for; and
27.4. Based on the detailed evaluation of bids, those that comply with the above-
mentioned requirements shall be ranked in the ascending order of their total
calculated bid prices, as evaluated and corrected for computational errors,
discounts and other modifications, to identify the Lowest Calculated Bid.
Total calculated bid prices, as evaluated and corrected for computational
errors, discounts and other modifications, which exceed the ABC shall not be
considered, unless otherwise indicated in the BDS.
27.5. The Procuring Entity’s evaluation of bids shall be based on the bid price
quoted in the Bid Form, which includes the Bill of Quantities.
27.6. Bids shall be evaluated on an equal footing to ensure fair competition. For
this purpose, all Bidders shall be required to include in their bids the cost of all
taxes, such as, but not limited to, value added tax (VAT), income tax, local
taxes, and other fiscal levies and duties which shall be itemized in the bid form
29
and reflected in the detailed estimates. Such bids, including said taxes, shall
be the basis for bid evaluation and comparison.
27.7. If so indicated pursuant to ITB Clause 1.2. Bids are being invited for
individual lots or for any combination thereof, provided that all Bids and
combinations of Bids shall be received by the same deadline and opened and
evaluated simultaneously so as to determine the bid or combination of bids
offering the lowest calculated cost to the Procuring Entity. Bid prices quoted
shall correspond to all of the requirements specified for each lot. Bid Security
as required by ITB Clause 18 shall be submitted for each contract (lot)
separately. The basis for evaluation of lots is specified in BDS Clause 27.3.
28.2. Within a non-extendible period of five (5) calendar days from receipt by the
Bidder of the notice from the BAC that it submitted the Lowest Calculated
Bid, the Bidder shall submit its latest income and business tax returns filed and
paid through the BIR Electronic Filing and Payment System (eFPS) and other
appropriate licenses and permits required by law and stated in the BDS.
28.4. If the BAC determines that the Bidder with the Lowest Calculated Bid passes
all the criteria for post-qualification, it shall declare the said bid as the LCRB,
and recommend to the HoPE the award of contract to the said Bidder at its
submitted price or its calculated bid price, whichever is lower, subject to ITB
Clause 30.3.
28.5. A negative determination shall result in rejection of the Bidder’s bid, in which
event the Procuring Entity shall proceed to the next Lowest Calculated Bid,
with a fresh period to make a similar determination of that Bidder’s
capabilities to perform satisfactorily. If the second Bidder, however, fails the
post qualification, the procedure for post qualification shall be repeated for the
Bidder with the next Lowest Calculated Bid, and so on until the LCRB is
determined for recommendation of contract award.
28.6. Within a period not exceeding fifteen (15) calendar days from the
determination by the BAC of the LCRB and the recommendation to award the
contract, the HoPE or his duly authorized representative shall approve or
disapprove the said recommendation.
28.7. In the event of disapproval, which shall be based on valid, reasonable, and
justifiable grounds as provided for under Section 41 of the IRR of RA 9184,
30
the HoPE shall notify the BAC and the Bidder in writing of such decision and
the grounds for it. When applicable, the BAC shall conduct a post-
qualification of the Bidder with the next Lowest Calculated Bid. A request for
reconsideration may be filed by the Bidder with the HoPE in accordance with
Section 37.1.3 of the IRR of RA 9184.
29.2. Based on the following grounds, the Procuring Entity reserves the right to
reject any and all Bids, declare a Failure of Bidding at any time prior to the
contract award, or not to award the contract, without thereby incurring any
liability, and make no assurance that a contract shall be entered into as a result
of the bidding:
(b) If the Procuring Entity’s BAC is found to have failed in following the
prescribed bidding procedures; or
(c) For any justifiable and reasonable ground where the award of the
contract will not redound to the benefit of the GOP as follows:
(iii) If the source of funds for the project has been withheld or
reduced through no fault of the Procuring Entity.
29.3. In addition, the Procuring Entity may likewise declare a failure of bidding
when:
31
(c) All bids fail to comply with all the bid requirements, fail post-
qualification; or
(d) The Bidder with the LCRB refuses, without justifiable cause, to accept
the award of contract, and no award is made in accordance with
Section 40 of the IRR of RA 9184.
F. Award of Contract
30.2. Prior to the expiration of the period of bid validity, the Procuring Entity shall
notify the successful Bidder in writing that its bid has been accepted, through a
Notice of Award duly received by the Bidder or its representative personally
or by registered mail or electronically, receipt of which must be confirmed in
writing within two (2) days by the Bidder with the LCRB and submitted
personally or sent by registered mail or electronically to the Procuring Entity.
30.3. Notwithstanding the issuance of the Notice of Award, award of contract shall
be subject to the following conditions:
(a) Submission of the following documents within ten (10) calendar days
from receipt of the Notice of Award:
(ii) Valid PCAB license and registration for the type and cost of the
contract to be bid for foreign bidders when the Treaty or
International or Executive Agreement expressly allows
submission of the PCAB license and registration for the type
and cost of the contract to be bid as a pre-condition to the
Award;
(b) Posting of the performance security in accordance with ITB Clause 32;
31.2. Within ten (10) calendar days from receipt of the Notice of Award, the
successful Bidder shall post the required performance security, sign and date
the contract and return it to the Procuring Entity.
32
31.3. The Procuring Entity shall enter into contract with the successful Bidder
within the same ten (10) calendar day period provided that all the documentary
requirements are complied with.
(f) Other contract documents that may be required by existing laws and/or
specified in the BDS.
33
For biddings conducted by the
LGUs, Bank Draft/Guarantee,
or Irrevocable Letter of Credit
may be issued by other banks
certified by the BSP as
authorized to issue such
financial instrument.
34
Section III. Bid Data Sheet
The Procuring Entity should specify in the BDS information and requirements specific to
the circumstances of the Procuring Entity, the processing of the procurement, the
applicable rules regarding bid price and currency, and the bid evaluation criteria that will
apply to the Bids. In preparing this Section, the following aspects should be checked:
(a) Information that specifies and complements provisions of Section II. Instructions to
Bidders must be incorporated.
For foreign-assisted projects, the Bid Data Sheet to be used is provided in Section X-
Foreign-Assisted Projects.
35
Bid Data Sheet
ITB Clause
1.1 The Procuring Entity is COA RO No. II.
5.4(b) For this purpose, similar contracts shall refer to Construction Projects.
9.1 The Procuring Entity will hold a Pre-Bid Conference for this Project on
September 18, 2019 (Wednesday) at 9:30 AM at COA RO No. II, Carig Sur,
Tuguegarao City.
COMMISSION ON AUDIT
Regional Office No. II
Regional Government Center,
Carig Sur, Tuguegarao City
Contact Person:
36
12.1 No further instructions.
12.1(a)(iii) Bidder must at least have a PCAB License Category B, with a size range of
Medium A for Building and Industrial Plant Projects.
12.1(b)(ii.2) The minimum work experience requirements for key personnel are the
following:
13.2 The ABC is Thirteen Million Six Hundred Sixty Five Thousand Eight
Hundred Sixty Two Pesos and Fifty Five Centavos (P13,665,862.55).
Any bid with a financial component exceeding this amount shall not be
accepted.
37
16.3 No further instructions.
18.1 The bid security shall be in the form of a Bid Securing Declaration or any of
the following forms and amounts:
1. The amount of not less than ₱273,317.25 or two percent (2%) of ABC,
if bid security is in cash, cashier’s/manager’s check, bank
draft/guarantee or irrevocable letter of credit;
2. The amount of not less than ₱683,293.13 or five percent (5%) of ABC, if
bid security is in Surety Bond.
18.2 The bid security shall be valid until January 28, 2020.
20.3 Each Bidder shall submit one (1) original and two (2) copies of the first and
second components of its bid.
21 The address for submission of bids is at the Legal Services Office, COA RO
No. II, Carig Sur, Tuguegarao City.
The date and time of bid opening is 1:30 PM on September 30, 2019
(Monday).
27.3 Partial bid is not allowed. The infrastructure project is packaged in a single
lot and the lot shall not be divided into sub-lots for the purpose of bidding,
evaluation, and contract award.
38
31.4(f) The winning bidder must submit also the following documents which shall
form part of the contract:
a. Authority of Signing Official;
b. Affidavit of Site Inspection;
c. PERT/CPM;
d. Construction Schedule and S-curve;
e. Construction Method;
f. Construction Safety and Health Program approved by the
Department of Labor and Employment;
g. Equipment Utilization Schedule;
h. Manpower Utilization Schedule;
i. Names of the Key Personnel and their Designation
39
Section IV. General Conditions of Contract
The GCC herein shall not be altered. Any changes and complementary information, which
may be needed, shall be introduced only through the SCC in Section V.
40
TABLE OF CONTENTS
1. DEFINITIONS .............................................................................................. 43
2. INTERPRETATION ...................................................................................... 45
3. GOVERNING LANGUAGE AND LAW ............................................................ 45
4. COMMUNICATIONS .................................................................................... 46
5. POSSESSION OF SITE .................................................................................. 46
6. THE CONTRACTOR’S OBLIGATIONS .......................................................... 46
7. PERFORMANCE SECURITY ......................................................................... 47
8. SUBCONTRACTING ..................................................................................... 48
9. LIQUIDATED DAMAGES ............................................................................. 48
10. SITE INVESTIGATION REPORTS ................................................................. 49
11. THE PROCURING ENTITY, LICENSES AND PERMITS .................................. 49
12. CONTRACTOR’S RISK AND WARRANTY SECURITY .................................... 49
13. LIABILITY OF THE CONTRACTOR .............................................................. 51
14. PROCURING ENTITY’S RISK ...................................................................... 51
15. INSURANCE ................................................................................................ 51
16. TERMINATION FOR DEFAULT OF CONTRACTOR ........................................ 53
17. TERMINATION FOR DEFAULT OF PROCURING ENTITY .............................. 53
18. TERMINATION FOR OTHER CAUSES .......................................................... 54
19. PROCEDURES FOR TERMINATION OF CONTRACTS .................................... 55
20. FORCE MAJEURE, RELEASE FROM PERFORMANCE .................................. 57
21. RESOLUTION OF DISPUTES ........................................................................ 58
22. SUSPENSION OF LOAN, CREDIT, GRANT, OR APPROPRIATION ................... 58
23. PROCURING ENTITY’S REPRESENTATIVE’S DECISIONS............................. 59
24. APPROVAL OF DRAWINGS AND TEMPORARY WORKS BY THE
PROCURING ENTITY’S REPRESENTATIVE .................................................. 59
25. ACCELERATION AND DELAYS ORDERED BY THE PROCURING
ENTITY’S REPRESENTATIVE ...................................................................... 59
26. EXTENSION OF THE INTENDED COMPLETION DATE .................................. 59
27. RIGHT TO VARY ........................................................................................ 60
28. CONTRACTORS RIGHT TO CLAIM.............................................................. 60
29. DAYWORKS................................................................................................ 60
30. EARLY WARNING ...................................................................................... 60
31. PROGRAM OF WORK ................................................................................. 61
32. MANAGEMENT CONFERENCES .................................................................. 61
41
33. BILL OF QUANTITIES ................................................................................. 62
34. INSTRUCTIONS, INSPECTIONS AND AUDITS ................................................ 62
35. IDENTIFYING DEFECTS .............................................................................. 62
36. COST OF REPAIRS ...................................................................................... 62
37. CORRECTION OF DEFECTS ........................................................................ 63
38. UNCORRECTED DEFECTS........................................................................... 63
39. ADVANCE PAYMENT .................................................................................. 63
40. PROGRESS PAYMENTS ............................................................................... 64
41. PAYMENT CERTIFICATES .......................................................................... 64
42. RETENTION................................................................................................ 65
43. VARIATION ORDERS .................................................................................. 65
44. CONTRACT COMPLETION .......................................................................... 67
45. SUSPENSION OF WORK .............................................................................. 67
46. PAYMENT ON TERMINATION ..................................................................... 68
47. EXTENSION OF CONTRACT TIME ............................................................... 68
48. PRICE ADJUSTMENT .................................................................................. 69
49. COMPLETION ............................................................................................. 69
50. TAKING OVER ........................................................................................... 70
51. OPERATING AND MAINTENANCE MANUALS .............................................. 70
42
1. Definitions
For purposes of this Clause, boldface type is used to identify defined terms.
1.1. The Arbiter is the person appointed jointly by the Procuring Entity and the
Contractor to resolve disputes in the first instance, as provided for in GCC
Clause t.
1.2. Bill of Quantities refers to a list of the specific items of the Work and their
corresponding unit prices, lump sums, and/or provisional sums.
1.3. The Completion Date is the date of completion of the Works as certified by
the Procuring Entity’s Representative, in accordance with GCC Clause vv.
1.4. The Contract is the contract between the Procuring Entity and the Contractor
to execute, complete, and maintain the Works.
1.5 The Contract Effectivity Date is the date of signing of the Contract.
However, the contractor shall commence execution of the Works on the Start
Date as defined in GCC Clause 1.28.
1.6 The Contract Price is the price stated in the Notice of Award and thereafter to
be paid by the Procuring Entity to the Contractor for the execution of the
Works in accordance with this Contract
1.7 Contract Time Extension is the allowable period for the Contractor to
complete the Works in addition to the original Completion Date stated in this
Contract.
1.8 The Contractor is the juridical entity whose proposal has been accepted by
the Procuring Entity and to whom the Contract to execute the Work was
awarded.
1.9 The Contractor’s Bid is the signed offer or proposal submitted by the
Contractor to the Procuring Entity in response to the Bidding Documents.
1.11 Dayworks are varied work inputs subject to payment on a time basis for the
Contractor’s employees and Equipment, in addition to payments for associated
Materials and Plant.
1.12 A Defect is any part of the Works not completed in accordance with the
Contract.
1.14 The Defects Liability Period is the one year period between contract
completion and final acceptance within which the Contractor assumes the
responsibility to undertake the repair of any damage to the Works at his own
expense.
1.15 Drawings are graphical presentations of the Works. They include all
supplementary details, shop drawings, calculations, and other information
provided or approved for the execution of this Contract.
43
1.16 Equipment refers to all facilities, supplies, appliances, materials or things
required for the execution and completion of the Work provided by the
Contractor and which shall not form or are not intended to form part of the
Permanent Works.
1.17 The Intended Completion Date refers to the date specified in the SCC when
the Contractor is expected to have completed the Works. The Intended
Completion Date may be revised only by the Procuring Entity’s
Representative by issuing an extension of time or an acceleration order.
1.18 Materials are all supplies, including consumables, used by the Contractor for
incorporation in the Works.
1.19 The Notice to Proceed is a written notice issued by the Procuring Entity or the
Procuring Entity’s Representative to the Contractor requiring the latter to
begin the commencement of the work not later than a specified or
determinable date.
1.20 Permanent Works are all permanent structures and all other project features
and facilities required to be constructed and completed in accordance with this
Contract which shall be delivered to the Procuring Entity and which shall
remain at the Site after the removal of all Temporary Works.
1.21 Plant refers to the machinery, apparatus, and the like intended to form an
integral part of the Permanent Works.
1.22 The Procuring Entity is the party who employs the Contractor to carry out
the Works stated in the SCC.
1.23 The Procuring Entity’s Representative refers to the Head of the Procuring
Entity or his duly authorized representative, identified in the SCC, who shall
be responsible for supervising the execution of the Works and administering
this Contract.
1.24 The Site is the place provided by the Procuring Entity where the Works shall
be executed and any other place or places which may be designated in the
SCC, or notified to the Contractor by the Procuring Entity’s Representative as
forming part of the Site.
1.25 Site Investigation Reports are those that were included in the Bidding
Documents and are factual and interpretative reports about the surface and
subsurface conditions at the Site.
1.27 Specifications means the description of Works to be done and the qualities of
materials to be used, the equipment to be installed and the mode of
construction.
1.28 The Start Date, as specified in the SCC, is the date when the Contractor is
obliged to commence execution of the Works. It does not necessarily coincide
with any of the Site Possession Dates.
44
1.30 Temporary Works are works designed, constructed, installed, and removed
by the Contractor that are needed for construction or installation of the
Permanent Works.
1.31 Work(s) refer to the Permanent Works and Temporary Works to be executed
by the Contractor in accordance with this Contract, including (i) the furnishing
of all labor, materials, equipment and others incidental, necessary or
convenient to the complete execution of the Works; (ii) the passing of any
tests before acceptance by the Procuring Entity’s Representative; (iii) and the
carrying out of all duties and obligations of the Contractor imposed by this
Contract as described in the SCC.
a. Interpretation
i. In interpreting the Conditions of Contract, singular also means plural,
male also means female or neuter, and the other way around. Headings
have no significance. Words have their normal meaning under the
language of this Contract unless specifically defined. The Procuring
Entity’s Representative will provide instructions clarifying queries
about the Conditions of Contract.
a) Contract Agreement;
c) Instructions to Bidders;
g) Specifications;
i) Drawings.
ii. This Contract shall be interpreted in accordance with the laws of the
Republic of the Philippines.
45
c. Communications
Communications between parties that are referred to in the Conditions shall be
effective only when in writing. A notice shall be effective only when it is received by
the concerned party.
d. Possession of Site
i. On the date specified in the SCC, the Procuring Entity shall grant the
Contractor possession of so much of the Site as may be required to
enable it to proceed with the execution of the Works. If the Contractor
suffers delay or incurs cost from failure on the part of the Procuring
Entity to give possession in accordance with the terms of this clause,
the Procuring Entity’s Representative shall give the Contractor a
Contract Time Extension and certify such sum as fair to cover the cost
incurred, which sum shall be paid by Procuring Entity.
ii. If possession of a portion is not given by the date stated in the SCC
Clause i, the Procuring Entity will be deemed to have delayed the start
of the relevant activities. The resulting adjustments in contract time to
address such delay shall be in accordance with GCC Clause tt.
iii. The Contractor shall bear all costs and charges for special or temporary
right-of-way required by it in connection with access to the Site. The
Contractor shall also provide at his own cost any additional facilities
outside the Site required by it for purposes of the Works.
iv. The Contractor shall allow the Procuring Entity’s Representative and
any person authorized by the Procuring Entity’s Representative access
to the Site and to any place where work in connection with this
Contract is being carried out or is intended to be carried out.
ii. The Contractor shall commence execution of the Works on the Start
Date and shall carry out the Works in accordance with the Program of
Work submitted by the Contractor, as updated with the approval of the
Procuring Entity’s Representative, and complete them by the Intended
Completion Date.
iii. The Contractor shall be responsible for the safety of all activities on
the Site.
iv. The Contractor shall carry out all instructions of the Procuring Entity’s
Representative that comply with the applicable laws where the Site is
located.
v. The Contractor shall employ the key personnel named in the Schedule
of Key Personnel, as referred to in the SCC, to carry out the
supervision of the Works. The Procuring Entity will approve any
proposed replacement of key personnel only if their relevant
46
qualifications and abilities are equal to or better than those of the
personnel listed in the Schedule.
viii. The Contractor shall submit to the Procuring Entity for consent the
name and particulars of the person authorized to receive instructions on
behalf of the Contractor.
ix. The Contractor shall cooperate and share the Site with other
contractors, public authorities, utilities, and the Procuring Entity
between the dates given in the schedule of other contractors
particularly when they shall require access to the Site. The Contractor
shall also provide facilities and services for them during this period.
The Procuring Entity may modify the schedule of other contractors,
and shall notify the Contractor of any such modification thereto.
f. Performance Security
i. Within ten (10) calendar days from receipt of the Notice of Award
from the Procuring Entity but in no case later than the signing of the
contract by both parties, the Contractor shall furnish the performance
security in any of the forms prescribed in ITB Clause 32.2.
ii. The performance security posted in favor of the Procuring Entity shall
be forfeited in the event it is established that the Contractor is in
default in any of its obligations under the Contract.
iii. The performance security shall remain valid until issuance by the
Procuring Entity of the Certificate of Final Acceptance.
iv. The performance security may be released by the Procuring Entity and
returned to the Contractor after the issuance of the Certificate of Final
Acceptance subject to the following conditions:
47
value of the contract as a result of amendments to order or change
orders, extra work orders and supplemental agreements, as the case
may be. The Contractor shall cause the extension of the validity of the
performance security to cover approved contract time extensions.
vii. Unless otherwise indicated in the SCC, the Contractor, by entering into
the Contract with the Procuring Entity, acknowledges the right of the
Procuring Entity to institute action pursuant to Act 3688 against any
subcontractor be they an individual, firm, partnership, corporation, or
association supplying the Contractor with labor, materials and/or
equipment for the performance of this Contract.
g. Subcontracting
i. Unless otherwise indicated in the SCC, the Contractor cannot
subcontract Works more than the percentage specified in BDS Clause
8.1.
ii. Subcontracting of any portion of the Works does not relieve the
Contractor of any liability or obligation under this Contract. The
Contractor will be responsible for the acts, defaults, and negligence of
any subcontractor, its agents, servants or workmen as fully as if these
were the Contractor’s own acts, defaults, or negligence, or those of its
agents, servants or workmen.
h. Liquidated Damages
i. The Contractor shall pay liquidated damages to the Procuring Entity
for each day that the Completion Date is later than the Intended
Completion Date. The applicable liquidated damages is at least one-
tenth (1/10) of a percent of the cost of the unperformed portion for
every day of delay. The total amount of liquidated damages shall not
exceed ten percent (10%) of the amount of the contract. The Procuring
Entity may deduct liquidated damages from payments due to the
Contractor. Payment of liquidated damages shall not affect the
Contractor’s liabilities. Once the cumulative amount of liquidated
damages reaches ten percent (10%) of the amount of this Contract, the
Procuring Entity may rescind or terminate this Contract, without
48
prejudice to other courses of action and remedies available under the
circumstances.
ii. The defects liability period for infrastructure projects shall be one year
from contract completion up to final acceptance by the Procuring
Entity. During this period, the Contractor shall undertake the repair
works, at his own expense, of any damage to the Works on account of
the use of materials of inferior quality within ninety (90) days from the
time the HoPE has issued an order to undertake repair. In case of
failure or refusal to comply with this mandate, the Procuring Entity
shall undertake such repair works and shall be entitled to full
reimbursement of expenses incurred therein upon demand.
iii. Unless otherwise indicated in the SCC, in case the Contractor fails to
comply with the preceding paragraph, the Procuring Entity shall forfeit
its performance security, subject its property(ies) to attachment or
garnishment proceedings, and perpetually disqualify it from
participating in any public bidding. All payables of the GoP in his
favor shall be offset to recover the costs.
iv. After final acceptance of the Works by the Procuring Entity, the
Contractor shall be held responsible for “Structural Defects,” i.e.,
major faults/flaws/deficiencies in one or more key structural elements
of the project which may lead to structural failure of the completed
elements or structure, or “Structural Failures,” i.e., where one or more
key structural elements in an infrastructure facility fails or collapses,
thereby rendering the facility or part thereof incapable of withstanding
the design loads, and/or endangering the safety of the users or the
general public:
49
quality/substandard materials, and any violation of the contract
plans and specifications, the contractor shall be held liable;
50
Commercial bank, if issued by a
foreign bank
3. Surety bond callable upon demand
issued by GSIS or any surety or
Thirty Percent (30%)
insurance company duly certified by
the Insurance Commission
vii. The warranty security shall be stated in Philippine Pesos and shall
remain effective for one year from the date of issuance of the
Certificate of Final Acceptance by the Procuring Entity, and returned
only after the lapse of said one year period.
n. Insurance
i. The Contractor shall, under his name and at his own expense, obtain
and maintain, for the duration of this Contract, the following insurance
coverage:
51
2. Transportation to the project Site of Equipment, Machinery,
and Supplies owned by the Contractor;
iii. The Contractor shall notify the insurers of changes in the nature,
extent, or program for the execution of the Works and ensure the
adequacy of the insurances at all times in accordance with the terms of
this Contract and shall produce to the Procuring Entity’s
Representative the insurance policies in force including the receipts for
payment of the current premiums.
The above insurance policies shall be obtained from any reputable insurance
company approved by the Procuring Entity’s Representative.
iv. If the Contractor fails to obtain and keep in force the insurances
referred to herein or any other insurance which he may be required to
obtain under the terms of this Contract, the Procuring Entity may
obtain and keep in force any such insurances and pay such premiums
as may be necessary for the purpose. From time to time, the Procuring
Entity may deduct the amount it shall pay for said premiums including
twenty five percent (25%) therein from any monies due, or which may
become due, to the Contractor, without prejudice to the Procuring
Entity exercising its right to impose other sanctions against the
Contractor pursuant to the provisions of this Contract.
v. In the event the Contractor fails to observe the above safeguards, the
Procuring Entity may, at the Contractor’s expense, take whatever
measure is deemed necessary for its protection and that of the
Contractor’s personnel and third parties, and/or order the interruption
of dangerous Works. In addition, the Procuring Entity may refuse to
make the payments under GCC Clause mm until the Contractor
complies with this Clause.
vi. The Contractor shall immediately replace the insurance policy obtained
as required in this Contract, without need of the Procuring Entity’s
demand, with a new policy issued by a new insurance company
acceptable to the Procuring Entity for any of the following grounds:
a. become bankrupt;
52
d. been suspended by the Insurance Commission and its
license to engage in business or its authority to issue
insurance policies cancelled; or
a. Due to the Contractor’s fault and while the project is on-going, it has
incurred negative slippage of fifteen percent (15%) or more in
accordance with Presidential Decree 1870, regardless of whether or not
previous warnings and notices have been issued for the Contractor to
improve his performance;
b. Due to its own fault and after this Contract time has expired, the
Contractor incurs delay in the completion of the Work after this
Contract has expired; or
c. The Contractor:
53
1. Failure of the Procuring Entity to deliver, within a reasonable time, supplies,
materials, right-of-way, or other items it is obligated to furnish under the terms
of this Contract; or
2. The prosecution of the Work is disrupted by the adverse peace and order
situation, as certified by the Armed Forces of the Philippines Provincial
Commander and approved by the Secretary of National Defense.
ii. The Procuring Entity or the Contractor may terminate this Contract if
the other party causes a fundamental breach of this Contract.
1. The Contractor stops work for twenty eight (28) days when no
stoppage of work is shown on the current Program of Work and
the stoppage has not been authorized by the Procuring Entity’s
Representative;
54
7. The Contractor has delayed the completion of the Works by the
number of days for which the maximum amount of liquidated
damages can be paid, as defined in the GCC Clause h; and
iv. The Funding Source or the Procuring Entity, as appropriate, will seek
to impose the maximum civil, administrative and/or criminal penalties
available under the applicable law on individuals and organizations
deemed to be involved with corrupt, fraudulent, or coercive practices.
55
c. an instruction to the Contractor to show cause as to why
this Contract should not be terminated; and
56
a. Employment of competent technical personnel,
competent engineers and/or work supervisors;
57
ii. If this Contract is discontinued by an outbreak of war or by any other
event entirely outside the control of either the Procuring Entity or the
Contractor, the Procuring Entity’s Representative shall certify that this
Contract has been discontinued. The Contractor shall make the Site
safe and stop work as quickly as possible after receiving this certificate
and shall be paid for all works carried out before receiving it and for
any Work carried out afterwards to which a commitment was made.
iii. If the event continues for a period of eighty four (84) days, either party
may then give notice of termination, which shall take effect twenty
eight (28) days after the giving of the notice.
v. The net balance due shall be paid or repaid within a reasonable time
period from the time of the notice of termination.
t. Resolution of Disputes
i. If any dispute or difference of any kind whatsoever shall arise between
the parties in connection with the implementation of the contract
covered by the Act and this IRR, the parties shall make every effort to
resolve amicably such dispute or difference by mutual consultation.
iii. Any and all disputes arising from the implementation of this Contract
covered by the R.A. 9184 and its IRR shall be submitted to arbitration
in the Philippines according to the provisions of Republic Act No. 876,
otherwise known as the “ Arbitration Law” and Republic Act 9285,
otherwise known as the “Alternative Dispute Resolution Act of 2004”:
Provided, however, That, disputes that are within the competence of
the Construction Industry Arbitration Commission to resolve shall be
referred thereto. The process of arbitration shall be incorporated as a
provision in this Contract that will be executed pursuant to the
provisions of the Act and its IRR: Provided, further, That, by mutual
agreement, the parties may agree in writing to resort to other
alternative modes of dispute resolution.
58
1. The Procuring Entity is obligated to notify the Contractor of such suspension
within seven (7) days of having received the suspension notice.
2. If the Contractor has not received sums due it for work already done within
forty five (45) days from the time the Contractor’s claim for payment has been
certified by the Procuring Entity’s Representative, the Contractor may
immediately issue a suspension of work notice in accordance with GCC
Clause rr.ii.
ii. The Procuring Entity’s Representative may delegate any of his duties
and responsibilities to other people, except to the Arbiter, after
notifying the Contractor, and may cancel any delegation after notifying
the Contractor.
iii. The Procuring Entity’s Representative’s approval shall not alter the
Contractor’s responsibility for design of the Temporary Works.
iv. The Contractor shall obtain approval of third parties to the design of
the Temporary Works, when required by the Procuring Entity.
59
ii. The Procuring Entity’s Representative shall decide whether and by
how much to extend the Intended Completion Date within twenty one
(21) days of the Contractor asking the Procuring Entity’s
Representative for a decision thereto after fully submitting all
supporting information. If the Contractor has failed to give early
warning of a delay or has failed to cooperate in dealing with a delay,
the delay by this failure shall not be considered in assessing the new
Intended Completion Date.
z. Right to Vary
i. The Procuring Entity’s Representative with the prior approval of the
Procuring Entity may instruct Variations, up to a maximum cumulative
amount of ten percent (10%) of the original contract cost.
bb. Dayworks
i. Subject to GCC Clause pp on Variation Order, and if applicable as
indicated in the SCC, the Dayworks rates in the Contractor’s bid shall
be used for small additional amounts of work only when the Procuring
Entity’s Representative has given written instructions in advance for
additional work to be paid for in that way.
iii. The Contractor shall be paid for Dayworks subject to obtaining signed
Dayworks forms.
60
the expected effect of the future event or circumstance on the Contract
Price and Completion Date. The estimate shall be provided by the
Contractor as soon as reasonably possible.
ii. An update of the Program of Work shall show the actual progress
achieved on each activity and the effect of the progress achieved on the
timing of the remaining work, including any changes to the sequence
of the activities.
61
the Procuring Entity’s Representative either at the Management
Conference or after the Management Conference and stated in writing
to all who attended the Conference.
ii. The Bill of Quantities is used to calculate the Contract Price. The
Contractor is paid for the quantity of the work done at the rate in the
Bill of Quantities for each item.
iii. If the final quantity of any work done differs from the quantity in the
Bill of Quantities for the particular item and is not more than twenty
five percent (25%) of the original quantity, provided the aggregate
changes for all items do not exceed ten percent (10%) of the Contract
price, the Procuring Entity’s Representative shall make the necessary
adjustments to allow for the changes subject to applicable laws, rules,
and regulations.
iii. The Contractor shall permit the Funding Source named in the SCC to
inspect the Contractor’s accounts and records relating to the
performance of the Contractor and to have them audited by auditors
appointed by the Funding Source, if so required by the Funding
Source.
62
Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s
acts or omissions.
ii. Every time notice of a defect is given, the Contractor shall correct the
notified defect within the length of time specified in the Procuring
Entity’s Representative’s notice.
iii. The Contractor shall correct the defects which he notices himself
before the end of the Defects Liability Period.
iv. The Procuring Entity shall certify that all defects have been corrected.
If the Procuring Entity considers that correction of a defect is not
essential, he can request the Contractor to submit a quotation for the
corresponding reduction in the Contract Price. If the Procuring Entity
accepts the quotation, the corresponding change in the SCC is a
Variation.
ii. The use of a third party to correct defects that are uncorrected by the
Contractor will in no way relieve the Contractor of its liabilities and
warranties under the Contract.
ii. The advance payment shall be made only upon the submission to and
acceptance by the Procuring Entity of an irrevocable standby letter of
credit of equivalent value from a commercial bank, a bank guarantee or
a surety bond callable upon demand, issued by a surety or insurance
company duly licensed by the Insurance Commission and confirmed
by the Procuring Entity.
iv. The contractor may reduce his standby letter of credit or guarantee
instrument by the amounts refunded by the Monthly Certificates in the
advance payment.
63
v. The Procuring Entity will provide an Advance Payment on the
Contract Price as stipulated in the Conditions of Contract, subject to
the maximum amount stated in SCC Clause i.
ii. The Procuring Entity shall deduct the following from the certified
gross amounts to be paid to the contractor as progress payment:
iv. The first progress payment may be paid by the Procuring Entity to the
Contractor provided that at least twenty percent (20%) of the work has
been accomplished as certified by the Procuring Entity’s
Representative.
v. Items of the Works for which a price of “0” (zero) has been entered
will not be paid for by the Procuring Entity and shall be deemed
covered by other rates and prices in the Contract.
64
iv. The Procuring Entity’s Representative may exclude any item certified
in a previous certificate or reduce the proportion of any item
previously certified in any certificate in the light of later information.
oo. Retention
i. The Procuring Entity shall retain from each payment due to the
Contractor an amount equal to a percentage thereof using the rate as
specified in GCC Sub-Clause ii.
iii. The total “retention money” shall be due for release upon final
acceptance of the Works. The Contractor may, however, request the
substitution of the retention money for each progress billing with
irrevocable standby letters of credit from a commercial bank, bank
guarantees or surety bonds callable on demand, of amounts equivalent
to the retention money substituted for and acceptable to the Procuring
Entity, provided that the project is on schedule and is satisfactorily
undertaken. Otherwise, the ten (10%) percent retention shall be made.
Said irrevocable standby letters of credit, bank guarantees and/or
surety bonds, to be posted in favor of the Government shall be valid for
a duration to be determined by the concerned implementing
office/agency or Procuring Entity and will answer for the purpose for
which the ten (10%) percent retention is intended, i.e., to cover
uncorrected discovered defects and third party liabilities.
ii. A Change Order may be issued by the Procuring Entity to cover any
increase/decrease in quantities of original Work items in the contract.
65
iii. An Extra Work Order may be issued by the Procuring Entity to cover
the introduction of new work necessary for the completion,
improvement or protection of the project which were not included as
items of Work in the original contract, such as, where there are
subsurface or latent physical conditions at the site differing materially
from those indicated in the contract, or where there are duly unknown
physical conditions at the site of an unusual nature differing materially
from those ordinarily encountered and generally recognized as inherent
in the Work or character provided for in the contract.
iv. Any cumulative Variation Order beyond ten percent (10%) shall be
subject of another contract to be bid out if the works are separable
from the original contract. In exceptional cases where it is urgently
necessary to complete the original scope of work, the HoPE may
authorize a positive Variation Order go beyond ten percent (10%) but
not more than twenty percent (20%) of the original contract price,
subject to the guidelines to be determined by the GPPB: Provided,
however, That appropriate sanctions shall be imposed on the designer,
consultant or official responsible for the original detailed engineering
design which failed to consider the Variation Order beyond ten percent
(10%).
v. In claiming for any Variation Order, the Contractor shall, within seven
(7) calendar days after such work has been commenced or after the
circumstances leading to such condition(s) leading to the extra cost,
and within twenty-eight (28) calendar days deliver a written
communication giving full and detailed particulars of any extra cost in
order that it may be investigated at that time. Failure to provide either
of such notices in the time stipulated shall constitute a waiver by the
contractor for any claim. The preparation and submission of Variation
Orders are as follows:
66
4. The HoPE or his duly authorized representative, acting upon
the recommendation of the technical staff or appropriate office,
shall approve the Change Order or Extra Work Order after
being satisfied that the same is justified, necessary, and in
order.
ii. The Contractor or its duly authorized representative shall have the right
to suspend work operation on any or all projects/activities along the
critical path of activities after fifteen (15) calendar days from date of
receipt of written notice from the Contractor to the district
engineer/regional director/consultant or equivalent official, as the case
may be, due to the following:
67
5. Delay in the payment of Contractor’s claim for progress billing
beyond forty-five (45) calendar days from the time the
Contractor’s claim has been certified to by the procuring
entity’s authorized representative that the documents are
complete unless there are justifiable reasons thereof which shall
be communicated in writing to the Contractor.
iii. The net balance due shall be paid or repaid within twenty eight (28)
days from the notice of termination.
iv. If the Contractor has terminated the Contract under GCC Clauses p or
q, the Procuring Entity shall promptly return the Performance Security
to the Contractor.
68
ii. No extension of contract time shall be granted the Contractor due to (a)
ordinary unfavorable weather conditions and (b) inexcusable failure or
negligence of Contractor to provide the required equipment, supplies
or materials.
iii. Extension of contract time may be granted only when the affected
activities fall within the critical path of the PERT/CPM network.
iv. No extension of contract time shall be granted when the reason given
to support the request for extension was already considered in the
determination of the original contract time during the conduct of
detailed engineering and in the preparation of the contract documents
as agreed upon by the parties before contract perfection.
vv. Completion
The Contractor shall request the Procuring Entity’s Representative to issue a
certificate of Completion of the Works, and the Procuring Entity’s Representative will
do so upon deciding that the work is completed.
69
ww. Taking Over
The Procuring Entity shall take over the Site and the Works within seven (7) days
from the date the Procuring Entity’s Representative issues a certificate of Completion.
ii. If the Contractor does not supply the Drawings and/or manuals by the
dates stated in the SCC, or they do not receive the Procuring Entity’s
Representative’s approval, the Procuring Entity’s Representative shall
withhold the amount stated in the SCC from payments due to the
Contractor.
70
Section V. Special Conditions of Contract
Notes on the Special Conditions of Contract
Similar to the Section III. Bid Data Sheet, the clauses in this Section are intended to assist
the Procuring Entity in providing contract-specific information in relation to corresponding
clauses in the GCC.
The provisions of this Section complement the GCC, specifying contractual requirements
linked to the special circumstances of the Procuring Entity, the Procuring Entity’s country,
the sector, and the Works procured. In preparing this Section, the following aspects should
be checked:
(a) Information that complements provisions of Error! Not a valid result for table.
must be incorporated.
(b) Amendments and/or supplements to provisions of Error! Not a valid result for
table., as necessitated by the circumstances of the specific project, must also be
incorporated.
However, no special condition which defeats or negates the general intent and purpose of
the provisions of Error! Not a valid result for table. should be incorporated herein.
For foreign-assisted projects, the Special Conditions of Contract to be used is provided in
Section X-Foreign-Assisted Projects.
71
Special Conditions of Contract
GCC Clause
1.17 The Intended Completion Date is Two Hundred Forty (240)
calendar days from the date indicated in the Notice to Proceed.
NOTE: The contract duration shall be reckoned from the start date
and not from contract effectivity date.
1.22 The Procuring Entity is COA RO No. II, Carig Sur, Tuguegarao City.
1.23 The Procuring Entity’s Representative is
1.24 The Site is located at COA Regional Office No. II, Carig Sur,
Tuguegarao City.
1.28 The Start Date is from the date indicated in the Notice to Proceed.
1.31 The Works consist of the following:
I. GENERAL REQUIREMENTS
II. SITE PREPARATION AND EARTHWORKS
III. FORMS AND SCAFFOLDINGS
IV. STEEL DECK
V. CONCRETE WORKS
VI. REINFORNCING STEEL BARS
VII. MASONRY WORKS
VIII. ARCHITECTURAL FINISHES
IX. DOORS AND WINDOWS
X. WATERPROOFING WORKS
XI. PLUMBING AND SANITARY WORKS
XII. ROOFING WORKS
XIII. FABRICATED MATERIALS
XIV. SPECIALTY WORKS
XV. PROVISION FOR FIRE PROTECTION
XVI. ELECTRICAL WORKS
XVII. MECHANICAL WORKS
XVIII. MOBILIZATION/DEMOBILIZATION
a.ii Not Applicable.
d.i The Procuring Entity shall give possession of all parts of the Site to the
Contractor from the date of receipt of Notice to Proceed.
e.v The Contractor shall employ the following Key Personnel:
Project Manager
Project Engineer
Materials Engineer
Foreman
Skilled Laborers
Electrical Engineer
NOTE: The names of the Key Personnel and their designation shall be
72
GCC Clause
filled out by winning contractor prior to contract signing.
f.iv.3 No further instructions.
f.vii No further instructions.
g.i No further instructions.
The date by which “as built” drawings are required is thirty (30)
calendar days.
ii The amount to be withheld for failing to produce “as built” drawings
and/or operating and maintenance manuals by the date required is 1% of
the final contract amount.
73
Section VI. Specifications
Project: Construction of COA Regional Audit Evidence Management
Unit (RAEMU) Building – COA R02, Tuguegarao City
Location: COA Regional Office No. II, Carig Sur, Tuguegarao City
74
6mm thick Ficem board (double wall) on metal
studs and track frame complete with accessories,
semi-gloss paint finish
EZ rocks ledgestone 3-ft paver blocks (14 x 7 x 5cm)
including adhesive ( or approved equivalent )
Ceiling Finishes
12mm thk. High quality gypsum ceiling board on
G.I. metal furring frame complete with hardwares
and accessories, flat paint finish
Pre-painted metal spandrel ceiling on G.I. metal
furring frame with provision for slots ceiling
ventilation complete with hardwares and accessories
Painting Works
Exterior and interior walls on gloss latex paint
75
10.0 WATERPROOFING WORKS
Liquid membrane waterproofing system ( 3-coats )
Concrete topping with slope correction for canopy,
ledge and gutter
76
150cm L x 60cm W x 75cm H with
4-drawers & 1-swing cover
3/4" thk. Marine plywood table top on
wood laminate and 3/4" thk plyboard
frame with 1" x 1" S4S KD molding with
6mm thk clear top glass and accessories,
ducco paint finish gray
Receiving Counter
3/4" thk. Marine plywood counter top on wood
laminate and 3/4" thk plyboard frame with
1" x 1" S4S KD molding, keyboard drawer
complete with accessories, ducco paint finish
Conference Table
3/4" thk. Marine plywood counter top on wood
molding on semi-ducco paint finish
Conference Chairs, Good Lumber, finished
Visitors Chair
77
2 - gang, 3-prong Duflex Convenience
Outlet w/plate cover
1- gang Switch w/ plate cover
2 - gang Switch w/ plate cover
3 - way Switch w/ plate cover
Electrical Tape, big
Rubber Tape
Pull Box 50cm x 50cm x 20cm Depth , Ga#16
#16 G.I. Tie Wire
Cable Tie #10
Lighting Fixtures
36watts LED T-bar Panel Light (60 x 60cm)
12watts LED Downlight 6"Ø
LED Decorative Wall lamp
LED 12Watts on Ordinary Receptacle
LED Emergency Light
Panel Board and Circuit Breakers
NEMA 3R Enclosure 400AT/400AF, 2-Pole, 230Volts,
60Hz Circuit Breaker
Branches
1 - 400AT/400AF, 1Ø, 2P, 60Hz Bolt-on Type
1 - 300AT/200AF, 1Ø, 2P, 60Hz Bolt-on Type
1 - 175AT/175AF, 1Ø, 2P, 60Hz Bolt-on Type
NEMA 3R Enclosure 200AT/200AF, 2-Pole, 230Volts,
60Hz Circuit Breaker
Branches
1 - 300AT/200AF, 1Ø, 2P, 60Hz Bolt-on Type
9 - 40AT/40AF, 1Ø, 2P, 60Hz Bolt-on Type
NEMA 3R Enclosure 175AT/175AF, 2-Pole, 230Volts,
60Hz Circuit Breaker
Branches
1 - 175AT/175AF, 1Ø, 2P, 60Hz Bolt-on Type
6 - 20AT/20AF, 1Ø, 2P, 60Hz Bolt-on Type
6 - 30AT/30AF, 1Ø, 2P, 60Hz Bolt-on Type
2 - 40AT/40AF, 1Ø, 2P, 60Hz Bolt-on Type
Electrical Concrete Pole and Manhole
Transformer
Electrical Concrete Pole and Manhole
Transformer
37.50 kVA Pole Mounted Transformer, 1P,
230 Volts including Installation and Commissioning
KWH Meter complete with Accessories including
Commissioning
Current Transformer
78
Section VII. Drawings
Unit Total
Item No. Item Description Unit Quantity
Cost cost
A DIRECT COST
1.00 GENERAL REQUIREMENTS Lot 1.00
2.00 SITE PREPARATION AND EARTHWORKS Lot 1.00
3.00 FORMS AND SCAFFOLDINGS Sq. m. 522.50
4.00 STEEL DECK Sq. m. 488.00
5.00 CONCRETE WORKS Cu. m. 310.30
6.00 REINFORCING STEEL BARS Kgs. 42,037.65
7.00 MASONRY WORKS Sq. m. 1,132.75
8.00 ARCHITECTURAL FINISHES
Floor Finishes Sq. m 507.40
Wall Finishes Sq. m 120.61
Ceiling Finishes Sq. m 547.50
Painting Works Sq. m 1,073.25
9.00 DOORS AND WINDOWS Sets 59.90
10.00 WATERPROOFING WORKS Sq. m 213.00
11.00 PLUMBING AND SANITARY WORKS Lot 1.00
12.00 ROOFING WORKS
Roof Framing Kgs. 10,330.42
Tinsmithry and Thermal Protection Sq. m 250.00
13.00 FABRICATED MATERIALS Lot 1.00
14.00 SPECIALTY WORKS Lot 1.00
15.00 PROVISION FOR FIRE PROTECTION Lot 1.00
16.00 ELECTRICAL WORKS Lot 1.00
17.00 MECHANICAL WORKS Lot 1.00
18.00 MOBILIZATION / DEMOBILIZATION Lot 1.00
Submitted By:
Date
______________________________________ ________________
Name and Signature of Bidder’s Authorized Representative
Name of Bidder
80
Section IX. Bidding Forms
TABLE OF CONTENTS
Bid Form.......................................................................................................... 82
Form of Contract Agreement ........................................................................... 84
Omnibus Sworn Statement ............................................................................... 86
Bid Securing Declaration………………………………………………………91
81
Bid Form
Date: _______________________
IB3 No: _____________________
(a) We have examined and have no reservation to the Bidding Documents, including
Addenda, for the Contract [insert name of contract];
(b) We offer to execute the Works for this Contract in accordance with the Bid and Bid Data
Sheet, General and Special Conditions of Contract accompanying this Bid;
The total price of our Bid, excluding any discounts offered below is: [insert
information];
The discounts offered and the methodology for their application are: [insert
information];
(c) Our Bid shall be valid for a period of [insert number] days from the date fixed for the
Bid submission deadline in accordance with the Bidding Documents, and it shall remain
binding upon us and may be accepted at any time before the expiration of that period;
(d) If our Bid is accepted, we commit to obtain a Performance Security in the amount of
[insert percentage amount] percent of the Contract Price for the due performance of the
Contract;
(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 bidding process, other
than alternative offers in accordance with the Bidding Documents;
(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any
part of the Contract, has not been declared ineligible by the Funding Source;
(h) We understand that this Bid, together with your written acceptance thereof included in
your notification of award, shall constitute a binding contract between us, until a formal
Contract is prepared and executed; and
(i) We understand that you are not bound to accept the Lowest Calculated Bid or any other
Bid that you may receive.
82
(j) We likewise certify/confirm that the undersigned, is the duly authorized
representative of the bidder, and granted full power and authority to do, execute
and perform any and all acts necessary to participate, submit the bid, and to sign
and execute the ensuing contract for the [Name of Project] of the [Name of the
Procuring Entity].
(k) We acknowledge that failure to sign each and every page of this Bid Form,
including the Bill of Quantities, shall be a ground for the rejection of our bid.
Name:
Signed:
Date: ___________
83
Form of Contract Agreement
THIS AGREEMENT, made this [insert date] day of [insert month], [insert year]
between [name and address of PROCURING ENTITY] (hereinafter called the“Entity”) and
[name and address of Contractor] (hereinafter called the “Contractor”).
WHEREAS, the Entity is desirous that the Contractor execute [name and
identification number of contract] (hereinafter called “the Works”) and the Entity has
accepted the Bid for [insert the amount in specified currency in numbers and words] by the
Contractor for the execution and completion of such Works and the remedying of any defects
therein.
1. In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter
referred to.
2. The following documents shall be attached, deemed to form, and be read and
construed as integral part of this Agreement, to wit:
84
IN WITNESS whereof the parties thereto have caused this Agreement to be executed
the day and year first before written.
________________________________________________
_____________________________________________
[Addendum showing the corrections, if any, made during the Bid evaluation should be
attached with this agreement]
85
Omnibus Sworn Statement
AFFIDAVIT
I, [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 hereby depose and state
that:
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly
authorized representative(s) to verify all the documents submitted;
6. Select one, delete the rest:
If a sole proprietorship: The owner or sole proprietor is not related to the Head of the
Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical
86
Working Group, and the BAC Secretariat, the head of the Project Management Office
or the end-user unit, and the project consultants by consanguinity or affinity up to the
third civil degree;
If a partnership or cooperative: None of the officers and members 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 end-user unit, and the project
consultants by consanguinity or affinity up to the third civil degree;
If a corporation or joint venture: None of the officers, directors, and controlling
stockholders 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 end-user
unit, and the project consultants by consanguinity or affinity up to the third civil
degree;
7. [Name of Bidder] complies with existing labor laws and standards; and
87
SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place
of execution], Philippines. Affiant/s is/are personally known to me and was/were identified
by me through competent evidence of identity as defined in the 2004 Rules on Notarial
Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.
________ and his/her Community Tax Certificate No. _______ issued on ____ at ______.
88
Bid-Securing Declaration
1. I/We understand that, according to your conditions, bids must be supported by 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 for any contract
with any procuring entity for a period of two (2) years upon receipt of your Blacklisting
Order; and, (b) I/we will pay the applicable fine provided under Section 6 of the
Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from receipt
of written demand by the procuring entity for the commission of acts resulting to the
enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1,
except 69.1 (f), of the IRR of RA 9184; without prejudice to other legal action the
government may undertake.
3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the
following circumstances:
a. Upon expiration of the bid validity period, or any extension thereof pursuant to your
request;
b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to
such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we
filed a waiver to avail of said right;
c. I am/we are declared as the bidder with the Lowest Calculated Responsive Bid, and
I/we have furnished the performance security and signed the Contract.
89
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of
[month] [year] at [place of execution].
Affiant
90
91