Download as pdf or txt
Download as pdf or txt
You are on page 1of 121

REPUBLIC OF THE PHILIPPINES

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


Cebu 5th District Engineering Office
Brgy. Poblacion, Danao City, Cebu

BIDDING DOCUMENTS
FOR
CONTRACT ID: 21HI0139

CONTRACT NAME: Design & Build for the Proposed Construction


of Multi-Purpose Building – Construction of 7-
Storey Academic Building at CTU Liloan
Campus, Liloan, Cebu

CONTRACT LOCATION: Liloan, Cebu

Date of Opening of Technical Proposals: August 31, 2021

Tentative Date of Opening of Financial Proposals: September 7, 2021

Issuance of Bidding Documents: August 12, 2021


Section I. Invitation to Bid
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Cebu 5th District Engineering Office
Brgy. Poblacion, Danao City, Cebu

INVITATION TO BID

For

Design & Build for the Proposed Construction of Multi-Purpose


Building – Construction of 7-Storey Academic Building at CTU Liloan
Campus, Liloan, Cebu

The Department of Public Works and Highways (DPWH) Cebu 5th District Engineering Office,
through the RA 11518 (General Appropriations Act FY 2021) intends to apply the sum of PHP
144,750,000.00 being the Approved Budget for the Contract (ABC) to payments under the
contract for Design & Build for the Proposed Construction of Multi-Purpose Building –
Construction of 7-Storey Academic Building at CTU Liloan Campus, Liloan, Cebu, Contract ID
No. 21HI0139. Bids received in excess of the ABC shall be automatically rejected at bid
opening.

1. The Section of Construction through the DPWH Cebu 5th District Engineering Office Bids
and Awards Committee for Civil Works now invites bids for the hereunder Works:

Name of Contract : Design & Build for the Proposed Construction of Multi-
Purpose Building – Construction of 7-Storey Academic
Building at CTU Liloan Campus, Liloan, Cebu
Contract ID No. : 21HI0139

Locations : Liloan, Cebu


Scope of Works : Design & Build for the Proposed Construction of Multi-
Purpose Building – Construction of 7-Storey Academic
Building at CTU Liloan Campus, Liloan, Cebu
Approved Budget for : PHP 144,750,000.00
the Contract
Contract Duration : 190 calendar days

Bidders should have completed a contract similar to the Project, covering both detailed
engineering design and construction, with a cost equivalent to at least fifty percent (50%) of
the ABC. The eligibility requirement is contained in the Bidding Documents (BD),
particularly, in Section II - Instructions to Bidders (ITB).
2. An interested civil works contractor who has no experience in DB projects on its own may
enter into subcontracting, partnerships, or joint venture with design or engineering firms for
the design portion of the contract. Bidding will be conducted through open competitive
bidding procedures using non- discretionary pass/fail criterion as specified in the
Implementing Rules and Regulations (IRR) of Republic Act (R.A.) 9184, otherwise known
as the “Government Procurement Reform Act.”
3. (a) Bidding is open to Filipino citizens/sole proprietorship, partnerships, or organizations
with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of
the Philippines.
(b) Bidding is also open to foreign bidders in joint venture or partnership with Filipino bidders
with at least sixty percent (60%) interest or outstanding capital stock belonging to Filipino
bidders in accordance with section 23.4.2.1.e of the revised IRR of R.A. 9184.

(c) Joint ventures/consortia among Filipino contractors and consultants or among Filipino/
foreign contractors and consultants shall be allowed subject to pertinent laws and the relevant
provisions of the IRR of R.A. 9184. The joint venture/consortia shall be jointly and severally
responsible for the obligations and the civil liabilities arising from the design and build
contract: Provided, however, That Filipino ownership or interest thereof shall be at least sixty
percent (60%): Provided further, That joint ventures/consortia in which Filipino ownership
or interest is less than sixty percent (60%) may be eligible where the structures to be built
require the application of techniques and/or technologies which are not adequately possessed
by Filipinos and that Filipino ownership or interest shall not be less than twenty-five percent
(25%): Provided, finally, that when the design services in which the joint venture wishes to
engage involve the practice of professions regulated by law, all those who will actually
perform the services shall be Filipino citizens and registered professionals authorized by the
appropriate regulatory body to practice those professions and allied professions and where
foreign designers are required, the foreign designer must be authorized by the appropriate
Philippine Government professional regulatory body to engage in the practice of those
professions and allied professions.

4. In accordance with DPWH D.O. No. 195, Series of 1992, pursuant to the provisions of R.A.
544, the procurement and employment of corporations as consultants for the Detailed
Engineering Design component of this project is not allowed.

5. Prospective Bidders should be registered with and classified by the Philippine Contractors
Accreditation Board (PCAB) with PCAB License Category of at least B and Size Range of
at least Medium “A” for Buildings.
Contractors/applicants who wish to participate in this bidding are encouraged to enroll in
the DPWH Civil Works Application (CWA) at the DPWH Procurement Service (PrS), 5 th
Floor, DPWH Bldg., Bonifacio Drive, Port Area, Manila, while those already enrolled shall
keep their records current and updated. The Contractor’s eligibility to bid on the project
will be determined using the DPWH Contractor Profile Eligibility Process (CPEP) and
subject to further post-qualification. Information on registration can be obtained from the
PrS during working weekdays from 7:00 am to 4:00 pm or at the DPWH website
www.dpwh.gov.ph.

6. Interested bidders may obtain further information from the Department of Public Works and
Highways and inspect the Bidding Documents at Procurement Unit, 2nd Floor, DPWH Cebu
5th District Engineering Office, Sitio Upland, Brgy. Poblacion, Danao City, Cebu during
weekdays from 8:00 am to 5:00 pm.
7. A complete set of Bidding Documents may be acquired by interested bidders on August 12,
2021 to August 31, 2021 from the given address above and upon payment of the applicable
fee for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in the
amount of PHP 75,000.00.
8. The Bidding Documents 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.
9. The DPWH Cebu 5th District Engineering Office will hold a Pre-Bid Conference on August
19, 2021, 10:00 A.M. at the Conference Room, 2nd Floor, Cebu 5th District Engineering
Office and live-streamed on Facebook (https://web.facebook.com/DPWH-Cebu-5th-DEO-
BAC-101828788417215 or https://web.facebook.com/vp.bac.1/) which shall be open to
prospective bidders.
10. Bid submission maybe done manually or electronically/online. However, bidders should
only select one mode of submission, either manual or electronic. Similar to manual
submission, the guidelines for the preparation and submission of an electronic bid are
contained in BDS ITB Clause 21.
11. Bids must be duly received by the BAC Secretariat at the address below for manual
submission or at bidsubmissionaccountdpwhelectronic_cebu5@dpwh.gov.ph for
electronic submission on or before August 31, 2021, 10:00 A.M.. Late bids shall not be
accepted.
12. All bids must be accompanied by a bid security in any of the acceptable forms and in the
amount stated in ITB Clause 15.
13. Bid opening (Technical Proposals) shall be on August 31, 2021, immediately after the
deadline for the submission of bid, at the Conference Room, 2nd Floor, Cebu 5th District
Engineering Office and through Zoom (Meeting ID: 9352196678 and Passcode: NKTI2021)
and live-streamed on Facebook (https://web.facebook.com/DPWH-Cebu-5th-DEO-BAC-
101828788417215 or https://web.facebook.com/vp.bac.1/). Bids will be opened in the
presence of the bidders’ representatives who choose to attend.
14. The DPWH 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 the
2016 revised Implementing Rules and Regulations (IRR) of RA 9184, without thereby
incurring any liability to the affected bidder or bidders.
15. For further information, please refer to:
ABDULBASHET A. BASHER
OIC-Procurement Unit
Cebu 5th District Engineering Office
Upland, Brgy. Poblacion
Danao City, Cebu
Telephone No.
Email address:
ROY L. DELA CRUZ
BAC Chairperson
Cebu 5th District Engineering Office
Upland, Brgy. Poblacion
Danao City, Cebu
Section II. Instructions to Bidders (ITB)
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

TABLE OF CONTENTS
A. GENERAL ............................................................................................................ 8

1. SCOPE OF BID ....................................................................................................... 8

2. SOURCE OF FUNDS ................................................................................................. 9

3. CORRUPT, FRAUDULENT, COLLUSIVE, AND COERCIVE PRACTICES ................................. 9

4. CONFLICT OF INTEREST ........................................................................................ 10

5. ELIGIBILITY REQUIREMENTS ................................................................................. 12

6. BIDDER’S RESPONSIBILITIES ................................................................................ 13

7. ORIGIN OF GOODS AND SERVICES.......................................................................... 15

8. SUB-CONTRACT ................................................................................................... 16

B. CONTENTS OF BIDDING DOCUMENTS............................................................. 16

9. PRE-BID CONFERENCE ......................................................................................... 16

10. CLARIFICATION AND AMENDMENT OF BIDDING DOCUMENTS ..................................... 17

C. PREPARATION OF BIDS ................................................................................... 17

11. LANGUAGE OF BIDS.............................................................................................. 17

12. DOCUMENTS COMPRISING THE BID: TECHNICAL COMPONENT .................................... 17

13. DOCUMENTS COMPRISING THE BID: FINANCIAL COMPONENT .................................... 20

14. ALTERNATIVE BIDS .............................................................................................. 20

15. BID PRICES ........................................................................................................ 21

16. BID CURRENCIES ................................................................................................. 21

17. BID VALIDITY ..................................................................................................... 22

18. BID SECURITY ..................................................................................................... 22

19. FORMAT AND SIGNING OF BIDS ............................................................................. 24

20. SEALING AND MARKING OF BIDS ........................................................................... 24

7
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

D. SUBMISSION AND OPENING OF BIDS ............................................................. 25

21. DEADLINE FOR SUBMISSION OF BIDS ..................................................................... 25

22. LATE BIDS .......................................................................................................... 25

23. MODIFICATION AND WITHDRAWAL OF BIDS ............................................................ 25

24. OPENING AND PRELIMINARY EXAMINATION OF TECHNICAL COMPONENTS OF BIDS....... 26

25. ELIGIBILITY CHECK ............................................................................................. 27

E. BID EVALUATION AND POST-QUALIFICATION ............................................... 28

26. DETAILED EVALUATION OF BIDS ............................................................................ 28

27. CLARIFICATION OF BIDS ....................................................................................... 29

28. POST-QUALIFICATION .......................................................................................... 30

29. RESERVATION CLAUSE .......................................................................................... 30

F. AWARD OF CONTRACT ..................................................................................... 31

30. CONTRACT AWARD............................................................................................... 31

31. SIGNING OF THE CONTRACT .................................................................................. 32

32. PERFORMANCE SECURITY ..................................................................................... 32

33. NOTICE TO PROCEED ............................................................................................ 33

A. GENERAL

1. Scope of Bid

1.1 The Procuring Entity as defined in the BDS, invites bids for the Design-and-Build Works
of the Project, as described in the BDS. The name and identification number of the
Contract is provided in the BDS.
8
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

1.2 The successful bidder will be expected to complete the Works by the intended
completion date specified in SCC Clause 1.19.

2. Source of Funds

2.1 The Procuring Entity has a budget or has applied for 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.

3. Corrupt, Fraudulent, Collusive, and Coercive Practices

3.1 Unless otherwise specified in the BDS, the Procuring Entity, as well as bidders and
contractors, shall observe the highest standard of ethics during the procurement and
execution of the contract. In pursuance of this policy, the Funding Source:

(a) defines, for purposes of this provision, the terms set forth below as follows:

(i) "Corrupt practice" means behavior on the part of officials in the public or
private sectors by which they improperly and unlawfully enrich themselves,
others, or induce others to do so, by misusing the position in which they
are placed, and includes the offering, giving, receiving, or soliciting of
anything of value to influence the action of any such official in the
procurement process or in contract execution; entering, on behalf of the
Procuring Entity, into any contract or transaction manifestly and grossly
disadvantageous to the same, whether or not the public officer profited or
will profit thereby, and similar acts as provided in Republic Act 3019.
(ii) "Fraudulent practice" means a misrepresentation of facts in order to
influence a procurement process or the execution of a contract to the
detriment of the Procuring Entity, and includes collusive practices among
Bidders (prior to or after Bid submission) designed to establish bid prices
at artificial, non-competitive levels and to deprive the Procuring Entity of
the benefits of free and open competition.
(iii) “Collusive practices” means a scheme or arrangement between two or more
bidders, with or without the knowledge of the Procuring Entity, designed to
establish bid prices at artificial, non-competitive levels.
(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.
(v) “Obstructive practice” is:
(aa) deliberately destroying, falsifying, altering or concealing of
evidence material to an administrative proceedings or
investigation or making false statements to investigators in
order to materially impede an administrative proceedings or
investigation of the Procuring Entity or any foreign
government/foreign or international financing institution into
allegations of a corrupt, fraudulent, coercive or collusive

9
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

practice; and/or threatening, harassing or intimidating any party


to prevent it from disclosing its knowledge of matters relevant
to the administrative proceedings or investigation or from
pursuing such proceedings or investigation; or
(bb) acts intended to materially impede the exercise of the inspection
and audit rights of the Procuring Entity or any foreign
government/foreign or international financing institution herein.

(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 Furthermore, 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 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 33.

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:
(a) A Bidder has controlling shareholders in common with another Bidder.
(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. This will include a firm or an organization who lends, or temporarily
seconds, its personnel to firms or organizations which are engaged in consulting
services for the preparation related to procurement for or implementation of the
project if the personnel would be involved in any capacity on the same project.
(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.

10
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

(f) A Bidder who participated as a consultant in the preparation of the design or


technical specifications of the goods and related services that are the subject of
the bid.
(g) A Bidder who lends, or temporary seconds, its personnel to firms or organizations
which are engaged in consulting services for the preparation related to
procurement for or implementation of the project, if the personnel would be
involved in any capacity on the same project.
(h) If a consultant combines the function of consulting with those of contracting
and/or supply of equipment.
(i) if a consultant is associated with, affiliated to, or owned by a contractor or a
manufacturing firm with departments or design offices offering services as
consultants unless such consultant includes relevant information on such
relationships along with a statement in the technical proposal cover letter to the
effect that the consultant shall limit its role to that of a consultant and disqualify
itself and its associates from work in any other capacity that may emerge from
the project (including bidding for any part of the future project). The contract
with the consultant selected to undertake the project shall contain an appropriate
provision to such effect.
(j) If there is a conflict among consulting projects, the consultant (including its
personnel and subcontractors) and any subsidiaries or entities controlled by such
consultant shall not be recruited for the relevant project. The duties of the
consultant depend on the circumstances of each case. While continuity of
consulting services may be appropriate in particular situations where no conflict
exists, a consultant cannot be recruited to carry out a project that, by its nature,
shall result in conflict with a prior or current project of such consultant. examples
of the situations mentioned are when a consultant engaged to prepare
engineering design for an infrastructure project shall not be recruited to prepare
an independent environmental assessment for the same project; similarly, a
consultant assisting a Procuring Entity in privatization of public assets shall not
purchase, nor advise purchasers, of such assets; or a consultant hired to prepare
terms of reference (TOR) for a project shall not be recruited for the project in
question.

4.2 In accordance with Section 47 of the Revised IRR of RA 9184, all BDs shall be
accompanied by a sworn affidavit of the Bidder that it is not related to the Head of the
Procuring Entity, 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. Failure to comply with the
aforementioned provision shall be a ground for the automatic disqualification of the
bid in consonance with Section 30 of the Revised IRR of RA 9184. For this reason,
relation to the aforementioned persons within the third civil degree of consanguinity
or affinity shall automatically disqualify the bidder from participating in the
procurement of contracts of the Procuring Entity, notwithstanding the act of such
persons inhibiting themselves from the procurement process. On the part of the bidder,
this Clause shall apply to the following persons:

(a) If the Bidder is an individual or a sole proprietorship, to the Bidder himself;

11
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

(b) If the Bidder is a partnership, to all its officers and members;


(c) If the Bidder is a corporation, to all its officers, directors, and controlling
stockholders; and
(d) If the bidder is a cooperative, to all its officers, directors, and controlling
shareholders or members.
(e) If the Bidder is a joint venture (JV), the provisions of items (a), (b), or (c) of this
Clause shall correspondingly apply to each of the members of the said JV, as may
be appropriate.

5. Eligibility Requirements

Bidders intending to participate in the bidding for this Project must meet the following
Eligibility Requirements.

5.1 Unless otherwise indicated in the BDS, the following persons shall be eligible to
participate in this Bidding:

a. Duly licensed Filipino citizens/sole proprietorships;

b. Partnerships duly organized under the laws of the Philippines and of which at
least sixty percent (60%) of the interest belongs to citizens of the Philippines;

c. Corporations duly organized under the laws of the Philippines, and of which at
least sixty percent (60%) of the outstanding capital stock belongs to citizens
of the Philippines;

d. Cooperatives duly organized under the laws 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 sixty percent (60%): Provided, further, that joint
ventures in which Filipino ownership or interest is less than sixty percent (60%)
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 sixty percent (60%) 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.

5.3 Government owned or controlled corporations (GOCCs) may be eligible to participate


only if they can establish that they (a) are legally and financially autonomous, (b)
operate under commercial law, and (c) are not attached agencies of the Procuring
Entity.
12
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

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 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 XI. Forms and Qualification Information as required in ITB
Clause 12.2(d)(4).

6.2 The Bidder is responsible for the following:

(a) Having taken steps to carefully examine all of the Bidding Documents;

(b) Having acknowledged all conditions, local or otherwise, affecting the


implementation of the contract;

(c) Having made an estimate of the facilities available and needed for the contract
to be bid, if any;

13
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

(d) Having complied with its responsibility to inquire or secure Supplemental/Bid


Bulletin/s as provided under ITB Clause 10.2;

(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;

(f) Ensuring that each of the documents submitted in satisfaction of the bidding
requirements is an authentic copy of the original, complete, and all statements
and information provided therein are true and correct;

(g) Authorizing the Head of the Procuring Entity or its duly authorized
representative/s to verify all the documents submitted;

(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;

(i) Complying with the disclosure provision under Section 47 of the Act in relation to
other provisions of Republic Act 3019;

(j) Complying with existing labor laws and standards, in the case of procurement
of services. Moreover, bidder undertakes to:

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.

In case there is a finding by the Procuring Entity or the DOLE of


underpayment or non-payment of workers’ wage and wage-related
benefits, bidder agrees that the performance security or portion of the
contract amount shall be withheld in favor of the complaining workers
pursuant to appropriate provisions of Republic Act No. 9184 without
prejudice to the institution of appropriate actions under the Labor Code, as
amended, and other social legislations.

ii. Comply with occupational safety and health standards and to correct
deficiencies, if any.

In case of imminent danger, injury or death of the worker, bidder


undertakes to suspend contract implementation pending clearance to
proceed from the DOLE Regional Office and to comply with Work Stoppage
Order; and

14
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

iii. Inform the workers of their conditions of work, labor clauses under the
contract specifying wages, hours of work and other benefits under
prevailing national laws, rules and regulations; or collective bargaining
agreement; or arbitration award, if and when applicable, through posting
in two (2) conspicuous places in the establishment’s premises;

(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 government in relation to any procurement
project or activity.

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 BDs. Unless otherwise indicated in the BDS, failure to furnish all information or
documentation required in this BDs shall result in the rejection of the bid and the
disqualification of the Bidder.

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.

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 shall in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.

6.8 Bidders should note that the Procuring Entity will only accept bids only from those that
have paid the nonrefundable fee for the Bidding Documents at the office indicated in
the Invitation to Bid.

7. Origin of Goods and Services

15
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

There is no restriction on the origin of Goods, or Contracting of Works or Services


other than those prohibited by a decision of the United Nations Security Council taken
under Chapter VII of the Charter of the United Nations.

8. Sub-Contract

8.1 Unless otherwise specified in the BDS, the Bidder may sub-contract portions of the
Works to an extent as may be approved by the Procuring Entity and stated in the BDS.
However, sub-contracting of any portion shall not relieve the Bidder from any liability
or obligation that may arise from the contract for this Project.

8.2 Sub-contractors must submit the documentary requirements under ITB Clause 12
and comply with the Eligibility Requirements stated in ITB Clause 5 for the portion
of the contract work that will be sub-contracted to them. In the event that any sub-
contractor is found by the Procuring Entity to be ineligible, the sub-contracting 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 sub-
contracted 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.

B. CONTENTS OF BIDDING DOCUMENTS

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. 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.

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 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.

9.3 Any statement made at the pre-bid conference shall not modify the terms of the
bidding documents unless such statement is specifically identified in writing as an
amendment thereto and issued as a Supplemental/Bid Bulletin.

16
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

10. Clarification and Amendment of Bidding Documents

10.1 Bidders who have purchased the BDs may request for clarification(s) on any part of
the BDs or for an interpretation. Such a request must be in writing and submitted to
the Procuring Entity at the address indicated in the BDS at least ten (10) calendar
days before the deadline set for the submission and receipt of Bids.

10.2 Supplemental/Bid Bulletins may 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.

10.3 Any Supplemental/Bid Bulletin issued by the BAC shall also be posted on the websites
of the DPWH and the Philippine Government Electronic Procurement System
(PhilGEPS). Unless otherwise provided in the BDS, it shall be the responsibility of all
Bidders who secure 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

11. Language of Bids

The Bid, as well as all correspondence and documents relating to the Bid exchanged
by the Bidder and the Procuring Entity, shall be written in English. Supporting
documents and printed literature furnished by the Bidder may be in another language
provided they are accompanied by an accurate translation in English certified by the
appropriate embassy or consulate in the Philippines, in which case the English
translation shall govern, for purposes of interpretation of the Bid.

12. Documents Comprising the Bid: Technical Component

12.1 The Bid shall consist of the Technical Component and the Financial Component which
shall be submitted in two separate sealed envelopes.

12.2 Unless otherwise indicated in the BDS, the Technical Component (first envelope) shall
include the following documents:

(a) PhilGEPS Certificate of Registration and Membership in accordance with Section


8.5.2 of the IRR.

(b) If the bidder is not previously enrolled in the CWA: the bidder’s Class “A” and
Class “B” Documents, excluding the five Class “A” documents covered by the
PhilGEPS Certificate of Registration – viz., SEC/DTI/CDA Registration,
Mayor’s/Business Permit, Tax Clearance, PCAB License and Registration, and
Audited Financial Statement - in accordance with Section 4.8.2 of the DPWH

17
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

Procurement Manual Volume II. These Documents should include the following
information required in IRR Section 25.2b:

(1) Statement of all On-going Government and Private Contracts

(2) Single Largest Completed Contract (SLCC) similar to the contract to be bid

(3) Net Financial Contracting Capacity (NFCC)

(4) Joint Venture Agreement (JVA), if applicable

If the bidder is previously enrolled in the CWA but would like to update any of
its Class “A” and Class “B” Documents in the CWA: the pertinent Documents to
be updated.

(c) Bid Security in the prescribed form, amount and validity period (Form DPWH-
INFR-10, DPWH-INFR 11, or DPWH-INFR-12).

(d) Project Requirements, which shall include the following:

(1) Contractor’s organizational chart for the contract to be bid (Form DPWH-
INFR-13).

(2) List of contractor’s key personnel– e.g., Project Manager, Design Manager,
Project Engineers, Materials Engineers, and Foremen - to be assigned to
the contract, with their complete qualification and experience data (Form
DPWH-INFR-14). These personnel must meet the required minimum years
of experience shown in the BDS.

(3) List of contractor’s major construction and laboratory equipment units to


be used for the contract – which are owned, leased, and/or under purchase
agreements, supported by certification of availability of the equipment
from the equipment lessor/vendor for the duration of the project (Form
DPWH-INFR-15). The Contractor shall list out the equipment.

(4) Omnibus sworn statement by the prospective bidder or its duly authorized
representative as to the following (Form DPWH-INFR-16):
i. The signatory is the duly authorized representative of the prospective
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, with the duly notarized as shown in
the attached duly notarized Special Power of Attorney (for Sole
Proprietorship) or a document showing proof of authorization (e.g., duly
notarized Secretary’s Certificate, Board/Partnership Resolution, or
Special Power of Attorney, whichever is applicable for partnership,
corporation, cooperative, or joint venture).

18
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

ii. It is not “blacklisted” or barred from bidding by the Government of the


Philippines or any of its agencies, offices, corporations, or Local
Government Units, foreign government/foreign or international
financing institution whose blacklisting rules have been recognized by
the Government Procurement Policy Board, by itself or by relation,
membership, association, affiliation, or controlling interest with another
blacklisted person or entity as defined and provided for in the Uniform
Guidelines on Blacklisting;

iii. Each of the documents submitted in satisfaction of the bidding


requirements is an authentic copy of the original, complete, and all
statements and information provided therein are true and correct;

iv. It is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;

v. It is not related to the Head of the Procuring Entity, members of the


Bids and Awards Committee (BAC), the Technical Working Group, and
the BAC Secretariat, the head of the Project Management Office or the
end-user unit, and the project consultants by consanguinity or affinity
up to the third civil degree;

vi. It complies with existing labor laws and standards; and

vii. It is aware of and has undertaken the responsibilities as a Bidder in


compliance with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;

b. Acknowledging all conditions, local or otherwise, affecting the


implementation of the Contract;

c. Making an estimate of the facilities available and needed for the


contract to be bid, if any; and

d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the


Project.

viii. 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 government in relation to
any procurement project or activity.

ix. In case advance payment was made or given, failure to perform or


deliver any of the obligations and undertakings in the contract shall be
sufficient grounds to constitute criminal liability for Swindling (Estafa)

19
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

or the commission of fraud with unfaithfulness or abuse of confidence


through misappropriating or converting any payment received by a
person or entity under an obligation involving the duty to deliver certain
goods or services, to the prejudice of the public and the government
of the Philippines pursuant to Article 315 of Act No. 3815 s. 1930, as
amended, or the Revised Penal Code.

In addition to the above, the Technical Component shall include the following
requirements:

(e) Bidder’s Preliminary Engineering Design Plan for the Project which shall comply
with the MPSS and show (a) the overall configuration of the facility when
completed, (b) the scope and components, and (c) the functions, service levels,
and performance characteristics of the Project outputs, with a degree of detail
within +/- 15-20 % of the final quantities of the Project components. Section VII
of ANNEX II-1.3 of the DPM, which shows the SBDs for DB projects, gives the
required content of the Preliminary Engineering Design Plans.

(f) Design and construction methods which shall conform to the MPSS.

(g) List of design personnel to be assigned to the contract to be bid, with their
complete qualification and experience data, including copies of valid PRC licenses
or equivalent licenses for the design professionals.

(h) Value engineering (VE) analysis of design and construction methods, which shall
be undertaken in accordance with the DPWH Guidelines for VE given in Appendix
2.1 of the Main Guidelines of the DPM Volume II.

13. Documents Comprising the Bid: Financial Component

13.1 The Financial Component (second envelope) of the Bid shall include the following:

(a) Bid Form, indicating the lump-sum bid price, which shall include the detailed
engineering cost.

(b) Detailed estimates, including a summary sheet indicating the unit prices of
construction materials, labor rates and equipment rentals used in coming up with
the bid.

(c) Cash flow by quarter (Use Form DPWH-INFR-18).

13.2 Unless indicated in the BDS, all Bids that exceed the ABC shall not be accepted.

14. Alternative Bids

14.1 Alternative Bids shall be rejected. For this purpose, alternative bid is an offer made by
a Bidder in addition or as a substitute to its original bid which may be included as part
of its original bid or submitted separately therewith for purposes of bidding. A bid with

20
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

options is considered an alternative bid regardless of whether said bid proposal is


contained in a single envelope or submitted in two (2) or more separate bid envelopes.

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.

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
47. 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. Bid Currencies

21
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

16.1 All bid prices shall be quoted in Philippine Pesos unless otherwise provided in the BDS.
However, for purposes of bid evaluation, bids denominated in foreign currencies shall
be converted to Philippine currency based on the exchange rate prevailing on the day
of the Bid opening.

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 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. Bid Validity

17.1 Bids shall remain valid for the period specified in the BDS which shall not exceed one
hundred twenty (120) calendar days from the date of the opening of bids.

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 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.

18. Bid Security

18.1 The Bidder shall submit to the Procuring Entity, as part of its Bid, a Bid Security in
Philippine Pesos currency in any of the following forms and corresponding amounts:

Table 18.1 Forms and Amounts of Bid Security


Form Minimum Amount
a Cash or cashier’s/manager’s check issued by a Universal Two percent (2%) of
or Commercial Bank ABC
b Bank draft/guarantee or irrevocable letter of credit issued Two percent (2%) of
by a Universal or Commercial Bank (Use Form DPWH- ABC
INFR-09 or 10)
c Surety bond callable on demand issued by a surety or Five percent (5%) of
insurance company duly certified by the Insurance ABC
Commission as authorized to issue such security
d Bid Securing Declaration (Use DPWH-INFR-11) None required
The Bid Securing Declaration (Use Form DPWH-INFR-10) mentioned above is an
undertaking which states, among others, that the bidder shall enter into contract with
the Procuring Entity and furnish the required Performance Security within ten (10)
calendar days, or less, as indicated in the BDs, from receipt of the Notice of Award,
and committing to pay the corresponding fine and be suspended for a period of time

22
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

from being qualified to participate in any government activity in the event it violates
any of the conditions stated therein as required in the guidelines issued by the
Government Procurement Policy Board (GPPB).

18.2 The Bid Security should be valid for the period specified in the BDS.

18.3 Any Bid not accompanied by an acceptable Bid Security shall be rejected by the
Procuring Entity as non-responsive.

18.4 No Bid Securities shall be returned to Bidders after the opening of Bids and before
contract signing, except to those that failed to comply with any of the requirements to
be submitted in the Technical Proposal and Financial Proposal of the Bid, as provided
in the IRR of R.A. 9184. Without prejudice to the forfeiture of Bid Securities, Bid
Securities shall be returned only after the Bidder with the Lowest Calculated
Responsive Bid 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 the
BDS.

18.5 The Bid Security may be forfeited:

(a) if the Bidder withdraws its Bid after Bid opening during the period of Bid validity;
or
(b) if the Bidder does not accept the correction by the Bids and Awards Committee
of arithmetical and computational errors in its Bid prices; or
(c) in the case of the winning Bidder, if the Bidder fails, within ten (10) days from its
receipt of the Notice of Award, to:

(1) submit to the Procuring Entity the following documents:

(i) Notice of Award with the bidder’s signed “conforme;”


(ii) Performance Security;
(iii) Construction Schedule in the form of PERT/CPM Diagram and Bar
Chart with S-Curve;
(iv) Manpower Schedule;
(v) Construction Methods;
(vi) Equipment Utilization Schedule;
(vii) Construction Safety and Health Program; and

(2) sign the Contract Agreement; or


(i) if the Bidder submits eligibility requirements that contain false
information or falsified documents, or conceals such information, in
order to influence the outcome of the eligibility screening or any other
stage of the bidding; or
(ii) if the Bidder submits Bids that contain false information or falsified
documents, or conceals such information in the Bids, in order to
influence the outcome of the bidding; or
(iii) if the Bidder allows the use of its name by another contractor, or uses
the name of another contractor, for purposes of public bidding; or

23
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

(iv) if the Bidder refuses to clarify or validate in writing its Bid during post-
qualification within a period of seven (7) calendar days from receipt
of the request for clarification; or
(v) if the Bidder makes any documented unsolicited attempt to unduly
influence the outcome of the bidding in its favor; or
(vi) if the Bidder commits any other act that tends to defeat the purpose
of the competitive bidding, such as habitually withdrawing from
bidding or submitting letters of non-participation for at least three (3)
times within twelve (12) months, except for valid reasons.

19. Format and Signing of Bids

19.1 Bidders shall submit their bids through their duly authorized representative using the
appropriate forms provided in Section IX - Bidding Forms on or before the deadline
specified in the ITB Clause 21 in two (2) separate sealed bid envelopes, and which
shall be submitted simultaneously. The first envelope shall contain the Technical
Component of the bid, including the eligibility requirements under ITB Clause 12,
and the second envelope shall contain the Financial Component of the bid.

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 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 The bid, except for unamended printed literature, shall be signed, and each and every
page thereof shall be initialed, by the duly authorized representative/s of the Bidder.

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. Sealing and Marking of Bids

20.1 Unless otherwise indicated in the BDS, Bidders shall enclose their original Technical
Component documents described in ITB Clause 12, in one sealed envelope marked
“ORIGINAL - TECHNICAL COMPONENT”, and the original of their Financial Component
documents in another sealed envelope marked “ORIGINAL - FINANCIAL
COMPONENT”, sealing them all in an outer envelope marked “ORIGINAL BID”.

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.

24
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

These envelopes containing the original and the copies shall then be enclosed in one
single envelope.

20.3 The original and the number of copies of the Bid as indicated in the BDS shall be typed
or written in indelible ink and shall be signed by the bidder or its duly authorized
representative/s.

20.4 All envelopes shall:

(a) contain the name of the contract to be bid in capital letters;


(b) bear the name and address of the Bidder in capital letters;
(c) be addressed to the Procuring Entity’s BAC identified in ITB Clause 10.1;
(d) bear the specific identification of this bidding process indicated in the Invitation
to Bid; 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 If bids are not sealed and marked as required, the Procuring Entity will assume no
responsibility for the misplacement or premature opening of the bid.

D. SUBMISSION AND OPENING OF BIDS

21. Deadline for Submission of Bids

Bids must be received by the Procuring Entity’s BAC at the address and on or before
the date and time indicated in the BDS.

22. Late Bids

Any bid submitted after the deadline for submission and receipt of bids prescribed by
the Procuring Entity, pursuant to ITB Clause 21, shall be declared “Late” and shall
not be accepted by the Procuring Entity.

23. Modification and Withdrawal of Bids

23.1 The Bidder may modify its bid after it has been submitted; provided that the
modification is received by the Procuring Entity prior to the deadline prescribed for
submission and receipt of bids. The Bidder shall not be allowed to retrieve its original
bid, but shall be allowed to submit another bid equally sealed, properly identified,
linked to its original bid marked as “TECHNICAL MODIFICATION” or “FINANCIAL
MODIFICATION” and stamped “received” by the BAC. Bid modifications received after
the applicable deadline shall not be considered and shall be returned to the Bidder
unopened.

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

25
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

received by the Procuring Entity prior to the deadline prescribed for submission and
receipt of bids.

23.3 Bids requested to be withdrawn in accordance with ITB Clause 24.2 shall be returned
unopened to the Bidders. A Bidder 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. Opening and Preliminary Examination of Technical Components of Bids

24.1 The BAC shall open the Bid envelopes in the presence of Bidders’ representatives who
choose to attend, at the time, on the date, and at the place specified in the BDS.
Bidders’ representatives who are present shall sign a register evidencing their
attendance.

24.2 The BAC shall read out and record letters of withdrawal, and return the unopened
envelopes containing the corresponding withdrawn Bid to the Bidders concerned. If
the withdrawing Bidder’s representative is present, the BAC shall return the original
Bid and all copies thereof to that representative during the Bid opening. If the
representative is absent, the BAC shall return the unopened Bid by registered mail.
The Bidder may withdraw its Bid before the deadline for submission and receipt of
Bids, provided that its letter of withdrawal contains a valid justification requesting such
withdrawal, subject to appropriate administrative sanctions.

24.3 Outer envelopes marked “TECHNICAL MODIFICATION” or “FINANCIAL


MODIFICATION” shall be identified but not opened. The BAC shall announce the
presence and type of modification from the information contained on the outer
envelope.

24.4 The BAC shall then conduct the Preliminary Examination of the Bids. The purpose of
this examination is solely to determine the “presence or absence” of each of the
required documents comprising the bid, as stated in Clause 12 above, using a simple
non-discretionary “pass (if present) or fail (if absent)” criterion, with the aid of
checklists.

24.5 The BAC shall first open and undertake the Preliminary Examination of the envelopes
containing the Technical Components of the Bids, one at a time, and reading out and
recording the following:

(a) Name of the Bidder.

26
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

(b) Whether there is a technical modification or substitution.


(c) Presence, amount and validity of the Bid Security.
(d) Presence or absence of each document comprising the Technical Proposal vis-à-
vis a checklist of the required documents.

24.6 The BAC of the Procuring Entity shall determine each Bidder’s compliance with the
documents required to be submitted for the Technical Component of the Bid, as
prescribed in ITB Clause 12. For this purpose, the BAC shall check the submitted
documents in the Technical Component envelope against a checklist of required
documents to ascertain if the latter are all present in the Technical Component
envelope. If the required document is present, the Technical Component shall be
rated as “passed” for that particular requirement. On the other hand, if the required
document is absent, i.e., missing, incomplete or patently insufficient, the Technical
Component shall be rated as “failed” for that particular requirement. In case one or
more of the required documents in the Technical Component of a particular Bid is
absent - i.e., missing, incomplete, or patently insufficient - the BAC shall rate the
Technical Component as “failed” and immediately return to the Bidder concerned its
second envelope (Financial Component) unopened. If all of the required documents
in the Technical Component envelope are present, the Technical Component is rated
as “passed.”

25. Eligibility Check

25.1 Unless otherwise indicated in the BDS, after the Preliminary Examination of the
Technical Components of the Bids, the BAC, assisted by its BAC Secretariat, shall
conduct the Eligibility Check of each bidder that passed the documentary requirements
for the Technical Component of the Bids - i.e., the BAC shall determine if the bidder is
eligible to bid for the contract being procured. For the construction component, this
shall be done electronically by computer using the data and program in the DPWH
CWA. For the design component, this will be done manually.

25.2 For the construction component, the BAC shall undertake the Eligibility Check
electronically using the data and program in the DPWH CWA. The BAC shall enter into
the CWA the PCAB License Number and/or name of each bidder for the contract to be
procured. At this time, it is presumed that the BAC had already approved the Bidding
Documents for the contract to be procured, and that the BAC Secretariat had already
entered into the CWA the Contract Profile (CP) which provides the basic contract data,
including the ABC, works similar to those of the contract to be bid, and contract
duration. The CWA program will then electronically process and determine if the bidder
meets the following eligibility requirements:

(a) The cost of the bidder’s largest completed similar contract is at least 50% of the
ABC of the project to be procured.
(b) The bidder’s NFCC is at least equal to ABC of the project to be procured.

25.3 For the design component, the BAC shall check if the bidder meets the following
eligibility requirements:

27
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

(a) The DB contractor, as solo or as one of the parties in a JV/consortium, has


satisfactorily completed the design of at least one similar project costing at least
50% of the cost of the ABC of the DB project to be procured.
(b) The designated design professionals possess valid licenses issued by the PRC.
(c) The designated design manager has a minimum experience of two (2) years of
design work in the same position and/or on project categories similar to the
contract at hand, and a minimum total design experience of five (5) years
regardless of position or structure category.

25.4 If the bidder complies with the criteria in Clauses 25.2 and 25.3 above, the BAC shall
consider the bidder as eligible.

25.5 During the bids opening session, the BAC will issue the Notices of Eligibility and
Ineligibility to the bidders concerned. The reasons for ineligibility will also be
automatically shown in the Notices of Ineligibility. If any of the bidders immediately
agrees to their ineligibility as indicated in the Notices, the BAC shall promptly not
consider its bid and thus return its Financial Component envelope to the bidder
unopened. If, on the other hand, any of the bidders indicate its intent to seek a
reconsideration of its declared ineligibility, the BAC shall set aside its sealed Financial
Component envelope which shall be signed on its cover by the bidder and other
competing bidders and members of the BAC. The bidder has three (3) calendar days
upon written notice or, if present at the time of bid opening, upon verbal notification
within which to file a request for reconsideration with the BAC. If, after evaluating the
bidder’s request for reconsideration, the BAC finds the bidder to be eligible for the
contract at hand, the BAC shall set the date and time for the opening of its Financial
Component envelope.

25.6 In either case - i.e., the ineligible bidder accepting its ineligibility or expressing its
intent to seek a reconsideration of its ineligibility - the BAC shall then proceed with the
opening and preliminary examination of the Financial Component of the bids of the
bidders that are declared eligible.

E. BID EVALUATION AND POST-QUALIFICATION

26. Detailed Evaluation of Bids

26.1 The BAC shall evaluate, in detail, the bids that passed the Preliminary Examination and
Eligibility Check in order to determine the Lowest Calculated Bid (LCB).

26.2 Apart from the Eligibility Requirements, the BAC shall evaluate if the bidder meets all
of the other Technical Component requirements, particularly the following:

(a) Bid Security as to compliance with the allowable form, amount and validity period.

(b) Project Requirements covering the organizational chart for the contract, key
personnel, major construction and laboratory equipment, and Omnibus Sworn
Statement.

28
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

(c) Adherence of Bidder’s Preliminary Engineering Design Plans to the required MPSS,
including degree of detail. The BAC shall also rate the bidder on this criterion on
a “pass/fail” basis. Hence, if the BAC finds that all of the bidder’s Preliminary
Engineering Design Plans comply or adhere to the MPSS, the BAC shall rate the
bidder “passed.” If the BAC finds that any of the bidder’s Preliminary Engineering
Design Plans does not adhere to the MPSS, the BAC shall rate the bidder “failed.”

(d) Adequacy of concept of approach and methodology for detailed engineering


design and construction, with emphasis on the clarity, feasibility, innovativeness
and comprehensiveness of the plan approach, and the quality of interpretation of
project problems, risks, and suggested solutions. The BAC shall rate the bidder
on this criterion using the rating system prescribed in Table 24 under Section
6.1.12 of the DPWH Procurement Manual, Volume II (Infrastructure), which gives
the maximum possible points for each sub-criterion. To qualify, the bidder must
obtain a minimum or passing rating of 50 points on this criterion.

(e) Quality of personnel to be assigned to the project which covers suitability of key
staff to perform the duties of the particular assignments and general
qualifications and competence, including education and training of the key staff.
For this purpose, the bidder must meet the following minimum work experience
requirements for the key personnel specified in ITB Clause 12.2(d)(2). Similar
experience means design/construction experience in the same position and/or in
the same/similar project category. Total experience means total
design/construction experience regardless of position or project category. The
BAC shall also rate the bidder on this criterion on a “pass/fail” basis.

26.3 All bidders that pass all of the Technical Evaluation criteria under ITB Clause 26.2
shall be considered on equal footing. No bonus points shall be given to a bidder that
submits a Conceptual Design and Methodology that exceeds the requirements of the
MPSS or key personnel whose work experience exceeds the minimum required.

26.4 The BAC shall then conduct a detailed evaluation of the Financial Proposal of each
bidder that passes the Technical Proposal requirements. The BAC shall use non-
discretionary criteria – including arithmetical corrections for computational errors – as
stated in the Section 3.6.4 of the DPM Volume II, and thus determine the correct total
calculated bid prices. The BAC shall automatically disqualify any total calculated bid
price which exceeds the ABC. The total calculated bid prices (not exceeding the ABC)
shall be ranked, in ascending order, from lowest to highest, and recorded in the
Abstract of Bids as Calculated, using Form DPWH-INFR-35.

26.5 The bid with the lowest total calculated bid price shall be identified as the Lowest
Calculated Bid (LCB).

27. 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

29
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

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.

28. Post-Qualification

28.1 The Procuring Entity shall determine to its satisfaction whether the Bidder that is
evaluated as having submitted the Lowest Calculated Bid (LCB) complies with and is
responsive to all the requirements and conditions specified in ITB Clauses 5, 12, and
13.

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 LCB, the Bidder shall submit the following
documentary requirements:

(a) Latest income and business tax returns.


(b) Other appropriate licenses and permits required by law and stated in the BDS.

Failure of the Bidder declared as LCB to duly submit the requirements under this
Clause or a finding against the veracity of such, shall be ground for forfeiture of the
bid security and disqualification of the Bidder for award.

28.3 The determination shall be based upon an examination of the documentary evidence
of the Bidder’s qualifications submitted pursuant to ITB Clauses 5, 12, and 13, as
well as other information as the Procuring Entity deems necessary and appropriate,
using non-discretionary “pass/fail” criteria.

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 Lowest Calculated
Responsive Bid, and recommend to the Head of the Procuring Entity 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 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
Lowest Calculated and Responsive Bid is determined for contract award.

28.6 Within a period not exceeding fifteen (15) calendar days from the date of receipt of
the recommendation of the BAC, the Head of the Procuring Entity shall approve or
disapprove the said recommendation.

29. Reservation Clause

29.1 Notwithstanding the eligibility or post-qualification of a bidder, the Procuring Entity


concerned reserves the right to review its qualifications at any stage of the
procurement process if it has reasonable grounds to believe that a misrepresentation

30
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

has been made by the said bidder, or that there has been a change in the Bidder’s
capability to undertake the project from the time it submitted its eligibility
requirements. Should such review uncover any misrepresentation made in the
eligibility and bidding requirements, statements or documents, or any changes in the
situation of the Bidder which will affect its capability to undertake the project so that
it fails the preset eligibility or bid evaluation criteria, the Procuring Entity shall consider
the said Bidder as ineligible and shall disqualify it from submitting a bid or from
obtaining an award or contract.

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:

(a) If there is prima facie evidence of collusion between appropriate public officers
or employees of the Procuring Entity, or between the BAC and any of the bidders,
or if the collusion is between or among the bidders themselves, or between a
bidder and a third party, including any act which restricts, suppresses or nullifies
or tends to restrict, suppress or nullify competition;
(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 Government as follows:
(1) If the physical and economic conditions have significantly changed so as to
render the project no longer economically, financially or technically feasible
as determined by the head of the procuring entity.
(2) If the project is no longer necessary as determined by the head of the
procuring entity.
(3) 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:

(a) no bids are received;


(b) all prospective bidders are declared ineligible;
(c) all bids fail to comply with all the bid requirements or fail post-qualification; or
(d) the bidder with the Lowest Calculated Responsive Bid refuses, without justifiable
cause to accept the award of contract, and no award is made.

F. AWARD OF CONTRACT

30. Contract Award

30.1 Subject to ITB Clause 30.3, the Procuring Entity shall award the contract to the
Bidder whose Bid has been determined to be the Lowest Calculated and Responsive
Bid (LCRB).

31
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

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
received personally or sent by registered mail or electronically, receipt of which must
be confirmed in writing within two (2) days by 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 the prescribed period from receipt
by the Bidder of the notice that it has the Lowest Calculated and Responsive Bid:
(b) Valid JVA, if applicable, within ten (10) calendar days;
(c) Valid PCAB license and registration for the type and cost of the contract to be bid
for foreign bidders, within thirty (30) calendar days, if allowed under a Treaty or
International or Executive Agreement;
(d) Posting of the performance security in accordance with ITB Clause 32;
(e) Signing of the contract as provided in ITB Clause 31; and
(f) Approval by higher authority, if required, as provided in Section 37.3 of the IRR
of RA 9184.

31. Signing of the Contract

31.1 At the same time as the Procuring Entity notifies the successful Bidder that its Bid has
been accepted, the Procuring Entity shall send the Contract Form to the Bidder, which
Contract has been provided in the Bidding Documents, incorporating therein all
agreements between the parties.

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.

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.
31.4 The following documents shall form part of the contract:

(a) Contract Agreement.


(b) Bidding Documents.
(c) Winning bidder’s bid, including the Technical and Financial Proposals, and all
other documents/statements submitted.
(d) Performance Security;
(e) Notice of Award of Contract.
(f) Other contract documents that may be required by existing laws and/or specified
in the BDS.

32. Performance Security

32
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION II


Government of Republic of Philippines INSTRUCTIONS TO BIDDERS

32.1 To guarantee the faithful performance by the winning Bidder of its obligations under
the contract, it shall post a performance security within a maximum period of seven
(7) calendar days from the receipt of the Notice of Award from the Procuring Entity
and in no case later than the signing of the contract.

32.2 The Procuring Entity shall prescribe at least two (2) acceptable forms of Performance
Security taken from two (2) categories below that bidders may opt to use,
denominated in Philippine Pesos and posted in favor of the Procuring Entity in an
amount equal to the percentage of the total contract price in accordance with the
following schedule:

Table 32.1 Forms and Amounts of Performance Security


Form Amount
a. Cash or cashier’s/manager’s check issued by a Ten percent (10%) of
Universal or Commercial Bank Total Contract Price
b. Bank draft/guarantee or irrevocable letter of credit Ten percent (10%) of
issued by a Universal or Commercial Bank; provided Total Contract Price
that it shall be confirmed or authenticated by a
Universal or Commercial Bank if issued by a foreign
bank (Use Form DPWH-INFR-42)
c. Surety bond callable upon demand issued by a Thirty percent (30%)
surety or insurance company duly certified by the of Total Contract Price
Insurance Commission as authorized to issue such
security (Use Form DPWH-INFR-43)

32.3 Failure of the successful Bidder to comply with the above-mentioned requirement shall
constitute sufficient ground for the annulment of the award and forfeiture of the bid
security, in which event the Procuring Entity shall initiate and complete the post
qualification of the second Lowest Calculated Bid. The procedure shall be repeated
until the Lowest Calculated and Responsive Bid is identified and selected for contract
award. However, if no Bidder passed post-qualification, the BAC shall declare the
bidding a failure and conduct a re-bidding with re-advertisement.

33. Notice to Proceed

33.1 Within seven (7) calendar days from the date of approval of the Contract by the
appropriate government approving authority, the Procuring Entity shall issue its Notice
to Proceed to the Bidder.

33.2 The Notice to Proceed shall be effective upon receipt thereof by the Contractor.

33
Section III. Bid Data Sheet (BDS)
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION III


Government of Republic of Philippines BID DATA SHEET (BDS)

BID DATA SHEET

ITB Clause
1.1 The Procuring Entity is Department of Public Works and Highways
Cebu 5th District Engineering Office while the Implementing Office is the
Bureau of Construction

The name of the Contract is: Design & Build for the Proposed Construction
of Multi-Purpose Building – Construction of 7-Storey Academic Building at
CTU Liloan Campus, Liloan, Cebu

The identification number of the Contract is 21HI0139

2.1 The Funding Source is:

The Government of the Philippines (GOP) through the RA 11518 or General


Appropriations Act FY 2021.

The ABC is PHP 144,750,000.00

3.1 No further instructions.

5.1a(5) Bidding is also open to foreign bidders in joint venture with Filipino bidders
with at least sixty percent (60%) interest or outstanding capital stock
belonging to Filipino bidders in accordance with section 23.4.2.1 of the
revised IRR of RA 9184 as amended thru GPPB Resolution No. 06-2019

5.1 Not Applicable.

5.4 For bidders with no design and build project on its own, it may enter into
subcontracting with design or engineering firms for the design portion of
the contract. In this case, the SLCC requirement shall be:

For the Civil Works Contractor:

It must have successfully or substantially completed a Construction Project


where the value of the Civil Works Contractor’s participation exceeds fifty
percent (50%) of the total ABC under bidding which is equivalent
to PHP 72,375,000.00, adjusted to current prices using the Philippine
Statistics Authority consumer price index.

(1)

Major Category of Works


Category of Work Code Work Description
BIR Buildings: Repair

35
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION III


Government of Republic of Philippines BID DATA SHEET (BDS)

(2) The following are the “Similar Categories of Works” that shall be
considered in the evaluation of the work experience required for the
contract to be bid:

Similar Categories of Works


Category of Work Work Description
Code
BIRTH Buildings: Retrofitting - High Rise
BIRTL Buildings: Retrofitting - Low Rise
BICWPLCDP Buildings: Construction - with Piles - Low
Rise - Concrete (Frame) - Driven Piles
BICWPHCDP Buildings: Construction - with Piles - High
Rise - Concrete (Frame) - Driven Piles
BICWPLCCP Buildings: Construction - with Piles - Low
Rise - Concrete (Frame) - Cast-in-Place Piles
BICWPHCCP Buildings: Construction - with Piles - High
Rise - Concrete (Frame) - Cast-in-Place Piles
BICWPLSDP Buildings: Construction - with Piles - Low
Rise - Steel (Frame) - Driven Piles
BICWPHSDP Buildings: Construction - with Piles - High
Rise - Steel (Frame) - Driven Piles
BICWPLSCP Buildings: Construction - with Piles - Low
Rise - Steel (Frame) - Cast-in-Place Piles
BICWPHSCP Buildings: Construction - with Piles - High
Rise - Steel (Frame) - Cast-in-Place Piles
BICWOPLS Buildings: Construction - without Piles - Low
Rise - Steel (Frame)
BICWOPHS Buildings: Construction - without Piles -
High Rise - Steel (Frame)
BICWOPLC Buildings: Construction - without Piles - Low
Rise - Concrete (Frame)
BICWOPHC Buildings: Construction - without Piles -
High Rise - Concrete (Frame)
BIL Buildings: Industrial Plant - Low Rise
BIM Buildings: Industrial Plant - Medium Rise
BIH Buildings: Industrial Plant - High Rise
MBG Maintenance of Buildings

For the Design Consultant:

The bidder’s designer must have successfully or substantially completed the


design of a project similar in nature and complexity as this contract under
bidding and shall have earned a fee amounting to at least 50% of the
ABC of the design component which is equivalent to PHP
4,342,500.00 adjusted to current prices using the Philippine Statistics
Authority consumer price index. The designer must provide the (1) copy of
Contract of Services/Agreement and (2) Certificate of
Completion/Acceptance of the said project.

36
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION III


Government of Republic of Philippines BID DATA SHEET (BDS)

8.1 Subcontracting is allowed.

For the design component: If the bidder has no experience in design and
build projects on its own it may enter into subcontracting, partnerships, or
joint venture with design or engineering firms for the design portion of the
contract.

For the construction component: Up to 50% of the contract, in terms of cost,


may be sub-contracted.

8.2 For the design component, the BAC shall check if the Design Consultant
meets the following eligibility requirements:

1. For Filipino Design Consultant, the designated design professionals must


possess valid licenses issued by the Professional Regulations Commission
(PRC).

2. For Foreign Design Firm/Consultant (Partnership/Sole Proprietorship), it


must be authorized by the appropriate Government professional
regulatory body (e.g. PRC) to engage in the practice of those professions.

3. In accordance with DPWH D.O. no. 195, series of 1992, pursuant to the
provisions of R.A. 544, the procurement and employment of corporations
as consultants for the Detailed Engineering Design component of this
project is not allowed.

9.1(a) The DPWH Cebu 5th District Engineering Office will hold a Pre-Bid Conference
on April 19, 2021, 10:00 A.M. at the Conference Room, 2nd floor, Cebu
5th District Engineering Office, Brgy. Poblacion, Danao City, Cebu
and live-streamed on Facebook (https://web.facebook.com/DPWH-Cebu-5th-
DEO-BAC-101828788417215 or https://web.facebook.com/vp.bac.1/ which
shall be open to prospective bidders.

10.1 The Procuring Entity’s address is:

Department of Public Works and Highways


Cebu 5th District Engineering Office
Sitio Upland, Barangay Poblacion
Danao City, Cebu

During the allowed period, requests for clarification shall be addressed to:

37
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION III


Government of Republic of Philippines BID DATA SHEET (BDS)

ROY L. DELA CRUZ


Engineer III
BAC Chairman
DPWH Cebu 5th District Engineering Office
Barangay Poblacion, Danao City, Cebu

10.3 No further instructions.

12 For Foreign Bidders, the eligibility documents may be substituted by the


appropriate equivalent documents in English, if any, issued by the country of
the bidder concerned. Otherwise, it must be accompanied by a translation of
the documents in English issued by the relevant foreign government agency.
The foreign government agency must be authorized to translate documents
or a registered translator in the foreign bidder’s country; and shall be
authenticated thru Apostille by the appropriate Philippine foreign service
establishment/post or the equivalent office having jurisdiction over foreign
bidder’s affair in the Philippines except for non-member countries which need
authentication by the Embassy of the country of destination.
12.2 In addition, for the design component, the bidder must submit the following
Documentary Requirements:
a) Relevant statements of all ongoing, completed, and awarded but not yet
started design and DB-related Contracts.
b) Curriculum vitae of key staff, partners or principal officers of designer.
c) Valid licenses issued by the Professional Regulatory Commission (PRC)
for design professionals.

12.2(b)(3) Add the following:

In case of JV, the submission of technical and financial eligibility documents


by any of the Joint Venture partners constitutes compliance: Provided, That
the partner responsible to submit the NFCC shall likewise submit the
Statement of all of its ongoing contracts and Audited Financial Statements.

12.2(d)(2) The key personnel must meet the required minimum years of experience set
below:
i. Detailed Engineering Design

General Relevant
Key Personnel Experience Experience Qualifications
(Years) (Years)
1 Architect 5 2 A licensed Architect with DED
experience in building
1 Structural Engineer 5 2 A licensed Civil Engineer with
DED experience preferably
with Master’s Degree in
Civil/Structural Engineering

38
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION III


Government of Republic of Philippines BID DATA SHEET (BDS)

1 Sanitary Engineer 5 2 A licensed Sanitary Engineer


with DED experience in
building
1 Professional 5 2 A licensed Professional
Electrical Engineer Electrical Engineer with DED
experience in building
1 Professional 5 2 A licensed Professional
Mechanical Engineer Mechanical Engineer with DED
experience in building
ii. Construction
General Relevant
Key Personnel Experience Experience Qualifications
(Years) (Years)
1 Project Manager 5 5 A licensed Civil Engineer with
construction experience as
Project Manager

1 Project Engineer 5 3 A Civil Engineer with


experience in construction of
building as Project Engineer
1 Materials Engineer DPWH Accredited Materials
N/A N/A
Engineer I
1 Safety Officer 5 3 With COSH Training conducted
by DOLE
1 Electrical Engineer 5 3 A licensed Electrical Engineer
with experience in
construction of building
1 Mechanical 5 3 A licensed Mechanical
Engineer Engineer with experience in
construction of building
1 Sanitary Engineer 5 3 A licensed Sanitary Engineer
with experience in
construction of building
1 Foreman 5 3 With experience in Building as
Foreman

12.2(d)(3) The minimum major equipment requirements are the following:

Equipment Capacity Number of Unit/s


Dump Truck 10 cu.m. 1

A bidder is also required to submit its list of material Testing Equipment in


accordance with D.O. 11, series of 2017.

13.2 The ABC is PHP 144,750,000.00. Any bid with a Financial Component
exceeding the ABC will not be accepted.

16.1 The bid prices shall be quoted in Philippine Pesos.

17.1 Bids shall be valid until one hundred twenty (120) calendar days from the
date of opening of bids.

39
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION III


Government of Republic of Philippines BID DATA SHEET (BDS)

18.2 The Bid Security shall be valid one hundred twenty (120) calendar days from
the date of submission of bids.

20.1 No further instructions.

20.3 Each Bidder shall submit one (1) original and two (2) copies of the two
components of its bid, each of the Technical and Financial Bid.

21 Bid submission maybe done manually or electronically/online. However,


bidders should only select one mode of submission, either manual
or electronic.

The address for receipt of Bids submitted manually is at the Conference


Room, 2nd Floor, DPWH Cebu 5th District Engineering Office, Brgy. Poblacion,
Danao City, Cebu. The deadline for receipt of Bids is on August 31, 2021,
10:00 A.M.

For bids to be submitted electronically/online, the following procedures


should be observed following D.O. 87, Series of 2020:

1. Submission of electronic Official Receipt of purchase of the


Bidding Documents

Prior to the deadline of submission of bids, the prospective bidders shall


send an e-mail with subject “Official Receipt for [Insert Contract
ID]” to bidsubmissionaccountdpwhelectronic_cebu5@dpwh.gov.ph
Attached to the said e-mail is the copy of the Official Receipt of purchase
of bidding documents in Portable Document File (PDF) format with file
name in the format “<PCAB ID>_<CONTRACT
ID>_OfficialReceipt.pdf”.

For example, the filename of the attached PDF containing the Official
Receipt of the Contractor with PCAB ID No. 12345, who intends to
participate in the bidding of Contract ID No. 20Z00123 shall be
“12345_20Z00123_OfficialReceipt.pdf”. Further, the e-mail subject
would be “Official Receipt for 20Z00123”.
In case a prospective bidder originally intends to join the bidding as a
Joint Venture (referred as “original bidder”), has been issued an Official
Receipt of purchase of bidding documents and has submitted the
electronic Official Receipt, but eventually decided to join the bidding
with new members or as individual contractors (referred as “regrouped
bidder”), or vice-versa, the “regrouped bidder” should purchase a new
bidding document to be issued with the corresponding Official Receipt
in their name and submit the electronic Official Receipt following the
same procedures.

40
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION III


Government of Republic of Philippines BID DATA SHEET (BDS)

2. Confirmation of the electronically submitted Official Receipt

2.1 An e-mail shall be received by a prospective bidder confirming its


successful submission of the Official Receipt as required under Item
1. Only the electronic bids of bidders who have successfully
submitted an electronic Official Receipt shall be accepted.

2.2 An e-mail shall also be received by a prospective bidder in instances


where their sent e-mail related to Item 1:

a. Has incorrect subject Contract ID, which means that a


corresponding folder with the same Contract ID does not exist
in the eBid Portal;
b. Has no attachment;
c. Has an attachment but is not in the prescribed format;
d. Has more than one (1) attachment; or
e. Was received after the deadline of bid submission.

For the foregoing cases, the prospective bidders should


rectify/correct the noted deficiency/ies to comply with the
requirements under Item 1 for its electronic bid to be accepted.

3. Preparation and submission of an electronic Bid

The prospective bidders shall prepare and submit their bids


electronically following the steps prescribed under with D.O. 87, Series
of 2020 in accordance with GPPB Resolution No. 09-2020 as follows:

a. Following GPPB Resolution No. 09-2020, a bidder has the option to


submit bid electronically. However, if a bidder chooses to
submit an electronic bid, the same bidder can no longer
submit a bid manually for the same contract, and vice versa.

b. Similar to manual submission, prospective bidders shall prepare


their bids in two (2) file folders, each for the Technical and
Financial Components. The file name of the Technical and Financial
Components folders should be in the format <PCAB
ID>_<CONTRACT_ID>_TECHNICAL and <PCAB
ID>_<CONTRACT_ID>_FINANCIAL (e.g.
12345_20Z00123_TECHNICAL, 12345_20Z00123_FINANCIAL).

Subsequently, each of the Technical and Financial Components file


folders shall be COMPRESSED, PASSWORD PROTECTED and
NAMED in the format <PCAB
ID>_<CONTRACT_ID>_TECHNICAL.zip (or .rar/.7z) and
<PCAB ID>_<CONTRACT_ID>_FINANCIAL.zip (or

41
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION III


Government of Republic of Philippines BID DATA SHEET (BDS)

.rar/.7z), respectively (e.g. 12345_20Z00123_TECHNICAL.zip,


12345_20Z00123_FINANCIAL.zip).

c. Each file contained in the Technical and Financial Components file


folders shall be in PDF format (either scanned or
exported/published), with file name in the format <PCAB
ID>_<CONTRACT ID>_DescriptiveFilename.pdf (e.g.
12345_20Z00123_PCABLicense.pdf,
12345_20Z00123_OmnibusSwornStatement.pdf).

d. The compressed archive file folders of the Technical and Financial


components shall be compiled in a PASSWORD PROTECTED
COMPRESSED ARCHIVE MAIN FILE FOLDER with filename
in the format <PCAB>_<CONTRACT ID>_Bid (e.g.
12345_20Z00123_Bid).

In case the total file size of the main archive file folder is more than
the allowable size of an attachment per e-mail of the prospective
bidder’s e-mail service provider (e.g. Gmail, Yahoo Mail, Outlook),
they shall need to split its electronic bid into two or more
PASSWORD PROTECTED COMPRESSED ARCHIVE MAIN FILE
FOLDERS.

e. The e-mail submitting the prospective bidder’s electronic bid should


have a Subject in the format “Bid Submission for [Insert
Contract ID]” (e.g. “Bid Submission for 20Z00123”).

In case of multiple compressed archive main file folders, it shall be


submitted in multiple e-mails, each with Subject in the format “Bid
Submission [Insert Number of main archive folder]/[Insert
total number of main archive folders]” (e.g. “Bid Submission
1/2 for 20Z00123”and “Bid Submission 2/2 for 20Z00123”.

f. The prospective bidder shall submit its electronic bid to


bidsubmissionaccountdpwhelectronic_cebu5@dpwh.gov.ph using
the prospective bidder’s e-mail address registered in the Civil Works
Application (CWA). In case prospective bidders are not yet
registered, they can use any e-mail address, subject to the
verification of the BAC Secretariat.

4. Modification of an electronic bid

If a bidder wishes to modify its electronic bid, he may do so following


the procedures in the manual submission of bid or he may choose to
submit his modification electronically in the same format prescribed in
the preparation and submission of an electronic bid, except that the
subject of the e-mail submitting the bid modification shall be labelled

42
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION III


Government of Republic of Philippines BID DATA SHEET (BDS)

“Bid Modification X for <Contract ID>”, where “X” represents the


number of bid modification submitted. For example, the subject of an
e-mail submitting a first bid modification for Contract ID No. 20Z00123
should be “Bid Modification 1 for 20Z00123".

5. Non-participation in the Bidding

In case a prospective bidder that have purchased a bidding document


decided not to participate, he may choose to submit his letter of non-
participation manually or electronically. In case of electronic submission,
the contractor shall send an e-mail with the Subject “Non-participation
for <Contract ID>” with the letter of non-participation as attachment
with file name “<PCAB ID>_<CONTRACT ID>_Non-Participation.pdf”.
This e-mail should be sent to
bidsubmissionaccountdpwhelectronic_cebu5@dpwh.gov.ph before the
deadline for bid submission.

6. Withdrawal of Electronic Bid

Bids may only be withdrawn prior the deadline for bid submission. In
case of withdrawal of an electronic bid, the bidder shall send an e-mail
with the subject “Bid Withdrawal for <Contract ID>” and the letter of
bid withdrawal in pdf format with filename “<PCAB ID>_<CONTRACT
ID>_BidWithdrawal.pdf” shall be attached. This e-mail should be sent
to bidsubmissionaccountdpwhelectronic_cebu5@dpwh.gov.ph before
the deadline for bid submission.

7. Opening of the electronic bid

Only during the actual opening of bids shall the bidder disclose the
passwords for his electronic bid. This can be done by the bidder’s
authorized representative verbally in person, through phone call, online
platforms (e.g. videoconferencing, webcasting), or through writing. In
all cases, the bidders will have only three (3) attempts or fifteen (15)
minutes, whichever comes first, to provide the correct password.
Otherwise, the bidder shall be disqualified except in unforeseen
justifiable circumstances. The bidder may also be subjected to the
three-strike policy (D.O. 17, Series of 2015) as warranted by the
circumstances.

If the bidder chooses to disclose the password through phone call, he


should make sure that the contact numbers as recorded in the Civil
Works Application are open when the BAC calls to ask for the password.
The bidder may also choose to send the password to the BAC through
Facebook: https://web.facebook.com/vp.bac.1/

43
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION III


Government of Republic of Philippines BID DATA SHEET (BDS)

If the bidder chooses to attend the bid opening through Facebook


livestream on: (https://web.facebook.com/DPWH-Cebu-5th-DEO-BAC-
101828788417215 or https://web.facebook.com/vp.bac.1/

If the bidder chooses to disclose the passwords through writing, the


letters for password 1 (Main File Folder/Technical Component File
Folder) and password 2 (Financial Component File Folder) should be
enclosed in separate envelopes with the sender details (AMO, Bidder
Name, Address) addressed to the BAC Chairperson, with the details of
the bidding (Contract ID, Contract Name, Bid Opening Date and Time),
signed and sealed, with a remark “Password [ Insert 1 or 2]. Do not
open before actual bid opening date and time”.

All electronic bids (Password protected compressed archive main file


folder/s) shall be opened first for the opening of the Technical
Component compressed archive file folder/s. This shall be followed by
the opening of the bids submitted manually for the opening of the
Technical Component Envelopes. The same procedures apply for the
Financial Component compressed archive file folder/s and financial
component envelopes.

If the electronic bid or file within it was found to be damaged, could not
be extracted or opened, the bid shall be considered “Failed”.

If the electronic bid is not password-protected or is not in the required


format, the bid shall still be accepted provided that the bidder
acknowledges such condition. The BAC shall assume no responsibility
for the misplacement of the contents of the contents of the improperly
sealed or marked bid, or improperly compressed or password-protected
folder, or for its premature opening.

8. File name convention in case of a Joint Venture Bidder

For Joint Venture (JV), the format of PCAB ID to be used by the bidder
in naming their files, folders and archives shall be “JV-<PCAB ID of the
Lead Member>”. For example, if three (3) Contractors with PCAB ID
Nos. 12345 (lead member), 67890, and 24680 entered into a JV, the
PCAB ID they must use is “JV-12345”.

24.1 The bid opening shall be on August 31, 2021, 10:00 A.M. (Technical
Proposals), immediately after the deadline for the submission of bid, at the
Conference Room, 2nd Floor, DPWH Cebu 5th District Engineering Office, Brgy.
Poblacion, Danao City, Cebu and live-streamed on Facebook
(https://web.facebook.com/DPWH-Cebu-5th-DEO-BAC-101828788417215
or https://web.facebook.com/vp.bac.1/

The tentative date and time of bid opening for Financial Proposals is on
September 7, 2021, 10:00 A.M.

44
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION III


Government of Republic of Philippines BID DATA SHEET (BDS)

25.1 No further instructions.

Additional ITB For the detailed evaluation of the design and build proposals a two-step
Clause 26.6 procedure shall be adopted by the BAC, which may be undertaken with the
assistance of the DBC.

26.6.1. First-Step Procedure:

i. The first step of the evaluation shall involve the review of the
preliminary conceptual designs and track record submitted by the
contractor as indicated in the Bidding Documents using a non-
discretionary “pass/fail” criterion that involve compliance with the
following requirements:

a. Adherence of preliminary design plans to the required performance


specifications and parameters and degree of details;

b. Concept of approach and methodology for detailed engineering,


design and construction with emphasis on the clarity, feasibility,
innovativeness and comprehensiveness of the plan approach, and the
quality of interpretation of project problems, risks, and suggested
solutions;

c. Quality of personnel to be assigned to the project which covers


suitability of key staff to perform the duties of the particular
assignments and general qualifications and competence including
education and training of the key staff;

ii. For complex or unique undertakings, such as those involving highly


specialized or advanced engineering technology, eligible bidders may be
required, at the option of the agency concerned, to make an oral
presentation within fifteen (15) calendar days after the deadline for
submission of technical proposals.

Only those bids that passed the above criteria shall be subjected to the
second step of evaluation.

The BAC shall open the financial proposal of each “passed” bidder and
shall evaluate it using non-discretionary criteria - including arithmetical
corrections for computational errors - as stated in the Bidding Documents,
and thus determine the correct total calculated bid prices. The BAC shall
automatically disqualify any total calculated bid price which exceeds the
ABC. The total calculated bid prices (not exceeding the ABC) shall be
ranked, in ascending order, from lowest to highest. The bid with the
lowest total calculated bid price shall be identified as the Lowest
Calculated Bid (LCB).

45
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION III


Government of Republic of Philippines BID DATA SHEET (BDS)

28.2 No further instructions.

31.4(f) Additional contract documents relevant to the Project are:


1. Construction schedule and S-curve
2. Manpower schedule
3. Construction methods
4. Equipment utilization schedule
5. Construction safety and health program approved by the DOLE
6. PERT/CPM or PDM

46
Section IV. General Conditions of
Contract (GCC)
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

GENERAL CONDITIONS OF CONTRACT

TABLE OF CONTENTS

1. DEFINITIONS ................................................................................................. 53

2. INTERPRETATION ........................................................................................... 56

3. GOVERNING LANGUAGE AND LAW ...................................................................... 56

4. COMMUNICATIONS.......................................................................................... 57

5. POSSESSION OF SITE....................................................................................... 57

6. CONTRACTOR’S OBLIGATIONS ........................................................................... 57

7. GOVERNMENT’S MAIN OBLIGATIONS .................................................................. 58

8. PERFORMANCE SECURITY ................................................................................. 59

9. SUB-CONTRACTING......................................................................................... 60

10. LIQUIDATED DAMAGES .................................................................................... 60

11. SITE INVESTIGATION REPORTS ......................................................................... 61

12. LICENSES AND PERMITS ................................................................................... 61

13. CONTRACTOR’S RISK AND WARRANTY SECURITY .................................................. 61

14. LIABILITY OF THE CONTRACTOR ......................................................................... 63

15. PROCURING ENTITY’S RISK .............................................................................. 63

16. INSURANCE ................................................................................................... 63

17. TERMINATION FOR DEFAULT OF CONTRACTOR ...................................................... 65

18. TERMINATION FOR DEFAULT OF PROCURING ENTITY .............................................. 66

19. TERMINATION FOR OTHER CAUSES ..................................................................... 66

50
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

20. PROCEDURES FOR TERMINATION OF CONTRACTS ................................................... 67

21. FORCE MAJEURE, RELEASE FROM PERFORMANCE ................................................... 70

22. RESOLUTION OF DISPUTES ............................................................................... 71

23. SUSPENSION OF LOAN, CREDIT, GRANT, OR APPROPRIATION .................................. 71

24. PROCURING ENTITY’S REPRESENTATIVE’S DECISIONS ............................................ 71

25. APPROVAL OF DRAWINGS AND TEMPORARY WORKS BY PROCURING ENTITY’S

REPRESENTATIVE............................................................................................ 72

26. ACCELERATION AND DELAYS ORDERED BY PROCURING ENTITY’S REPRESENTATIVE ...... 72

27. EXTENSION OF INTENDED COMPLETION DATE ....................................................... 72

28. CONTRACTOR'S RIGHT TO CLAIM ....................................................................... 72

29. DAYWORKS ................................................................................................... 73

30. EARLY WARNING ............................................................................................ 73

31. PROGRAM OF WORK ........................................................................................ 73

32. MANAGEMENT CONFERENCES ............................................................................ 74

33. INSTRUCTIONS, INSPECTIONS AND AUDITS .......................................................... 74

34. IDENTIFYING DEFECTS .................................................................................... 75

35. COST OF REPAIRS ........................................................................................... 75

36. CORRECTION OF DEFECTS ................................................................................. 75

37. UNCORRECTED DEFECTS................................................................................... 75

38. ADVANCE PAYMENT......................................................................................... 75

39. PROGRESS PAYMENTS ..................................................................................... 76

40. PAYMENT CERTIFICATES .................................................................................. 77

51
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

41. RETENTION ................................................................................................... 77

42. VARIATION ORDERS ........................................................................................ 78

43. PUNCH LIST .................................................................................................. 79

44. SUSPENSION OF WORK .................................................................................... 80

45. PAYMENT ON TERMINATION .............................................................................. 80

46. EXTENSION OF CONTRACT TIME ......................................................................... 81

47. PRICE ADJUSTMENT ........................................................................................ 82

48. COMPLETION AND ACCEPTANCE ......................................................................... 82

49. TAKING OVER ................................................................................................ 82

50. AS-BUILT DRAWINGS AND OPERATING AND MAINTENANCE MANUALS ....................... 83

52
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

1. Definitions

For purposes of this Clause, boldface type is used to identify defined terms.

1.1 Approved Budget for the Contract (ABC). This shall be a lump sum
amount that shall cover the cost of design and construction works (at the
option of the procuring entity) based on the conceptual design and
performance specifications and in accordance with applicable provisions of the
law or agency guidelines. The ABC shall be calculated based on either the
approximate quantities of work of the conceptual design, from standardized
designs or from cost records of previous projects of similar kind.

1.2 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 22.

1.3 Bidding Documents for Design-and-Build Scheme. These shall basically


be similar to the Bidding Documents for infrastructure projects and shall also
include the performance specifications and parameters to be followed by the
design and build contractors and the method for allocation of risks for the
design and build contract, among others.

1.4 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.

1.5 Completion Date is the date of completion of the Works as certified by the
Procuring Entity’s Representative, in accordance with GCC Clause 48.

1.6 Contract is the contract between the Procuring Entity and the Contractor to
execute, complete, and maintain the Works.

1.7 Contract Price is the price stated in the Letter of Acceptance and thereafter
to be paid by the Procuring Entity to the Contractor for the execution of the
Works in accordance with this Contract.

1.8 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.

1.9 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.

1.10 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 Days are calendar days; months are calendar months.


1.12 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.

53
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

1.13 Defect is any part of the Works not completed in accordance with the
Contract.

1.14 Defects Liability Certificate is the certificate issued by Procuring Entity’s


Representative upon correction of defects by the Contractor.

1.15 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.

1.16 Design-and-Build Project refers to an infrastructure project where the


Procuring Entity awards a single contract for the architectural/engineering
design and construction to a single firm, partnership, corporation, joint venture
or consortium.

1.17 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.

1.18 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.

1.19 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.

1.20 Materials are all supplies, including consumables, used by the Contractor for
incorporation in the Works.

1.21 Minimum Performance Standards and Specifications (MPSS) refer to


the set of minimum performance or output-oriented requirements, standards
and criteria and their means of measurement that the Contractor must meet
in accordance with appropriate design and construction standards, legal and
technical obligations and any other relevant government commitments as
required by existing laws and regulations. These shall not be drawn up to favor
a particular solution, design and construction method.

1.22 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.

1.23 Permanent Works all permanent structures and all other project features
and facilities required to be constructed and completed in accordance with this

54
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

Contract which shall be delivered to the Procuring Entity and which shall
remain at the Site after the removal of all Temporary Works.

1.24 Plant refers to the machinery, apparatus, and the like intended to form an
integral part of the Permanent Works.

1.25 Preliminary Engineering Design Plan is the Bidder’s Preliminary Design


Plan, submitted as part of its Bid for the Project, showing (a) the overall
concept of the facility when completed, (b) the scope and components, (c) the
functions, service levels, and performance characteristics of the Project
outputs, and (d) the operation and maintenance requirements - with a degree
of detail within +/- 15-20 % of the final quantities of the Project components.

1.26 Preliminary Investigations. These shall include, among others, information


on soil, geotechnical, hydrologic, hydraulic, seismic, traffic, and environmental
conditions that shall be used to define project design criteria, to set the basis
for any changed conditions and establish preliminary project cost estimates.

1.27 Preliminary Survey and Mapping. These shall determine boundaries and
provide stationing along control lines to establish feature and design criteria
location, and identify existing and future right-of-way limits and construction
easements associated with the procuring entity’s conceptual design.

1.28 Procuring Entity is the party who employs the Contractor to carry out the
Works stated in the SCC.

1.29 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.

1.30 Project Description defines the objectives, purpose, limitations or


constraints, as well as the allocation of risks between the procuring entity and
the winning bidder.

1.31 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.

1.32 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.

1.33 Slippage is a delay in work execution occurring when actual accomplishment


falls below the target as measured by the difference between the scheduled
and actual accomplishment of the Work by the Contractor as established from
the work schedule. This is actually described as a percentage of the whole
Works.

55
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

1.34 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.

1.35 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.

1.36 Sub-Contractor is any person or organization to whom a part of the Works


has been subcontracted by the Contractor, as allowed by the Procuring Entity,
but not any assignee of such person.

1.37 Temporary Works are works designed, constructed, installed, and removed
by the Contractor that are needed for construction or installation of the
Permanent Works.

1.38 Utility Locations. The procuring entity shall provide information on existing
utilities in and around the project’s area.

1.39 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.

2. Interpretation

2.1 In interpreting the Conditions of Contract, singular also means plural, male
also means female or neuter, and the other way around. Headings have no
significance. Words have their normal 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.

2.2 If sectional completion is specified in the SCC, references in the Conditions of


Contract to the Works, the Completion Date, and the Intended Completion Date
apply to any Section of the Works (other than references to the Completion Date
and Intended Completion Date for the whole of the Works).

3. Governing Language and Law

3.1 This Contract has been executed in the English language, which shall be the
binding and controlling language for all matters relating to the meaning or
interpretation of this Contract. All correspondence and other documents
pertaining to this Contract which are exchanged by the parties shall be written
in English.

56
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

3.2 This Contract shall be interpreted in accordance with the laws of the Republic
of the Philippines.

4. 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.

5. Possession of Site

5.1 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.

5.2 If possession of a portion is not given by the date stated in the SCC Clause
5.1, the Procuring Entity will be deemed to have delayed the start of the
relevant activities. The resulting adjustments in contact time to address such
delay shall be in accordance with GCC Clause 47.

5.3 The Contractor shall bear all costs and charges for special or 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.

5.4 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.

6. Contractor’s Obligations

6.1 The Contractor shall perform the following major obligations:

a. Undertake Detailed Engineering Design (DED) for the Project, including


the conduct of necessary engineering and technical surveys and
investigations and preparation of design plans, in accordance with the
Minimum Performance Standards and Specifications (MPSS) for the
Project prescribed in Section VI of these BDs.

b. Undertake the Construction of the Project in accordance with the DED


certified by the NKTI.

c. Assume responsibility for design and construction defects and/or


failure of the completed project due to the Contractor’s fault within the
warranty period specified in Section 62.2 of the IRR of RA 9184.
57
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

6.2 The Contractor shall carry out the Works properly and in accordance with this
Contract. The Contractor shall provide all supervision, labor, Materials, Plant
and Contractor's Equipment, which may be required. All Materials and Plant on
Site shall be deemed to be the property of the Procuring Entity.

6.3 (a) 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.

(b) The Contractor shall be responsible for the safety of all activities on the
Site.

6.4 The Contractor shall carry out all instructions of the Procuring Entity’s
Representative that comply with the applicable laws where the Site is located.

6.5 The Contractor shall employ the key personnel named in the Schedule of Key
Personnel, as referred to in the SCC, to carry out the DED and supervision of
the Works. The Procuring Entity will approve any proposed replacement of key
personnel only if their relevant qualifications and abilities are equal to or better
than those of the personnel listed in the Schedule.

6.6 If the Procuring Entity’s Representative asks the Contractor to remove a


member of the Contractor’s staff or work force, for justifiable cause, the
Contractor shall ensure that the person leaves the Site within seven (7) days
and has no further connection with the Work in this Contract.

6.7 During Contract implementation, the Contractor and his subcontractors shall
abide at all times by all labor laws, including child labor related enactments,
and other relevant rules.

6.8 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.

6.9 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.

6.10 Should anything of historical or other interest or of significant value be


unexpectedly discovered on the Site, it shall be the property of the Procuring
Entity. The Contractor shall notify the Procuring Entity’s Representative of such
discoveries and carry out the Procuring Entity’s Representative’s instructions in
dealing with them.

7. Government’s Main Obligations

58
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

The Government shall perform the following major obligations:

(a) Acquire and fund the Basic Right-of-Way for the Project and deliver the same
to the Contractor free from any liens, occupants, structures and obstructions.

(b) Secure the Environmental Compliance Certificate (ECC) / Certificate of Non-


Coverage (CNC) for the Project from the Department of Natural Resources-
Environmental Management Bureau.

(c) Review and certify the Contractor’s DED for the Project to ensure compliance
with the MPSS.

(d) Supervise and monitor the implementation of the Project.

(e) Pay the Contractor for the work accomplishments accepted in conformance
with the MPSS.

8. Performance Security

8.1 Unless otherwise specified in the SCC, 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 the forms prescribed in ITB Clause 32.2.

8.2 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.

8.3 The Performance Security shall remain valid until issuance by the Procuring
Entity of the Certificate of Final Acceptance.

8.4 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:

(a) There are no pending claims against the Contractor or the surety company
filed by the Procuring Entity.

(b) The Contractor has no pending claims for labor and materials filed against
it.

(c) Other terms specified in the SCC.

8.5 The Contractor shall post an additional Performance Security following the
amount and form specified in ITB Clause 32.2 to cover any cumulative
increase of more than ten percent (10%) over the original 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.
59
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

8.6 In case of a reduction in the contract value or for partially completed Works
under the contract which are usable and accepted by the Procuring Entity the
use of which, in the judgment of the implementing agency or the Procuring
Entity, will not affect the structural integrity of the entire project, the Procuring
Entity shall allow a proportional reduction in the original Performance Security,
provided that any such reduction is more than ten percent (10%) and that the
aggregate of such reductions is not more than fifty percent (50%) of the
original Performance Security.

8.7 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.

9. Sub-Contracting

9.1 Unless otherwise indicated in the SCC, the Contractor cannot sub-contract
Works more than the percentage specified in ITB Clause 8.1.

9.2 Sub-contracting 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.

9.3 Subcontractors disclosed and identified during the bidding may be changed
during the implementation of this Contract, subject to compliance with the
required qualifications and the approval of the Procuring Entity.

10. Liquidated Damages

10.1 The Contractor shall pay liquidated damages to the Procuring Entity at the rate
per day stated in the SCC for each day that the Completion Date is later than
the Intended Completion Date. The total amount of liquidated damages shall
not exceed the amount defined in the SCC. The Procuring Entity may deduct
liquidated damages from payments due to the Contractor. Payment of
liquidated damages shall not affect the Contractor. Once the cumulative
amount of liquidated damages reaches ten percent (10%) of the amount of
this Contract, the Procuring Entity shall rescind this Contract, without prejudice
to other courses of action and remedies open to it.

10.2 If the Intended Completion Date is extended after liquidated damages have
been paid, the Engineer of the Procuring Entity shall correct any overpayment
of liquidated damages by the Contractor by adjusting the next payment
certificate. The Contractor shall be paid interest on the overpayment, calculated
from the date of payment to the date of repayment, at the rates specified in
GCC Clause 40.1.

60
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

11. Site Investigation Reports

The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports
referred to in the SCC supplemented by any information obtained by the Contractor.

12. Licenses and Permits

The Procuring Entity shall, if requested by the Contractor, assist him in applying for
permits, licenses or approvals, which are required for the Works.

13. Contractor’s Risk and Warranty Security

13.1 The Contractor shall assume full responsibility for the Works from the time
project construction commenced up to final acceptance by the Procuring Entity
and shall be held responsible for any damage or destruction of the Works
except those occasioned by force majeure. The Contractor shall be fully
responsible for the safety, protection, security, and convenience of his
personnel, third parties, and the public at large, as well as the Works,
Equipment, installation, and the like to be affected by his construction work.

13.2 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 Head of the Procuring Entity 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.

13.3 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.

13.4 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:

(a) Contractor – Where Structural Defects/Failures arise due to faults


attributable to improper construction, use of inferior
quality/substandard materials, and any violation of the contract plans
and specifications, the contractor shall be held liable;

61
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

(b) Consultants – Where Structural Defects/Failures arise due to faulty


and/or inadequate design and specifications as well as construction
supervision, then the consultant who prepared the design or undertook
construction supervision for the project shall be held liable;

(c) Procuring Entity’s Representatives/Project Manager/Construction


Managers and Supervisors – The project owner’s representative(s),
project manager, construction manager, and supervisor(s) shall be held
liable in cases where the Structural Defects/Failures are due to his/their
willful intervention in altering the designs and other specifications;
negligence or omission in not approving or acting on proposed changes
to noted defects or deficiencies in the design and/or specifications; and
the use of substandard construction materials in the project;

(d) Third Parties - Third Parties shall be held liable in cases where Structural
Defects/Failures are caused by work undertaken by them such as
leaking pipes, diggings or excavations, underground cables and
electrical wires, underground tunnel, mining shaft and the like, in which
case the applicable warranty to such structure should be levied to third
parties for their construction or restoration works.

(e) Users - In cases where Structural Defects/Failures are due to


abuse/misuse by the end user of the constructed facility and/or non–
compliance by a user with the technical design limits and/or intended
purpose of the same, then the user concerned shall be held liable.

13.5 The warranty against Structural Defects/Failures, except those occasioned on


force majeure, shall cover the period specified in the SCC reckoned from the
date of issuance of the Certificate of Final Acceptance by the Procuring Entity.

13.6 The Contractor shall be required to put up a warranty security in the form of
cash, bank guarantee, letter of credit, GSIS or surety bond callable on demand,
in accordance with the following schedule:

Table 13.1 Forms and Amounts of Warranty Security


Form Minimum Amount
a. Cash or letter of credit issued by Universal or
Commercial bank: provided, however, that Five Percent (5%) of Total
the letter of credit shall be confirmed or Contract Price
authenticated by a Universal or Commercial
bank, if issued by a foreign bank
b. Bank guarantee confirmed by Universal or
Commercial bank: provided, however, that Ten Percent (10%) of Total
the letter of credit shall be confirmed or Contract Price
authenticated by a Universal or Commercial
bank, if issued by a foreign bank

62
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

c. Surety bond callable upon demand issued by Thirty Percent (30%) of


GSIS or any surety or insurance company duly Total Contract Price
certified by the Insurance Commission

13.7 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.

13.8 In case of structural defects/failure occurring during the applicable warranty


period provided in GCC Clause 13.5, the Procuring Entity shall undertake the
necessary restoration or reconstruction works and shall be entitled to full
reimbursement by the parties found to be liable for expenses incurred therein
upon demand, without prejudice to the filing of appropriate administrative,
civil, and/or criminal charges against the responsible persons as well as the
forfeiture of the warranty security posted in favor of the Procuring Entity.

14. Liability of the Contractor

Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability
under this Contract shall be as provided by the laws of the Republic of the Philippines.

15. Procuring Entity’s Risk

15.1 From the Start Date until the Certificate of Final Acceptance has been issued,
the following are risks of the Procuring Entity:

(a) The risk of personal injury, death, or loss of or damage to property


(excluding the Works, Plant, Materials, and Equipment), which are due to:

a. any type of use or occupation of the Site authorized by the Procuring


Entity after the official acceptance of the works; or

b. negligence, breach of statutory duty, or interference with any legal right


by the Procuring Entity or by any person employed by or contracted to
him except the Contractor.

(b) The risk of damage to the Works, Plant, Materials, and Equipment to the
extent that it is due to a fault of the Procuring Entity, or due to war or
radioactive contamination directly affecting the country where the Works
are to be executed.

16. Insurance

16.1 The Contractor shall, under his name and at his own expense, obtain and
maintain, for the duration of this Contract, the following insurance coverage:

(a) Contractor’s All Risk Insurance;

63
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

(b) Transportation to the project Site of Equipment, Machinery, and Supplies


owned by the Contractor;

(c) Personal injury or death of Contractor’s employees; and

(d) Comprehensive insurance for third party liability to Contractor’s direct or


indirect act or omission causing damage to third persons.

The above insurance policies shall be obtained from any reputable insurance
company approved by the Procuring Entity’s Representative.

16.2 The Contractor shall provide evidence to the Procuring Entity’s Representative
that the insurances required under this Contract have been affected and shall,
within a reasonable time, provide copies of the insurance policies to the
Procuring Entity’s Representative. Such evidence and such policies shall be
provided to the Procuring Entity’s through the Procuring Entity’s
Representative.

16.3 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.

16.4 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.

16.5 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 39 until
the Contractor complies with this Clause.

16.6 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) The issuer of the insurance policy to be replaced has:

(1) become bankrupt;

64
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

(2) been placed under receivership or under a management committee;

(3) been sued for suspension of payment; or

(4) been suspended by the Insurance Commission and its license to engage
in business or its authority to issue insurance policies cancelled; or

(5) where reasonable grounds exist that the insurer may not be able, fully
and promptly, to fulfill its obligation under the insurance policy.

17. Termination for Default of Contractor

17.1 The Procuring Entity shall terminate this Contract for default when any of the
following conditions attend its implementation:

(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:

(1) abandons the contract Works, refuses or fails to comply with a valid
instruction of the Procuring Entity or fails to proceed expeditiously and
without delay despite a written notice by the Procuring Entity;

(2) does not actually have on the project Site the minimum essential
equipment listed on the Bid necessary to prosecute the Works in
accordance with the approved Program of Work and equipment
deployment schedule as required for the project;

(3) does not execute the Works in accordance with this Contract or
persistently or flagrantly neglects to carry out its obligations under this
Contract;

(4) neglects or refuses to remove materials or to perform a new Work that


has been rejected as defective or unsuitable; or

(5) sub-lets any part of this Contract without approval by the Procuring
Entity.

65
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

17.2 All materials on the Site, Plant, Equipment, and Works shall be deemed to be
the property of the Procuring Entity if this Contract is rescinded because of the
Contractor’s default.

18. Termination for Default of Procuring Entity

The Contractor may terminate this Contract with the Procuring Entity if the works are
completely stopped for a continuous period of at least sixty (60) calendar days through
no fault of its own, due to any of the following reasons:

(a) 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

(b) 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.

19. Termination for Other Causes

19.1 The Procuring Entity may terminate this Contract, in whole or in part, at any
time for its convenience. The Head of the Procuring Entity may terminate this
Contract for the convenience of the Procuring Entity if he has determined the
existence of conditions that make Project Implementation economically,
financially or technically impractical and/or unnecessary, such as, but not
limited to, fortuitous event(s) or changes in law and National Government
policies.

19.2 The Procuring Entity or the Contractor may terminate this Contract if the other
party causes a fundamental breach of this Contract.

19.3 Fundamental breaches of Contract shall include, but shall not be limited to, the
following:

(a) 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;

(b) The Procuring Entity’s Representative instructs the Contractor to delay the
progress of the Works, and the instruction is not withdrawn within twenty
eight (28) days;

(c) The Procuring Entity shall terminate this Contract if the Contractor is
declared bankrupt or insolvent as determined with finality by a court of
competent jurisdiction. In this event, termination will be without
compensation to the Contractor, provided that such termination will not
prejudice or affect any right of action or remedy which has accrued or will
accrue thereafter to the Procuring Entity and/or the Contractor. In the case
of the Contractor's insolvency, any Contractor's Equipment which the

66
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

Procuring Entity instructs in the notice is to be used until the completion of


the Works;

(d) A payment certified by the Procuring Entity’s Representative is not paid by


the Procuring Entity to the Contractor within eighty four (84) days from the
date of the Procuring Entity’s Representative’s certificate;

(e) The Procuring Entity’s Representative gives Notice that failure to correct a
particular Defect is a fundamental breach of Contract and the Contractor
fails to correct it within a reasonable period of time determined by the
Procuring Entity’s Representative;

(f) The Contractor does not maintain a Security, which is required;

(g) 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 10; and

(h) In case it is determined prima facie by the Procuring Entity that the
Contractor has engaged, before or during the implementation of the
contract, in unlawful deeds and behaviors relative to contract acquisition
and implementation, such as, but not limited to, the following:

(1) corrupt, fraudulent, collusive, coercive, and obstructive practices as


defined in ITB Clause 3.1(a), unless otherwise specified in the SCC;

(2) drawing up or using forged documents;

(3) using adulterated materials, means or methods, or engaging in


production contrary to rules of science or the trade; and

(4) any other act analogous to the foregoing.

19.4 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.

19.5 When persons from either party to this Contract gives notice of a fundamental
breach to the Procuring Entity’s Representative in order to terminate the
existing contract for a cause other than those listed under GCC Clause 19.3,
the Procuring Entity’s Representative shall decide whether the breach is
fundamental or not.

19.6 If this Contract is terminated, the Contractor shall stop work immediately, make
the Site safe and secure, and leave the Site as soon as reasonably possible.

20. Procedures for Termination of Contracts

67
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

20.1 The following provisions shall govern the procedures for the termination of this
Contract:

(a) Upon receipt of a written report of acts or causes which may constitute
ground(s) for termination as aforementioned, or upon its own initiative, the
Procuring Entity shall, within a period of seven (7) calendar days, verify the
existence of such ground(s) and cause the execution of a Verified Report,
with all relevant evidence attached;

(b) Upon recommendation by the Procuring Entity, the Head of the Procuring
Entity shall terminate this Contract only by a written notice to the
Contractor conveying the termination of this Contract. The notice shall
state:

a. that this Contract is being terminated for any of the ground(s) afore-
mentioned, and a statement of the acts that constitute the ground(s)
constituting the same;

b. the extent of termination, whether in whole or in part;

c. an instruction to the Contractor to show cause as to why this Contract


should not be terminated; and

d. special instructions of the Procuring Entity, if any.

The Notice to Terminate shall be accompanied by a copy of the Verified


Report;

(c) Within a period of seven (7) calendar days from receipt of the Notice of
Termination, the Contractor shall submit to the Head of the Procuring Entity
a verified position paper stating why the contract should not be terminated.
If the Contractor fails to show cause after the lapse of the seven (7) day
period, either by inaction or by default, the Head of the Procuring Entity
shall issue an order terminating the contract;

(d) The Procuring Entity may, at any time before receipt of the Bidder’s verified
position paper, withdraw the Notice to Terminate if it is determined that
certain items or works subject of the notice had been completed, delivered,
or performed before the Contractor’s receipt of the notice;

(e) Within a non-extendible period of ten (10) calendar days from receipt of
the verified position paper, the Head of the Procuring Entity shall decide
whether or not to terminate this Contract. It shall serve a written notice to
the Contractor of its decision and, unless otherwise provided in the said
notice, this Contract is deemed terminated from receipt of the Contractor
of the notice of decision. The termination shall only be based on the
ground(s) stated in the Notice to Terminate; and

(f) The Head of the Procuring Entity may create a Contract Termination Review
Committee (CTRC) to assist him in the discharge of this function. All
68
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

decisions recommended by the CTRC shall be subject to the approval of the


Head of the Procuring Entity.

20.2 Pursuant to Section 69 of RA 9184 and without prejudice to the imposition of


additional administrative sanctions as the internal rules of the agency may
provide and/or further criminal prosecution as provided by applicable laws, the
procuring entity shall impose on contractors after the termination of the
contract the penalty of suspension for one (1) year for the first offense,
suspension for two (2) years for the second offense from participating in the
public bidding process, for violations committed during the contract
implementation stage, which include but not limited to the following:

(a) Failure of the contractor, due solely to his fault or negligence, to mobilize
and start work or performance within the specified period in the Notice to
Proceed (“NTP”);

(b) Failure by the contractor to fully and faithfully comply with its contractual
obligations without valid cause, or failure by the contractor to comply with
any written lawful instruction of the procuring entity or its representative(s)
pursuant to the implementation of the contract. For the procurement of
infrastructure projects or consultancy contracts, lawful instructions include
but are not limited to the following:

(1) Employment of competent technical personnel, competent engineers


and/or work supervisors;

(2) Provision of warning signs and barricades in accordance with approved


plans and specifications and contract provisions;

(3) Stockpiling in proper places of all materials and removal from the
project site of waste and excess materials, including broken pavement
and excavated debris in accordance with approved plans and
specifications and contract provisions;

(4) Deployment of committed equipment, facilities, support staff and


manpower; and

(5) Renewal of the effectivity dates of the performance security after its
expiration during the course of contract implementation.

(c) Assignment and subcontracting of the contract or any part thereof or


substitution of key personnel named in the proposal without prior written
approval by the procuring entity.

(d) Poor performance by the contractor or unsatisfactory quality and/or


progress of work arising from his fault or negligence as reflected in the
Constructor's Performance Evaluation System (“CPES”) rating sheet. In the
absence of the CPES rating sheet, the existing performance monitoring
system of the procuring entity shall be applied. Any of the following acts
by the Contractor shall be construed as poor performance:
69
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

(1) Negative slippage of 15% and above within the critical path of the
project due entirely to the fault or negligence of the contractor; and

(2) Quality of materials and workmanship not complying with the approved
specifications arising from the contractor's fault or negligence.

(e) Willful or deliberate abandonment or non-performance of the project or


contract by the contractor resulting to substantial breach thereof without
lawful and/or just cause.

In addition to the penalty of suspension, the performance security posted by


the contractor shall also be forfeited.

21. Force Majeure, Release from Performance

21.1 For purposes of this Contract the terms “force majeure” and “fortuitous event”
may be used interchangeably. In this regard, a fortuitous event or force
majeure shall be interpreted to mean an event which the Contractor could not
have foreseen, or which though foreseen, was inevitable. It shall not include
ordinary unfavorable weather conditions; and any other cause the effects of
which could have been avoided with the exercise of reasonable diligence by
the Contractor.

21.2 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.

21.3 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.

21.4 After termination, the Contractor shall be entitled to payment of the unpaid
balance of the value of the Works executed and of the materials and Plant
reasonably delivered to the Site, adjusted by the following:

(a) any sum to which the Contractor is entitled under GCC Clause 28;

(b) the cost of his suspension and demobilization;

(c) any sum to which the Procuring Entity is entitled.

21.5 The net balance due shall be paid or repaid within a reasonable time period
from the time of the notice of termination.

70
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

22. Resolution of Disputes

22.1 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.

22.2 If the Contractor believes that a decision taken by the PROCURING ENTITY’s
Representative was either outside the authority given to the PROCURING
ENTITY’s Representative by this Contract or that the decision was wrongly
taken, the decision shall be referred to the Arbiter indicated in the SCC within
fourteen (14) days of the notification of the Procuring Entity’s Representative’s
decision.

22.3 Any and all disputes arising from the implementation of this Contract covered
by the RA 9184 and its IRR shall be submitted to arbitration in the Philippines
according to the provisions of RA 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 RA 9184 and its IRR: Provided, further, That, by mutual agreement, the
parties may agree in writing to resort to other alternative modes of dispute
resolution. Additional instructions on resolution of disputes, if any, shall be
indicated in the SCC.

23. Suspension of Loan, Credit, Grant, or Appropriation

In the event that the Funding Source suspends the Loan, Credit, Grant, or
Appropriation to the Procuring Entity, from which part of the payments to the
Contractor are being made:

23.1 The Procuring Entity is obligated to notify the Contractor of such suspension
within seven (7) days of having received the suspension notice.

23.2 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
45.2.

24. Procuring Entity’s Representative’s Decisions

24.1 Except where otherwise specifically stated, the Procuring Entity’s


Representative will decide contractual matters between the Procuring Entity
and the Contractor in the role representing the Procuring Entity.

71
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

23.2 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.

25. Approval of Drawings and Temporary Works by Procuring Entity’s Representative

25.1 All Drawings prepared by the Contractor for the execution of the Temporary
Works, are subject to prior approval by the Procuring Entity’s Representative
before its use.

25.2 The Contractor shall be responsible for design of Temporary Works.

25.3 The Procuring Entity’s Representative’s approval shall not alter the Contractor’s
responsibility for design of the Temporary Works.

25.4 The Contractor shall obtain approval of third parties to the design of the
Temporary Works, when required by the Procuring Entity.

26. Acceleration and Delays Ordered by Procuring Entity’s Representative

26.1 When the Procuring Entity wants the Contractor to finish before the Intended
Completion Date, the Procuring Entity’s Representative will obtain priced
proposals for achieving the necessary acceleration from the Contractor. If the
Procuring Entity accepts these proposals, the Intended Completion Date will be
adjusted accordingly and confirmed by both the Procuring Entity and the
Contractor.

26.2 If the Contractor’s Financial Proposals for an acceleration are accepted by the
Procuring Entity, they are incorporated in the Contract Price and treated as a
Variation.

27. Extension of Intended Completion Date

27.1 The Procuring Entity’s Representative shall extend the Intended Completion
Date if a Variation is issued which makes it impossible for the Intended
Completion Date to be achieved by the Contractor without taking steps to
accelerate the remaining work, which would cause the Contractor to incur
additional costs. Unless specified in the SCC, no payment shall be made for
any event which may warrant the extension of the Intended Completion Date.

27.2 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.

28. Contractor's Right to Claim

72
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

If the Contractor incurs cost as a result of any of the events under GCC Clause 13,
the Contractor shall be entitled to the amount of such cost. If as a result of any of the
said events, it is necessary to change the Works, this shall be dealt with as a Variation.

29. Dayworks

29.1 Subject to GCC Clause 42 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.

29.2 All work to be paid for as Dayworks shall be recorded by the Contractor on
forms approved by the Procuring Entity’s Representative. Each completed form
shall be verified and signed by the Procuring Entity’s Representative within two
days of the work being done.

29.3 The Contractor shall be paid for Dayworks subject to obtaining signed
Dayworks forms.

30. Early Warning

30.1 The Contractor shall warn the Procuring Entity’s Representative at the earliest
opportunity of specific likely future events or circumstances that may adversely
affect the quality of the work, increase the Contract Price, or delay the
execution of the Works. The Procuring Entity’s Representative may require the
Contractor to provide an estimate of 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.

30.2 The Contractor shall cooperate with the Procuring Entity’s Representative in
making and considering proposals for how the effect of such an event or
circumstance can be avoided or reduced by anyone involved in the work and
in carrying out any resulting instruction of the Procuring Entity’s
Representative.

31. Program of Work

31.1 Within the time stated in the SCC, the Contractor shall submit to the Procuring
Entity’s Representative for approval a Program of Work showing the general
methods, arrangements, order, and timing for all the activities in the Works.

31.2 An update of the Program of Work shall the 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.

31.3 The Contractor shall submit to the Procuring Entity’s Representative for
approval an updated Program of Work at intervals no longer than the period
73
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

stated in the SCC. If the Contractor does not submit an updated Program of
Work within this period, the Procuring Entity’s Representative may withhold the
amount stated in the SCC from the next payment certificate and continue to
withhold this amount until the next payment after the date on which the
overdue Program of Work has been submitted.

31.4 The Procuring Entity’s Representative’s approval of the Program of Work shall
not alter the Contractor’s obligations. The Contractor may revise the Program
of Work and submit it to the Procuring Entity’s Representative again at any
time. A revised Program of Work shall show the effect of any approved
Variations; and if allowed, any Compensation Event.

31.5 When the Program of Work is updated, the Contractor shall provide the
Procuring Entity’s Representative with an updated cash flow forecast. The cash
flow forecast shall include different currencies, as defined in the Contract,
converted as necessary using the Contract exchange rates.

31.6 All Variations shall be included in updated Program of Work produced by the
Contractor.

32. Management Conferences

32.1 Either the Procuring Entity’s Representative or the Contractor may require the
other to attend a Management Conference. The Management Conference shall
review the plans for remaining work and deal with matters raised in accordance
with the early warning procedure.

32.2 The Procuring Entity’s Representative shall record the business of Management
Conferences and provide copies of the record to those attending the
Conference and to the Procuring Entity. The responsibility of the parties for
actions to be taken shall be decided by 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.

33. Instructions, Inspections and Audits

33.1 The Procuring Entity’s personnel shall at all reasonable times during
construction of the Work be entitled to examine, inspect, measure and test the
materials and workmanship, and to check the progress of the construction.

33.2 If the Procuring Entity’s Representative instructs the Contractor to carry out a
test not specified in the Specification to check whether any work has a defect
and the test shows that it does, the Contractor shall pay for the test and any
samples. If there is no defect, the test shall be a Compensation Event.

33.3 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.

74
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

34. Identifying Defects

The Procuring Entity’s Representative shall check the Contractor’s work and notify the
Contractor of any defects that are found. Such checking shall not affect the
Contractor’s responsibilities. The Procuring Entity’s Representative may instruct the
Contractor to search uncover defects and test any work that the Procuring Entity’s
Representative considers below standards and defective.

35. Cost of Repairs

Loss or damage to the Works or Materials to be incorporated in the Works between


the Start Date and the end of the Defects Liability Periods shall be remedied by the
Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s
acts or omissions.

36. Correction of Defects

36.1 The Procuring Entity’s Representative shall give notice to the Contractor of any
defects before the end of the Defects Liability Period, which is one (1) year
from project completion up to final acceptance by the Procuring Entity’s. The
Defects Liability period shall be extended for as long as defects remain to be
corrected.

36.2 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.

36.3 The Contractor shall correct the defects which he notices himself before the
end of the Defects Liability Period.

36.4 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.

37. Uncorrected Defects

37.1 The Procuring Entity shall give the Contractor at least fourteen (14) days notice
of his intention to use a third party to correct a Defect. If the Contractor does
not correct the Defect himself within the period, the Procuring Entity may have
the Defect corrected by the third party. The cost of the correction will be
deducted from the Contract Price.

37.2 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.

38. Advance Payment

75
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

38.1 The Procuring Entity shall, upon a written request of the contractor which shall
be submitted as a contract document, make an advance payment to the
contractor in an amount not exceeding fifteen percent (15%) of the total
contract price, to be made in lump sum or, at the most two, installments
according to a schedule specified in the SCC.

38.2 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.

38.3 The advance payment shall be repaid by the Contractor by deducting fifteen
percent (15%) from his periodic progress payments a percentage of the total
contract price used for the advance payment.

38.4 The contractor may reduce his standby letter of credit or guarantee instrument
by the amounts refunded by the Monthly Certificates in the advance payment.

38.5 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 38.1.

39. Progress Payments

39.1 The Contractor may submit a request for payment for Work accomplished.
Such request for payment shall be verified and certified by the Procuring
Entity’s Representative/Project Engineer. Except as otherwise stipulated in the
SCC, materials and equipment delivered on the site but not completely put in
place shall not be included for payment.

39.2 The Procuring Entity shall deduct the following from the certified gross amounts
to be paid to the contractor as progress payment:

(a) Cumulative value of the work previously certified and paid for.

(b) Portion of the advance payment to be recouped for the month.

(c) Retention money in accordance with the condition of contract.

(d) Amount to cover third party liabilities.

(e) Amount to cover uncorrected discovered defects in the works.

39.3 Payments shall be adjusted by deducting therefrom the amounts for advance
payments and retention. The Procuring Entity shall pay the Contractor the
amounts certified by the Procuring Entity’s Representative within twenty eight
(28) days from the date each certificate was issued. Unless otherwise indicated
in the SCC, no payment of interest for delayed payments and adjustments shall
be made by the Procuring Entity.

76
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

39.4 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.

39.5 Items of the Works for which a price of “0” (zero) has been entered in the Bill
of Quantities will not be paid for by the Procuring Entity and shall be deemed
covered by other rates and prices in the Contract.

40. Payment Certificates

40.1 The Contractor shall submit to the Procuring Entity’s Representative monthly
statements of the estimated value of the work executed less the cumulative
amount certified previously.

40.2 The Procuring Entity’s Representative shall check the Contractor’s monthly
statement and certify the amount to be paid to the Contractor.

40.3 The value of Work executed shall:


(a) be determined by the Procuring Entity’s Representative;
(b) comprise the value of the quantities of the items in the Bill of Quantities
completed; and
(c) include the valuations of approved variations.

40.4 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.

41. Retention

41.1 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 the SCC.

41.2 Progress payments are subject to retention of ten percent (10%), referred to
as the “retention money.” Such retention shall be based on the total amount
due to the Contractor prior to any deduction and shall be retained from every
progress payment until fifty percent (50%) of the value of Works, as
determined by the Procuring Entity, are completed. If, after fifty percent (50%)
completion, the Work is satisfactorily done and on schedule, no additional
retention shall be made; otherwise, the ten percent (10%) retention shall again
be imposed using the rate specified therefor.

41.3 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
77
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

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.

41.4 On completion of the whole Works, the Contractor may substitute retention
money with an “on demand” Bank guarantee in a form acceptable to the
Procuring Entity.

42. Variation Orders

42.1 Variation Orders may be issued by the Procuring Entity to cover any
increase/decrease in quantities, including the introduction of new work items
that are not included in the original contract or reclassification of work items
that are either due to change of plans, design or alignment to suit actual field
conditions resulting in disparity between the preconstruction plans used for
purposes of bidding and the “as staked plans” or construction drawings
prepared after a joint survey by the Contractor and the Procuring Entity after
award of the contract, provided that the cumulative amount of the Variation
Order does not exceed ten percent (10%) of the original project cost. The
addition/deletion of Works should be within the general scope of the project as
bid and awarded. The scope of works shall not be reduced so as to
accommodate a positive Variation Order. A Variation Order may either be in
the form of a Change Order or Extra Work Order.

42.2 A Change Order may be issued by the Procuring Entity to cover any
increase/decrease in quantities of original Work items in the contract.

42.3 An Extra Work Order may be issued by the Implementing Office 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.

42.4 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 Head of the Procuring Entity 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%).

78
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

42.5 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:

(a) If the Procuring Entity’s representative/Project Engineer believes that a


Change Order or Extra Work Order should be issued, he shall prepare the
proposed Order accompanied with the notices submitted by the Contractor,
the plans therefore, his computations as to the quantities of the additional
works involved per item indicating the specific stations where such works
are needed, the date of his inspections and investigations thereon, and the
log book thereof, and a detailed estimate of the unit cost of such items of
work, together with his justifications for the need of such Change Order or
Extra Work Order, and shall submit the same to the Head of the Procuring
Entity for approval.

(b) The Head of the Procuring Entity or his duly authorized representative,
upon receipt of the proposed Change Order or Extra Work Order shall
immediately instruct the appropriate technical staff or office of the
Procuring Entity’s to conduct an on-the-spot investigation to verify the need
for the Work to be prosecuted. A report of such verification shall be
submitted directly to the Head of the Procuring Entity or his duly authorized
representative.

(c) The, Head of the Procuring Entity or his duly authorized representative,
after being satisfied that such Change Order or Extra Work Order is justified
and necessary, shall review the estimated quantities and prices and forward
the proposal with the supporting documentation to the Head of Procuring
Entity for consideration.

(d) If, after review of the plans, quantities and estimated unit cost of the items
of work involved, the proper office of the procuring entity empowered to
review and evaluate Change Orders or Extra Work Orders recommends
approval thereof, Head of the Procuring Entity or his duly authorized
representative, believing the Change Order or Extra Work Order to be in
order, shall approve the same.

(e) The timeframe for the processing of Variation Orders from the preparation
up to the approval by the Head of the Procuring Entity concerned shall not
exceed thirty (30) calendar days.

43. Punch List

Once the project reaches an accomplishment of ninety five (95%) of the total contract
amount, the Procuring Entity may create an inspectorate team to make preliminary

79
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

inspection and submit a punchlist to the Contractor in preparation for the final turnover
of the project. The punchlist will contain, among others, the remaining Works, Work
deficiencies for necessary corrections, and the specific duration/time to fully complete
the project considering the approved remaining contract time. This, however, shall not
preclude the claim of the Procuring Entity for liquidated damages.

44. Suspension of Work

44.1 The Procuring Entity shall have the authority to suspend the work wholly or
partly by written order for such period as may be deemed necessary, due to
force majeure or any fortuitous events or for failure on the part of the
Contractor to correct bad conditions which are unsafe for workers or for the
general public, to carry out valid orders given by the Procuring Entity or to
perform any provisions of the contract, or due to adjustment of plans to suit
field conditions as found necessary during construction. The Contractor shall
immediately comply with such order to suspend the work wholly or partly.

45.2 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:

(a) There exist right-of-way problems which prohibit the Contractor from
performing work in accordance with the approved construction schedule.

(b) Requisite construction plans which must be owner-furnished are not issued
to the contractor precluding any work called for by such plans.

(c) Peace and order conditions make it extremely dangerous, if not possible,
to work. However, this condition must be certified in writing by the
Philippine National Police (PNP) station which has responsibility over the
affected area and confirmed by the Department of Interior and Local
Government (DILG) Regional Director.

(d) There is failure on the part of the Procuring Entity to deliver government-
furnished materials and equipment as stipulated in the contract.

(e) 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.

44.3 In case of total suspension, or suspension of activities along the critical path,
which is not due to any fault of the Contractor, the elapsed time between the
effective order of suspending operation and the order to resume work shall be
allowed the Contractor by adjusting the contract time accordingly.

45. Payment on Termination


80
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

45.1 If the Contract is terminated because of a fundamental breach of Contract by


the Contractor, the Procuring Entity’s Representative shall issue a certificate
for the value of the work done and Materials ordered less advance payments
received up to the date of the issue of the certificate and less the percentage
to apply to the value of the work not completed, as indicated in the SCC.
Additional Liquidated Damages shall not apply. If the total amount due to the
Procuring Entity exceeds any payment due to the Contractor, the difference
shall be a debt payable to the Procuring Entity.

45.2 If the Contract is terminated for the Procuring Entity’s convenience or because
of a fundamental breach of Contract by the Procuring Entity, the Procuring
Entity’s Representative shall issue a certificate for the value of the work done,
Materials ordered, the reasonable cost of removal of Equipment, repatriation
of the Contractor’s personnel employed solely on the Works, and the
Contractor’s costs of protecting and securing the Works, and less advance
payments received up to the date of the certificate.

45.3 The net balance due shall be paid or repaid within twenty eight (28) days from
the notice of termination.

45.4 If the Contractor has terminated the Contract under GCC Clauses 17 or 18,
the Procuring Entity shall promptly return the Performance Security to the
Contractor.

46. Extension of Contract Time

46.1 Should the amount of additional work of any kind or other special
circumstances of any kind whatsoever occur such as to fairly entitle the
contractor to an extension of contract time, the Procuring Entity shall determine
the amount of such extension; provided that the Procuring Entity is not bound
to take into account any claim for an extension of time unless the Contractor
has, prior to the expiration of the contract time and within thirty (30) calendar
days after such work has been commenced or after the circumstances leading
to such claim have arisen, delivered to the Procuring Entity notices in order
that it could have investigated them at that time. Failure to provide such notice
shall constitute a waiver by the Contractor of any claim. Upon receipt of full
and detailed particulars, the Procuring Entity shall examine the facts and extent
of the delay and shall extend the contract time completing the contract work
when, in the Procuring Entity’s opinion, the findings of facts justify an
extension.

46.2 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.

46.3 Extension of contract time may be granted only when the affected activities fall
within the critical path of the PERT/CPM network.

81
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

46.4 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.

46.5 Extension of contract time shall be granted for rainy/unworkable days


considered unfavorable for the prosecution of the works at the site, based on
the actual conditions obtained at the site, in excess of the number of
rainy/unworkable days pre-determined by the Procuring Entity in relation to
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, and/or for equivalent period of delay due to major
calamities such as exceptionally destructive typhoons, floods and earthquakes,
and epidemics, and for causes such as non-delivery on time of materials,
working drawings, or written information to be furnished by the Procuring
Entity, non-acquisition of permit to enter private properties within the right-of-
way resulting in complete paralyzation of construction activities, and other
meritorious causes as determined by the Procuring Entity’s Representative and
approved by the Head of the Procuring Entity. Shortage of construction
materials, general labor strikes, and peace and order problems that disrupt
construction operations through no fault of the Contractor may be considered
as additional grounds for extension of contract time provided they are publicly
felt and certified by appropriate government agencies such as DTI, DOLE,
DILG, and DND, among others. The written consent of bondsmen must be
attached to any request of the Contractor for extension of contract time and
submitted to the Procuring Entity for consideration and the validity of the
Performance Security shall be correspondingly extended.

46.6 The number of rainy/unworkable days considered unfavorable for the


prosecution of the works at the site is made known to the Bidders through the
table in the SCC. The information given herewith and provided is given in good
faith by the Employer but the Contractor shall satisfy himself regarding all
aspects of site condition and no claim will be entertained in the plea that the
information supplied by the Employer is erroneous or insufficient.

47. Price Adjustment

Except for extraordinary circumstances as determined by NEDA and approved by the


GPPB, no price adjustment shall be allowed. Nevertheless, 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.

48. Completion and Acceptance

The issuance of a Certificate of Completion and a Certificate of Acceptance for the


contract shall be made in accordance with the provisions of DPWH Department Order
(DO) No. 99, series of 2015.

49. Taking Over

82
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION IV


Government of Republic of Philippines GENERAL CONDITIONS OF
CONTRACT (GCC)

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.

50. As-Built Drawings and Operating and Maintenance Manuals

50.1 If “As-Built” Drawings and/or operating and maintenance manuals are required,
the Contractor shall supply them by the dates stated in the SCC.

50.2 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.

83
Section V. Special Conditions of Contract
(SCC)
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION V


Government of Republic of Philippines SPECIAL CONDITIONS OF
CONTRACT (SCC)

SPECIAL CONDITIONS OF CONTRACT

GCC Clause

1.1 The Approved Budget of the Contract (ABC) is PHP 144,750,000.00.

1.19 The Intended Completion Date is 240 days from the start date. The
contract duration shall be reckoned from the start date and not from the
Effectivity Date.

1.28 The Procuring Entity is

Department of Public Works and Highways


Cebu 5th District Engineering Office
Sitio Upland, Barangay Poblacion,
Danao City, Cebu

1.29 The Procuring Entity’s Representative is

FLORIDA P. NUÑEZ, CESE


District Engineer
Department of Public Works and Highways
Cebu 5th District Engineering Office

The Implementing Unit’s Representative is:

CRESYL M. CANONIGO
OIC-Chief, Construction Section
Cebu 5th District Engineering Office

1.31 The Site is located in Liloan, Cebu

1.35 The Start Date is as given in Notice to Proceed, but not more than seven (7)
calendar days from the issuance of the Notice to Proceed.

1.39 The Works consist of the following:

Design & Build for the Proposed Construction of Multi-Purpose Building –


Construction of 7-Storey Academic Building at CTU Liloan Campus, Liloan,
Cebu

2.2 Not applicable.

5.1 The Implementing Unit shall give possession of any or all parts of the Site
to the Contractor upon issuance of the Notice to Proceed.

87
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION V


Government of Republic of Philippines SPECIAL CONDITIONS OF
CONTRACT (SCC)

6.5 The minimum work experience requirements for the key personnel are the
following:
i. Detailed Engineering Design
General Relevant
Key Personnel Experience Experience Qualifications
(Years) (Years)
1 Architect 5 2 A licensed Architect with DED
experience in building
1 Structural Engineer 5 2 A licensed Civil Engineer with
DED experience preferably
with Master’s Degree in
Civil/Structural Engineering
1 Sanitary Engineer 5 2 A licensed Sanitary Engineer
with DED experience in
building
1 Professional 5 2 A licensed Professional
Electrical Engineer Electrical Engineer with DED
experience in building
1 Professional 5 2 A licensed Professional
Mechanical Engineer Mechanical Engineer with DED
experience in building
ii. Construction
General Relevant
Key Personnel Experience Experience Qualifications
(Years) (Years)
1 Project Manager 5 5 A licensed Civil Engineer with
construction experience as
Project Manager
1 Project Engineer 5 3 A Civil Engineer with
experience in construction of
building as Project Engineer
1 Materials Engineer DPWH Accredited Materials
N/A N/A
Engineer I
1 Safety Officer 5 3 With COSH Training conducted
by DOLE
1 Electrical Engineer 5 3 A licensed Electrical Engineer
with experience in
construction of building
1 Mechanical 5 3 A licensed Mechanical
Engineer Engineer with experience in
construction of building
1 Sanitary Engineer 5 3 A licensed Sanitary Engineer
with experience in
construction of building
1 Foreman 5 3 With experience in Building as
Foreman

Additional GCC The contractor shall be responsible for obtaining all necessary information
6.9 as to risks, contingencies and other circumstances which may affect the
works and shall prepare and submit all necessary documents specified by
88
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION V


Government of Republic of Philippines SPECIAL CONDITIONS OF
CONTRACT (SCC)

the procuring entity to meet all regulatory approvals as specified in the


contract documents.
Contractor shall be responsible for obtaining all necessary information as
to risks, contingencies and other circumstances which may affect the
works and shall prepare and submit all necessary documents specified by
the procuring entity to meet all regulatory approvals as specified in the
contract documents.
8.1 No further instructions.

8.4(c) No further instructions.

8.7 No further instructions.

9.1 No further instructions.

10.1 The applicable liquidated damages is at least one tenth (1/10) of one
percent of the cost of the unperformed portion for every day of delay.

The maximum deduction shall be ten percent (10%) of the amount of the
contract, the Procuring Entity shall rescind the contract, without prejudice
to other courses of action and remedies open to it.

11 Not applicable.

13.3 No further instructions.

13.5 Refer to Section 62.2 of the Revised IRR of RA 9184 for the warranty
period applicable for the proposed infrastructure project.

14 No further instructions.

19.3(h)(1) No further instructions.

22.2 The Arbiter is:


Construction Industry Arbitration Commission
4F Jupiter Bldg., 56 Jupiter Street
Bel Air, Makati City

22.3 No further instructions.

29.1 No dayworks are applicable to the contract.

31.1 The Contractor shall submit the Program of Work to the Procuring Entity’s
Representative within ten (10) days of delivery of the Notice of Award.

33.3 The funding source is the Government of the Philippines. The Funding
Source is the Government of the Philippines.
36.4 No further instructions.

89
D&B for the Proposed Construction of Multi-Purpose
Building – Construction of 7-Storey Academic Building
at CTU Liloan Campus, Liloan, Cebu

Department of Public Works and Highways (DPWH) SECTION V


Government of Republic of Philippines SPECIAL CONDITIONS OF
CONTRACT (SCC)

38.1 The amount of the advance payment is 15% of the total Contract Price
to be made in lump sum or, at the most, two installments (7.5%).

39.1 Materials and equipment delivered on the site but not completely put in
place shall not be included for payment.

39.3 No further instructions.

39.4 The first progress payment may be paid by the Procuring Entity to the
Contractor upon submission of a statement of work accomplishment
which showed the amounts which the Contractor considers itself to be
entitled to cover the value of works it executed based on the items in the
Bill of Quantities as certified by the Procuring Entities Representative.

45.1 No further instructions.

46.6 No claim shall be allowed for rainy/unworkable days. No claim shall be


allowed for rainy/unworkable days.

50.1 The date by which “as built” drawings are required is thirty (30) calendar
days from completion of the project.

50.2 The amount to be withheld for failing to produce “as built” drawings
and/or operating and maintenance manuals by the date required is 10%
of the final Contract Price.

90
Section VI. Terms of Reference (TOR) and
Specifications
A. Proposed CONSTRUCTION OF 7-Storey Academic Building at CTU Liloan Campus

Project Title : The Construction of Multi Purpose Building-Construction of 7 – Storey Academic


Building at CTU Liloan Campus, Liloan, Cebu

Location : Barangay Jubay, Liloan, Cebu

TERMS OF REFERENCE
I. BACKGROUND
The Local Government of Liloan commitment to provide high quality education and health
services, to provide academic building and sports facilities to be used by the local residents
and students in particular through the design and build of the Proposed 7-Storey Academic
building.

II. PROJECT COMPONENTS


Site and space planning were governed by the standards, rules and regulations on the design
of 7-Storey Building as prescribed by the Department and other concerned agencies. Building
design shall conform to the provisions of the National Building Code of the Philippines (PD
1096), Accessibility Law (BP 344), National Structural Code of the Philippines, Electrical
Engineering Law (RA 7920), Fire Code (RA 9514) and other laws and regulations covering
environmental concerns and local ordinances and regulations.

1. Pre-Detailed Design

Engineering Surveys and Investigations


Surveys and investigations of the site includes boundaries of the property, elevations and
contours (at 0.5m interval), soil tests, location, dimension, existing floor elevations and other
pertinent data on existing buildings and improvements and existing utility lines.

Design Development Drawings


Preparation of the following schematic drawings and documents for design development based
on the space program prepare by the DPWH.
a. Perspective Views
b. Floor plans, sections and elevations
c. Site Development Plan
d. Engineering Plans, Layout and Schematic Diagram

2. Detailed Design

Preparation of the following Detailed Design Drawings (see DPWH Checklist of Drawings
Requirements) based on the approved Design Development Drawings and Design Parameters
including any revisions and refinements as approved and required by the Owner:
a. Detailed Architectural Plans (refer to Checklist of Drawings Requirements and Design
Parameters).
b. Detailed Structural Plans (refer to Checklist of Drawings Requirements and Design
Parameters).

92
c. Detailed Electrical Plans (refer to Checklist of Drawings Requirements and Design
Parameters).
d. Structural Computations and Seismic Analysis and Electrical Design Computations.
e. General Notes and Technical Specifications describing type and quality of materials
and equipment to be used, manner of construction and the general conditions under
which the project is to be constructed.
f. Detailed Bill of Quantities, Cost Estimates including a summary sheet indicating the
unit prices of construction materials, labor rates and equipment rentals.
g. Summary of Works

3. Construction

As a rule, contract implementation guidelines for procurement of infrastructure projects shall


comply with Annex “E” and guidelines for the implementation of contracts for DESIGN AND
BUILD infrastructure projects shall comply with Annex “G” of IRR, RA 9184. The following
provisions shall supplement these procedures:

1. The contractor shall commence works upon issuance of Building Permit for the project by
the Building Official. Work execution shall be in accordance with reviewed and approved
documents.

2. The contractor shall be responsible for obtaining all necessary information as to risks,
contingencies and other circumstances which may affect the works and shall prepare and
submit all necessary documents specified by the concerned Building Officials to meet all
regulatory approvals as specified in the contract documents.

3. The contractor shall submit a detailed program of works within fourteen (14) calendar
days after the issuance of the Notice to Commence for approval by the procuring entity
that shall include, among others:
a. The order in which it intends to carry out the work including anticipated timing for
each stage of design/detailed engineering and construction;
b. Periods for review of specific outputs and any other submissions and approvals;
c. Sequence of timing for inspection and tests;
d. General description of the design and construction methods to be adopted;
e. Number and names of personnel to be assigned for each stage of the work;
f. List of equipment required on site for each stage of the work; and
g. Description of the quality control system to be utilized for the project.

4. Any errors, omissions, inconsistencies, inadequacies or failure submitted by the contractor


that do not comply with the requirements shall be rectified, resubmitted and reviewed at
the contractor’s cost. If the contractor wishes to modify and design or document which
has been previously submitted, reviewed and approved, the contractor shall notify the
NKTI within a reasonable period of time and shall shoulder the cost of such changes.

5. As a rule, changes in design and construction requirements shall be limited only to those
that have not been anticipated in the contract documents prior to contract signing and
approval. The following guidelines shall govern approval for change or variation orders:
a. Change Orders resulting from design errors, omissions or non-conformance with
the performance specifications and parameters and the contract documents by the

93
contractor shall be implemented by the contractor at no additional cost to the
Owner.
b. Provided that the contractor suffers delay and/or incurs costs due to changes or
errors in the Owners performance specifications and parameters, the contractor
shall be entitled to either one of the following:

1) An extension of time for any such delays under Section 10 of Annex “E” of
IRR (RA 9184); or
2) Payment for such costs as specified in the contract documents, provided,
that the cumulative amount of the variation order does not exceed ten
percent (10%) of the original project cost.
3) The contract documents shall include the manner and schedule of payment
specifying the estimated contract amount and installment in which the
contract will be paid.
4) The contractor shall be entitled to advance payment subject to the
provisions of Section 4 of Annex “E”, IRR (RA 9184).
5) The Owner shall define the quality control procedures for the design and
construction in accordance with the DOH guidelines and shall issue the
proper certificates of acceptance for sections of the works or whole of the
works as provided for in the contract documents.
6) The contractor shall provide all necessary equipment, personnel,
instruments, documents and others to carry out specified tests.
7) This design and build projects shall have a minimum Defects Liability Period
of one (1) year after contract completion or as provided for in the contract
documents. This is without prejudice to the liabilities imposed upon the
engineer/architect who drew up the plans and specification for building
sanctioned under Section 1723 of the New Civil Code of the Philippines.
8) The contractor shall be held liable for design and structural defects and/or
failure of the completed project within the warranty period of 15 years for
permanent structures/buildings as specified in Section 62.2.3.2 of the IRR
(RA 9184)

III. APPROVED BUDGET COST

The total approved budget cost for the Project is (see ABC).

94
IV. TIME FRAME

The Contractor is required to complete the Project within an indicative period as shown below, to
start upon the Contractor’s receipt and signing of Notice to Proceed. The time frame to be followed
for the project is as follows:
Design and Construction Schedule:

1 2 3 4 5 6 7
ACTIVITY

1Month
Pre-Design including
Owner’s approval

Detailed Design including 1.5 Months


Owner’s approval

1.5 Months
Application and Issuance
of Building Permit

3 Months (Phasing)
Construction Phase

ELIGIBILITY CRITERIA, GENERAL TERMS AND CONDITION AND SUBMITTALS

ELIGIBILITY REQUIREMENTS:

A. Basic

1. The eligibility requirements for Design and Build Scheme shall comply with the applicable
provisions of Sections 23 – 24 of Revised IRR of RA 9184.

2. A modified set of requirements integrating eligibility documents and criteria for


infrastructure projects and consulting services shall be adopted in accordance with Annex
G - Guidelines for the Procurement and Implementation of Contracts for Design and Build
Infrastructure Projects Annex “G” of Revised IRR of RA 9184.

3. The Design Build Contractor must have completed similar projects in the amount of at
least fifty percent (50%) of the ABC and the largest of these similar contracts must be
equivalent to at least half of the fifty percent (50%) as required above from the date of
submission and receipt of bids.

95
B. Specialized

1. Design/Engineering Firm

The bidder’s designer must have successfully or substantially completed the design of
a project similar in nature and complexity as this contract under bidding and shall have
earned a fee amounting to at least 50% of the ABC of the design component.

If the bidder has no experience in design and build projects on its own it may enter
into subcontracting, partnerships, or joint venture with design or engineering firms for
the design portion of the contract.

2. Detailed Architectural and Engineering Design Key Personnel

General
Relevant
Experienc
Key Personnel Experience Qualifications
e
(Years)
(Years)
1 Architect 5 2 A licensed Architect with DED
experience in building
1 Structural 5 2 A licensed Civil Engineer with
Engineer DED experience preferably
with Master’s Degree in
Civil/Structural Engineering
1 Sanitary Engineer 5 2 A licensed Sanitary Engineer
with DED experience in
building
1 Professional 5 2 A licensed Professional
Electrical Engineer Electrical Engineer with DED
experience in building
1 Professional 5 2 A licensed Professional
Mechanical Mechanical Engineer with DED
Engineer experience in building

3. Construction

General
Relevant
Experienc
Key Personnel Experience Qualifications
e
(Years)
(Years)
1 Project Manager 5 5 A licensed Civil Engineer with
construction experience as
Project Manager
1 Project Engineer 5 3 A Civil Engineer with
experience in construction of
building as Project Engineer
1 Materials DPWH Accredited Materials
N/A N/A
Engineer Engineer I
1 Safety Officer 5 3 With COSH Training conducted
by DOLE

96
1 Electrical 5 3 A licensed Electrical Engineer
Engineer with experience in construction
of building
1 Mechanical 5 3 A licensed Mechanical Engineer
Engineer with experience in construction
of building
1 Sanitary Engineer 5 3 A licensed Sanitary Engineer
with experience in construction
of building
1 Foreman 5 3 With experience in Building as
Foreman

SCOPE OF WORKS:

Work Item and Description:

1. Pre-Detailed Design Work

a. Surveys and Investigation of the site including establishment of boundaries.


b. Other Necessary Survey and Related Works including verification on-site the capacity
of existing utilities.

2. Design Development of the Building (Refer to Terms of Reference for Space and Area
Requirements)
a. Schematic Plans (refer to TOR for List of Drawings)

3. Detailed Design Works


a. Detailed Architecture and Engineering Design (Refer to Checklist of Drawings)
b. Technical Specifications
c. Detailed Cost Estimates
d. Engineering Computations

4. Construction Works (Inclusive of Building Permits and fees, Licenses, Permits, etc.)
a. Mobilization and Temporary Facilities
b. Foundation Works for entire structure
c. Complete Structural Steelworks and Roofing System for entire structure
d. Complete Architectural and Engineering Works
e. Roughing-ins for sanitary and electrical works for all floor area up to top floor
f. Other necessary related works
Other Requirements

1. The Contractor shall provide the following set of plans and supporting documents, free of
charge:
a. Two (2) sets Construction Plans; Project Specification; Cost Estimate/ Bill of Materials;
Structural Analysis and Design Computation; Geotech report/Soil Boring Test Report,
Signed and Sealed by the professionals

97
b. Five (5) sets Construction Plans; Project Specification; Cost Estimate/ Bill of Materials;
Structural Analysis and Design Computation; Geotech report/Soil Boring Test Report,
Hydraulic Computation, Signed and Sealed by the professionals - Application of
Locational Clearance, Fire Safety Permit, Building Permit; inclusive of Fees.
- Three (3) Sets of Site Development Plans and Architectural Floor Plans – DOH-Permit to
Construct

2. Upon completion of the Project the Contractor shall provide the following requirement:
a. Three (3) sets of As-built plans, Signed and Sealed by the professionals (20” x 30”
Blueprint and electronic file)
b. Tabulated List of finishes
c. Equipment Brochures and Catalogues
d. Warranty/Brand New Certificates for new equipment
• Five (5) years warranty for LED lamps and bulbs; and Fire rated D Door, including
spare parts and services, for all equipment and services except for consumables
and materials with expiration and conduct validation with issued certification.
• Atleast one (1) year warranty for workmanship and fixtures/equipment installed
• Test Results

e. Permits and Licenses


To secure and provide computations and reports needed for the application of permits
and licenses at Contractor’s expense. The Contractor must also validate the existing
facilities and utilities to determine capacity.

MINIMUM REQUIREMENTS FOR CONSTRUCTION SAFETY AND HEALTH:

1. General Requirements
No Contractor or subcontractor shall require any employee to work in surroundings or
under working conditions that are unsanitary, hazardous, or dangerous to his health or
safety.

In order to meet this general requirement, the contractor must:

a. Initiate and maintain programs (written or otherwise) to comply with this general
requirement.
b. Provide frequent and regular inspections of the job sites by competent persons
• Competent person means one who is capable of identifying existing and
predictable hazards in the surroundings or working conditions which are
unsanitary, hazardous, or dangerous to employees, and who has authorization
to prompt corrective measures to eliminate them.
c. Prohibit the use of any machinery, tool, material, or equipment that is not in
compliance with applicable requirements.
d. Permit only those employees adequately trained to operate machinery or equipment.
e. Provide training for all employees in:
• Recognition and avoidance of unsafe conditions
• Workplace safety and health requirements

98
• Applicable hazards, safe handling, and personal protective equipment
necessary for handling poisons, caustics, flammables, and other harmful
substances relevant to their job duties.
• Specific hazards and procedures for entering confined spaces if applicable
f. Provide provisions for medical care and first aid.
g. Develop an effective fire protection and prevention plan.
h. Insure appropriate housekeeping measures including clear walkways and removal of
combustible scrap and debris.
i. Require the wearing of appropriate personal protective equipment such as hard hats,
safety glasses, steel toe shoes, or other appropriate protective equipment in all
operations where there is an exposure to hazardous conditions.
j. Develop an emergency action plan covering designated actions employers and
employees must take to ensure employees safety from fire and other emergency.

• Plan must be in writing for employers with greater than 10 employees


• All employees must be trained upon initial assignment on the parts of the plan
the employee needs to know in the event of an emergency.

k. Provide access to hand washing facilities, toilets, and an adequate supply of drinking
water.
l. Provide safety and health signs that are clearly visible to construction workers and
public.
m. Conduct regular safety meetings (toolbox meetings).
n. Observe strict compliance of the IATF-DPWH Construction Safety Guidelines and
enforce standard safety procedures throughout the contract period. Presence of Safety
Officer is required to record health conditions of worker daily.

DESIGN PARAMETERS

ARCHITECTURAL WORKS

I. Codes and Standards


The Architectural Works shall be in accordance with the following Laws, Codes and
Standards.

· Laws and Codes:


1. National Building Code of the Philippines (PD 1096) and its Latest and Amended
IRR
2. Philippine Green Building Code, A Referral Code of PD 1096
3. RA 9266 or Architecture Law and its Latest and Amended IRR
4. BP 344 or Accessibility Law and its Latest and Amended IRR
5. RA 9514 Fire Code of the Philippines
6. Existing Local Codes and Ordinances.
7. And other Laws that applies to the projects

· Standards:
1. Bureau of Product Standards (BPS)
2. Underwriters Laboratory (UL) 1. General

99
II.General Drawing Guidelines

1. General

• All drawings shall be computer-drafted. Drawings shall be submitted both in printed (20”x
30” or larger, if necessary) and electronic copies.

• Keep the same orientation for all plans. The north orientation shall be indicated in all
architectural floor plans. The orientation of the architectural plans shall be consistent with
all the engineering plans.

• Existing buildings and new works shall be clearly indicated and labeled in the site plans.

• Detailed plans shall have a scale not smaller than 1: 50 meters.

• Spot detailed plans, elevations, and sections shall have a scale not smaller than 1: 10
meters.

• Avoid notes such as ‘see architectural detail’ or ‘see structural’. Always refer with a callout
to the specific detail drawing and sheet number.

2. Site Plans

• The site plans shall have a scale not smaller than 1:400 meters.

3. Floor Plans

• All plans shall be 1: 100 meters. The same scale shall be used for the rest of the
architectural, structural, sanitary, plumbing, electrical and mechanical plans, except for
each trade’s site plan, detailed plans and spot details.

• Elevation callouts shall be indicated on the floor plans and shall be consistent with the
elevation drawing.

• Section line callouts on the floor plans shall be consistent with the section drawing.

• Floor plans shall be indicated with boxed room callout numbers, including the callout for
floor finishes and wall finishes.

• Floor elevations shall be indicated in the floor plans. This shall be in reference to the
natural grade line or the established finished floor lines of the adjoining existing
buildings.
• The location of mechanical equipment, e.g. air conditioning shall be indicated in the floor
plans. This shall be consistent with the mechanical and electrical plans.

• Door callouts shall be circles with the proper numbering, e.g. D-01.

• Window callouts shall be hexagons with the proper numbering, e.g. W-01.

4. Elevations and Sections

100
• Finish floor lines and top of truss lines shall be consistent in all the elevations, sections
and structural plans and details.

5. Reflected Ceiling Plans


• Reflected ceiling plans shall be indicated with boxed room callout numbers, including
the callout for ceiling finishes and lighting fixtures.

• Ceiling height relative and in reference to the finish floor line shall be indicated in the
reflected ceiling plans in each room with boxed dimensions. This is to ensure that the
ceiling heights of all rooms are established whether or not reflected in the sections.

• The description and location of the fixtures, e.g. lighting, smoke detectors, air condition
vents, exhaust fans, in the reflected ceiling plans shall be consistent with the electrical
and mechanical plans.

6. Roof Plans
• Location of all downspouts shall be indicated in the roof plans.

7. Doors and Windows

• Door and window schedules shall indicate the type of door or window, the number of
sets, the location/s of the door or window, the materials and accessories included and
other special specifications, e.g. color or finish.

8. Details
• Provide a minimum of one (1) bay section of a scale not smaller than 1:50 meters
preferably cut along the area with special construction design.

• Provide spot detail plans, elevations and sections of a scale not smaller than 1:10 meters
for gutter, eaves, parapet and aluminum-cladded panel canopy.

• Centerline location of plumbing fixtures shall be indicated in detail plans with lines of
reference and its corresponding dimensions. This is to indicate the exact locations of the
plumbing/sanitary roughing-ins.

III. Building Architectural Works

1. Floor Plans
• The structural, sanitary, plumbing, electrical and mechanical designs are required to
refer to the architectural plans and specifications in case of discrepancies. If an
engineering design will have any possible conflict or interference on the architectural
design, the latter may be adjusted provided that the aesthetic value will not be
compromised.
• The architectural and engineering plans shall be consistent all throughout in terms of
dimensions and locations of columns, beams, walls, roof line, conduits, ducts, pipes,
and fixtures, among others. Column and beam grid lines shall also be consistent in all
the architectural and engineering plans.

101
2. Walls
• Walls shall have an insulation coefficient appropriate for the type of occupancy of the
building.
• Interior walls shall be floor-to-floor height to prevent cross contamination and for fire
safety compartmentalization.
• For toilet wall tiles – adopt existing size, thickness, color and design at existing
installations within the hospital. Material samples shall be submitted for approval
before installation. But generally, tile size of 300mm. X 300mm. for areas of six (6)
square meters or below is being adopted in hospital specifications.
• Layout and work on wall and floor tiles must be aligned, plumb, level, and square.
• All edges, corners and intersections of toilet tiles, including the top-most tile not
reaching the ceiling shall be provided with polyvinyl chloride tile trims.

3. Floors
• Flooring for new construction shall adopt type, thickness, color and design at existing
installations within the hospital. Material samples shall be submitted for approval
before installation.
• Generally, floor finish adopted at hospitals are the following: (1) Roll-form, anti-static,
anti-bacterial, homogenous vinyl with welded joints. It shall cove upwards to the sides
of the wall up to a minimum of 900mm. from the floor. (2) Toilet floor tiles shall be
300mm. X 300mm. for areas of six (6) square meters or below.
• If floor tiles in two adjacent rooms with different material, color or design meet at the
door opening, the cut shall be located middle of the door thickness when in a closed
position.
• Layout and work on wall and floor tiles must be aligned, plumb, level, and square.
• All edges, corners and intersections of toilet tiles, shall be provided with polyvinyl
chloride

4. Ceiling Works
• Ceiling/roofing system shall have an insulation coefficient appropriate for the type
occupancy of the building.
• Generally, ceiling shall be the same found in existing similar rooms.
• Interior ceiling height shall not be lower that 3.0 m. Otherwise, adopt existing ceiling
height of adjacent building (where applicable). Provide details.
• If acoustic boards on aluminum T-runners shall be used for the ceiling, layout should
be on center and avoiding cut pieces. Provide details.

5. Doors and Windows


• Generally, the type of doors to be installed must be patterned after existing doors
found at the hospitals. Door finish and color shall be approved first before
installation.
• Generally, Technical Specifications of Hospitals require that: (1) Major rooms that
require security shall have sturdy doors e.g. wood panel, and metal; (2) Minor rooms
that do not require security shall at least have wood flush doors; and (3) Toilets shall

102
use polyvinyl chloride doors. Door jambs with no moulding/casing installed on
concrete walls shall have construction grooves all around.
• Door width shall be in 1.0 m. to accommodate passage of equipment.
• Provide vision panels on all doors, where applicable.
• Doors shall be with locking and self-çlosing mechanism. Generally, the type of
windows to be installed must be patterned after existing windows found at the
hospitals. Aluminum frame, type of glass and thickness shall be the same with
existing.
• Existing windows to the exterior located at the Bedroom of converted Isolation Rooms
shall be shut locked and sealed.
• Window sills shall be slightly sloped outwards to prevent damage to windows and paint
due to water seepage.
• All doors and windows shall have reinforced concrete lintel beams. Provide details.

6. Fixtures and Accessories


• Electrical light switches shall be located by the knob side of the door.
• Electrical switches and outlets shall be installed plumb and level.
• Power Outlets are to be provided to supply all needed medical equipment and
appliances. Medical equipment and appliances with a load of 10A and more are to be
provided with a dedicated special feeder circuits and outlets.
• Lighting and Power Outlets System are to be designed in accordance with the Philippine
Electrical Code including associated requirement in the Occupational Safety and Health
Standard.
• Electrical Panels are to be provided to interface the new electrical loads with the existing
electrical system. All cables, circuit breakers, bus works for any AC system expansions
are to be provided.
• A drainage line shall be provided for window-type air-conditioners. Likewise, split-type
air-conditioners located in the interior part of the building shall be so located adjacent
to areas with drainage lines, e.g. toilets, downspouts, balconies

7. Roofing Works
• Roofing/Ceiling system shall have an insulation coefficient appropriate for the type of
occupancy of the building.
• The section of the roof gutters shall be designed, in case of a clogged downspout, so
that the overflow of water will be directed outside of the building and not towards the
eaves or interior ceiling to prevent any damage. Provide details.
• Avoid valley or inside gutters in roof design. But in cases required in aesthetic design,
valley or inside gutters shall be in stainless steel or concrete gutters with membrane-
type waterproofing, and the section shall be designed with a capacity for big volume to
prevent any damage due to overflow. Provide details.
• Parapets, designed as a roof protection from the winds, must be designed to satisfy the
preceding parameters. Provide details.
• The slope of the roof shall not be less than 30 degrees.

8. Building Protection Works


• Moisture Vapor Barrier Works (where applicable)- All concrete floor slabs in direct
contact with the ground shall be provided with moisture vapor barrier to stop movement
of moisture from the ground through capillary action or osmotic pressure.

103
9. Painting
• Color of Prefab material shall be approved first before installation.
• For other materials:
a. Painted ceiling shall be in flat latex finish, while cornices and mouldings shall be in
gloss enamel finish.
b. Painted interior wall shall be at least in semi-gloss latex finish for ordinary rooms.
c. Painted exterior wall shall be at least in moisture-resistant/water-repellant solvent-
based paint finish, textured or smooth, unless otherwise specified.
d. Paint color and shade shall be approved first before application.

STRUCTURAL/CIVIL WORKS

I. Codes and Standards


The Civil/Structural Works shall be in accordance with the following Codes and Standards

● Codes
1. National Structural Code of the Philippines (NSCP) 2015
2. National Building Code of the Philippines and its revised IRR
3. Accessibility Law
4. Local Codes and Ordinances

● Standards
1. Bureau of Product Standards (BPS)
2. Philippine National Standards (PNS)
3. DPWH Blue Book
4. American Concrete Institute (ACI)
5. American Society for Testing Materials (ASTM)
6. American Welding Society (AWS)

II. Site Works

Based on Master Site Development Plan of the hospital, provide where applicable complete
design and details of sidewalks (concrete with curb and gutter, including drainage) network,
walkways parking areas and fencing.

1. The main road shall be capable of two-way traffic (at least 6mts. width) with a
minimum thickness of150mm (8 inches). Concrete strength should be at least
3000psi. Interior road (leading to support facilities) shall be so designed to
accommodate delivery vehicles, and fire trucks in case of emergency.
2. Walkways should be at least 100mm thick with concrete strength of 2500psi. Ramps
should be provided, instead of steps, for any change in elevations.
3. Parking area slabs should be at least 150mm thick with concrete strength of 3000psi.

For new buildings and existing structures, all materials, labor, tools and equipment
shall be provided. The scope shall include the following works.
1. Site clearing and preparation including levelling of soil, cutting, breaking of
affected concrete slab, etc.

104
2. Support and protection of slopes & ramp; adjacent properties, and restoration
of any existing structures that may be damaged/affected during the execution
of the proposed works;
3. Clearing and grubbing of all trees, and brush
4. Demolition, dismantling/removal works for the existing structures affected by
the proposed work.

III. Building

1. The building should be designed using seismic importance factor of 1.50 for
immediate occupancy category. Buildings should be designed in accordance with
NSCP Requirements up to Magnitude (7.0≤M≤8.5) for those near seismic source
Type A. Seismic gaps between buildings (old and new) should be properly observed.

2. The building should be designed also using wind importance factor of 1.15
(especially for design of trusses/roofing system) or Wind pressure from wind Maps
based on NSCP 2015 (whichever is higher). Concrete gutters and parapet walls
should be provided as additional protection to the roofing system during strong
typhoons.

3. Soil investigation number of bored hole as required by NSCP 2015 should be


conducted to determine soil bearing capacity and recommended foundation design
(applicable even for one storey structure).

4. The structural designer is encouraged to use fire-resistive and non-toxic materials.

5. If modification on the existing structure is necessary, the contractor shall submit


drawings prior to the execution of work. NGCP’s approval shall be construed to
relieve the contractor of its responsibility, liability and obligations;

6. Connection details of panel joints (interior and exterior) and roofing system with
structural design and analysis including the structural analysis of existing beams if
necessary.

SANITARY/PLUMBING WORKS

I. Codes and Standards


The Sanitary/Plumbing Works shall be in accordance with the following Codes and Standards.
• Codes:
1. National Building Code of the Philippines and Its New IRR
2. Uniform Plumbing Code of the Philippines (UPCP)
3. Fire Code of the Philippines
4. National Plumbing Code of the Philippines (NPCP)
5. Sanitation Code of the Philippines
6. Existing Local Codes and Ordinances.

105
• Standards:
1. Bureau of Product Standards (BPS)
2. Philippine National Standards for Drinking-Water
3. Underwriters Laboratory (UL)
4. DOH National \ Laboratory (NRL)
5. DOH Health Care Waste Management Manual
6. National Water Resources Board (NWRB)
7. National Plumbers Association of the Philippines (NAMPAP)
8. Philippine Society of Sanitary Engineers, Inc. (PSSE)

II. Site Works


Based on the Master Site Development, the Site Works shall provide complete layout of the
following:
1. Storm Drainage Network, indicating Drainage Manholes and Pipe Culvert;
2. Sewerage Pipe Network, indicating Sewage Manholes, Sewage pipes and;
3. Water Supply Network, indicating the location of Water Service entrance.
4. Storm Drainage Layout and Isometric Diagram including all miscellaneous details for
New Buildings
5. Sanitary line layout and Isometric Diagram including all miscellaneous details for New
Buildings

• The Storm Drainage Network shall accommodate the magnitude of peak rates of
surface run-off including drainage coming from the buildings. The system shall be
capable of handling the design flows routing to the designated outfall;
For rainfall calculation and sizing of drainage pipes, refer to UPCP and current
rainfall record from PAGASA.
• The Sewerage Pipe Network design shall accommodate all sewage coming from all
the facilities, conveyed by gravitational flow leading to the existing Sewage
Treatment Plant;

III. Building Facilities Sanitary/Plumbing System


1. Sewer line and Vent System
• Provide complete Sewer line and Vent System from all (Domestic) plumbing
fixtures and floor drains, laid by gravity flow leading to the Sewage Treatment
Plant (STP);

2. Waterline System (Potable water)


• Provide complete cold water supply pipes to all plumbing fixtures.
• Provide complete Hot water system with portable water heaters for selected areas
as required and or specified by the Owner.

3. Storm Drainage System

106
• Complete Storm Drainage System shall be provided for all roofs, canopies, concrete
ledges and balconies including condensate drains laid for gravity flow connected
to a leader/pipe line leading to the natural ground level storm drainage network.

4. Condensate Drain / Air-conditioning Drain


• Provide complete air conditioning drain system for all air conditioning unit tap to
nearest ledge leading to storm drainage system as indirect wastewater connection
provided with air gap, or provide separate riser to accommodate all air-conditioning
unit.

IV. Summary of Materials


• Sewer and Vent pipes; Unplasticized Polyvinyl Chloride (uPVC) extra series 1000
(Conforming to ISO 3633 ASTM D2729 including Trims and Fittings)
• Storm Drainage pipes; Downspouts, Unplasticized Polyvinyl Chloride (uPVC) extra series
1000 (Conforming to ISO 3633 ASTM D2729 including Trims and Fittings , BPS Certified)
• Drainage Pipes; 250mm dia. and below, Non-Reinforced Concrete Pipe (NRCDP) 300mm
dia. and above, Reinforced Concrete Pipe (RCDP)
• Drainage Manholes; Street Inlet, Curb Inlet, Traffic Type Reinforced Concrete Area
drain/Catch Basin, Reinforced Load Bearing CHB
• Sewage Manholes; Traffic Type Reinforced Concrete with Standard Steel Brass Cover
• Wastewater pipeline; Extra Heavy (XH) Single Hub, Hubless Cast Iron Pipes and Fittings
(CIP) conforming to ASTM Standard 888
• Cleanouts; Cast Iron Brass with counter sunk plug (BPS Certified)
• Floor Drains; Concealed type stainless steel
• Deck Drains; stainless steel (BPS Certified)
• Gutter Drains; stainless steel Dome Type Brass (BPS Certified)
• Slop Sink (If applicable)
• Cold Waterline pipes; for buildings, Polypropylene Pn25 Fusion Weld Pipes including Trims
and Fittings (BPS Certified)
• Hot Waterline System; for buildings, Polypropylene Pn25 Fusion Weld Pipes including
Trims and Fittings (BPS Certified)
• Trench Grating; Galvanized/Stainless Steel Iron grates
• Plumbing Fixtures including Trims, Fittings and accessories; (BPS Certified)
a. Water Closet -FlushType
b. Lavatory - (Wall hung) with self-closing, press action tap model with timed flow and
anti-blocking system
c. Shower head and valve, including faucet

MECHANICAL WORKS

I. Codes and Standards


The Mechanical Design shall be in accordance with the following Codes and Standards.
● Codes:
1. National Building Code of the Philippines and Its New IRR
2. Fire Code of the Philippines
3. Mechanical Engineering Code of the Philippines (ME Code)
4. Existing Local Government Codes and Ordinances.

107
● Standards:
1. Bureau of Product Standards (BPS)
2. Philippine National Standards (PNS)
3. Underwriters Laboratory (UL) and Factory Mutual (FM)
4. International Electrotechnical Commission (IEC) 1988
5. National Fire Protection Association (NFPA)
6. National Fire Protection Association (NFPA) 99 Standard for Health Care Facilities.
7. American Society of Heating, Refrigeration and Air Conditioning Engineers (ASHRAE).

II.Site Works
Based on the Master Site Development of the Hospital, the Site Works shall provide complete
Mechanical layout of the following:
1. Fire Detection and Alarm System
2. Air Conditioning and Ventilation System
3. Water Piping and Sewer System
4. Negative Pressure Room System

III. Fire Detection and Alarm System


General
This section covers the design, supply, delivery, installation, test and commissioning of the fire
detection and alarm system, complete in every aspect and suitable for reliable and satisfactory
operation.

System Description
The purpose of the fire alarm system is to guarantee a reliable and fault-free early warning
system in the event of fire, so that orders for extinguishing the fire can be issued from a central
point, as the permanently installed Total Gas Flooding Fire Suppression equipment be
automatically activated, where applicable.
The extreme climatic and other conditions must be taken fully into account in the dimensioning
of all parts of the equipment.

The fire alarm system provides for early detection of fire by means of automatically tripping
indicators or by means of analytical tests for the detection of smoke, gases and particles from
a fire in continuously extracted samples of air. Plug-in units using electronic modules must be
used.
The alarm signal-receiving units must be so designed such that by the use of a standardized
alarm unit socket, any of the following types of detectors maybe used with equal facility of any
of the fire alarm circuits:
• Addressable photoelectric detector for the detection of visible smoke formation and
burning gas
• Addressable thermal heat detector for detecting a rise in maximum temperature
• Addressable ionization detector for the detection of smoke and burning gas

In this way, by using the appropriate type of detector or indicator for the fire alarm system, it
can be ensured that the latter can meet freely and without restriction, the particular technical
requirements and conditions of the fire protection.
Power supply for the fire alarm system must come from the “UPS” (Uninterruptible Power
Supply) 120 volts or 240 volts AC of adequate capacity, which shall be electrically supervised.
Transfer from normal to emergency power or restoration to normal power shall be fully
automatic and shall not cause transmission of false alarm.

108
For the whole system, the following should be supplied and installed in sufficient numbers:

• Addressable photoelectric detector circuits


• Addressable thermal heat detector circuits
• Addressable fire alarm control panel complete with modules, chargers and battery
• Addressable contact input device
• Fire alarm bell
• Multi-signal horn with strobe light

Installation Requirements
The work required for in this specification shall include furnishing materials, tools and equipment
necessary for an incidental to the installation of a complete and usable standard system
conforming to the applicable requirements of NFPA 72A, 72B, 72D and 72E. Materials and
equipment to be furnished under this specification shall be essentially the current design
products of one manufacturer regularly engaged in the production of such equipment and shall
be listed by the Underwriter’s Laboratories, Inc. (UL) and approved by Factory Mutual System
(FM).

Wiring
Wiring shall be in accordance with the requirements of NFPA 72B, 72D and 72E wire for 220/110
volts circuit and shall be 3.5 mm2 minimum. All voltage wiring shall be color coded in conduit
or electrical metallic tubing. All circuit conductors shall be identified within each enclosure where
a top, splice or termination is made. Conductor identification shall be by plastic coated self-
sticking printed markers or by heat-shrink type sleeves. The markers shall be attached in a
manner that will not permit accidental
detachment. Control circuit terminations shall be properly identified. No. “T” wiring or pigtail
connectors shall be permitted.
Grounding
All terminals requiring grounding connection shall be grounded by connection from the
grounding terminal connection to either a driven ground rod or the buried grounding system of
the building. Resistance to ground shall not exceed 5 ohms.

Submittals
The Contractor shall submit the complete design of the system and all the necessary information
and documentation regarding the fire detection and alarm system such as those listed below
for the Owner’s review and approval prior to the purchase, installation and implementation of
the work.
• Arrangement and layout of all fire alarm equipment, electrical power supply panels,
wiring counts and conduit runs from the control panel to all associated equipment;
• Schematic diagram of fire alarm circuit;
• Design computation of the proposed system; and
• Technical description such as brochure/catalogue, etc. of the fire alarm equipment.

IV. Air Conditioning and Ventilation System

This section includes the scope of work, system description and general requirements to
complete the air-conditioning and ventilation systems of the project.

Scope
The work covered by this part of the specifications consists of performing all operations

109
in connection with the supply and installation of the air-conditioning and ventilation
systems. The work shall be complete and in strict accordance with this part of the
specifications, applicable drawings and shall be subject to terms and conditions of
the Contract.

General Requirements
The Contract drawings indicate the extent and general arrangement of the air-conditioning
and ventilation systems. If departures from the drawings are deemed necessary, details of
such departures and the reasons therefore shall be submitted to NKTI/GSD representative for
approval. No such departures shall be made without the prior written approval of NKTI/GSD
representative.

Application
All materials, machinery and equipment to be furnished shall be of the required quality used
in good commercial and trade practice and shall essentially be the standard products of
reputable manufacturers. The accessibility of these items including their workmanship and
method of installation shall be established by the following:

i. The Philippine Mechanical Engineering Code


ii. The Philippine Electrical Code
iii. Fire Code of the Philippines
iv. American Society of Heating, Refrigerating and Air-
v. Conditioning Engineers (ASHRAE)
vi. American Society of Mechanical Engineers (ASME)National Fire Protection
Association (NFPA)American National Standards Institute (ANSI)
vii. Air Moving and Conditioning Association (AMCA)
viii. American Society of Testing Materials (ASTM)
ix. National Electrical Manufacturers Association (NEMA)
x. Underwriters Laboratories (UL)
xi. Sheet Metal and Air-Conditioning Contractor’s National Association, Inc.
(SMACNA)

Equipment Schedule
As soon as practicable, after date of the award of the Contract, a complete schedule of the
equipment proposed for the installation shall be submitted for the approval of NKTI/GSD
representative showing dimensions and arrangement of the equipment and necessary
clearances. The schedule shall include catalogues, diagrams, and drawings. In the event any
items or equipment contained in the schedule fails to comply with the specifications, such item
may be rejected.

The Contractor shall carefully check space requirements to make sure that his equipment, air
ducts, pipes, dampers, motor controllers, etc. can be installed in the space allocated for the
same.

Existing Building
The Contractor shall use due care and diligence in removing, replacing, adjusting, cutting,
drilling, and installing any equipment/apparatus. Should any damage, due to the execution of
this Contract, occur to the existing or adjacent facilities/utilities, shall be repaired/restored by
the Contractor without charge. Coordinate with the NKTI/GSD representative for any
actions/work activity.

110
Description of work
In general, the work under this section shall include but is not limited to the following principal
items:
1. Supply and installation of the air-conditioning and ventilation equipment, control
package and all related accessories.
2. Supply and installation of air-conditioning and ventilation ductworks including
insulation, duct liner, grilles, diffusers, volume control and fire dampers, supports and
hangers, and all related accessories.
3. Supply and installation of refrigerant/chilled water piping including fittings, insulation,
valves, supports and hangers, and all related accessories.
4. Supply and installation of electrical materials including circuit breakers, magnetic
starters, switches, wires, conduits, supports and hangers, and all related accessories.
5. All other incidental items necessary for the satisfactory performance of the system.
6. Room validation includes test for particle counting, air velocity, room temperature,
relative humidity, leak test and air balancing which will be conducted by a Third party
company at Contractor’s expense.

Description of requirements that needs to be considered for the design of the Air-
conditioning and Ventilation Systems:

Specific Requirements for the Air-conditioning and Ventilation of Areas:

All Sections of Administrative Area, Staff Lounge, Observation Cubicle / Holding Area / Triage
Area, Lobby, Waiting Area, and Patient Area:
1. Room temperature should be within 23-25°C.
2. Relative humidity should not be greater than 60%.
3. Conditioned supply air should incorporate fresh air, at least 10% of the total supply
air of the room.
4. For the heat load calculation, refer to the plan or conduct site inspection with the
coordination of GSD for all the variables that needs to be considered in a health care
facility.

Specific Requirements for the Exhaust Ventilation System of per Area:

Observation Cubicle / Holding Area / Triage Area And Waiting Area:


1. Air changes of at least 12-15.
2. Room pressurization is negative relative to the adjacent rooms, with at least
differential pressure of 0.01-0.03 inches of water column (2.5 - 7.5 Pa).

Patient Area:
1. Air changes of at least 15-18.
2. Room pressurization is negative relative to the adjacent rooms, with at least
differential pressure of 0.03-0.05 inches of water column (7.5 - 12.5 Pa).

All Toilet Rooms:


1. Air changes of at least 6-10.

Existing Site Considerations for all Air-conditioning and Ventilation Equipment to


be installed:

1. Power Requirements:

111
a. The existing voltage configuration are as follows;
- 380V, 3 Phase (3 wires: 1 neutral, 1 ground)
- 220V, 1 Phase (line-neutral)
b. Transformers (for other voltage configuration) are not allowed due to electrical
room insufficient space.
c. All units should have designated manholes or platforms for ease of maintenance
access.

2. For Air-conditioning

If chilled water system is to be considered:


a. Chilled water line available for tapping is approximately 200 meters away from
the project site. Verify actual site and chiller location.
b. For a regular day, two (2) 400 TR Chillers are being operated with an average
loading of 75% each chiller.

If direct expansion system is to be considered:

a. Follow the general requirement of the refrigerant system, must be compliant to


the “Montreal or Kyoto Protocol” for the next Ten (10) Years.

Specific requirements for Exhaust Ventilation for the Negative Pressure Rooms

Observation Cubicle / Holding Area / Triage Area, Waiting Area and Patient Area:
1. Entrance doors should have differential pressure gauges with alarms.
2. Exhaust/Ventilation ducts should incorporate a bag in and bag out HEPA Filtration
unit, with differential pressure gauges and accessories.

Basic Materials and Methods

1. Refrigerant Piping
a. Refrigerant piping shall be seamless copper, fittings shall be wrought copper or brass
designed for use with high temperature solder and suitable for the type of refrigerant
and a working pressure above mentioned. Joints from soldered to threaded joints
shall be made with standard adapter fittings using high temperature solder. Pipes or
tubing shall be cut accurately to measurements established at the building lines. All
piping shall be laid straight and no pipe shall be laid against other metal without
insulation. After cutting, the tubing shall be reamed, all burrs removed and internal
surfaces thoroughly cleaned. While soldering pipes and fittings together, a continuous
flow of inert nitrogen gas must be applied to sweep the internal surface of the tubing
to avoid the formation of oxide inside.
b. Condensate drain piping shall be of PVC pipe and one pipe size above the minimum
specified drain sizes for each capacity to liberally dispose of the condensate to the
nearest floor drain. A P-trap with clean out plugs shall be provided at the outlet for
each drain pan.
c. Pipe supports, and hangers shall be provided and fabricated in a workmanship
manner out of steel angles, rods, and flat bars. Metal to metal contact between pipes
and hangers must be avoided by providing a 3 mm thick rubber in between.
d. Supports on horizontal lines shall be spaced at not more than 1.80 meters on center.
All piping must be properly anchored so that no stress is placed on equipment
connection by expansion.

112
e. Pipe sleeves shall be of standard steel pipes with sufficient diameter to provide a
minimum clearance of 6 mm around the pipe and in case of insulated pipe
approximately 6 mm around the insulation. Pipe sleeves shall be installed whenever
a pipe passes masonry or concrete. Pipes should not be permitted to pass through
bearing walls, beams, or columns.
f. Refrigerant pipe sizes shown on the drawings are for guide purposes only. Contractor
is advised to confirm with the equipment supplier the required pipe sizes for the units
prior to installation at the job site.
g. Pressure test and Dehydration
• Upon completion of the installation, the entire refrigerant circuit shall be
pressure and leak tested. Dry nitrogen gas should be used with the tracer
of the type of refrigerant charge of the system. The test pressures should
be maintained for 24 hours and any leaks found within the period must be
immediately corrected. Leak detector to be used shall either be halide or
electronic type.
• Dehydration should be in accordance with the equipment manufacturer
recommendations.

2. Chilled Water Piping


a. Chilled water piping and fittings shall be seamless black iron . Pipes or tubing shall be
cut accurately to measurements established at the building lines. All piping shall be
laid straight and no pipe shall be laid against other metal without insulation. After
cutting, the tubing shall be reamed, all burrs removed and internal surfaces thoroughly
cleaned. Installed pipes should be flushed with mild liquid soap to thoroughly remove
and clean the left oil and dirt residues inside.
b. Condensate drain piping shall be of PVC pipe and sized to liberally dispose of the
condensate to the nearest floor drain. A P-trap with clean out plugs shall be provided
at the outlet for each drain pan.
c. Deliver and install chilled water standard piping accessories such as motorized valves,
flexible hoses connection, pressure and temperature gauges for the chilled water and
return water line, Y-strainer, automatic air vent/purge, isolation valves, balancing
valves, filters, and other necessary accessories needed to complete the installation
based on manufacturer’s standard.
d. Pipe supports, and hangers shall be provided and fabricated in a workmanship manner
out of steel angles, rods, and flat bars. Metal to metal contact between pipes and
hangers must be avoided by providing a 3 mm thick rubber in between.
e. Supports on horizontal lines shall be spaced at not more than 1.80 meters on center.
All piping must be properly anchored so that no stress is placed on equipment
connection by expansion.
f. Pipe sleeves shall be of standard steel pipes with sufficient diameter to provide a
minimum clearance of 6 mm around the pipe and in case of insulated pipe
approximately 6 mm around the insulation. Pipe sleeves shall be installed whenever a
pipe passes masonry or concrete. Pipes should not be permitted to pass through
bearing walls, beams, or columns.
g. Chilled water pipe sizes shown on the drawings are for guide purposes only. Contractor
is advised to confirm with the equipment supplier the required pipe sizes for the units
prior to installation at the job site.
h. Pressure test
• Upon completion of the installation, the entire chilled water piping shall be
pressure and leak tested. These test pressures should be maintained for 24
hours and any leaks found within the period must be immediately corrected.

113
3. Airconditioning and Ventilation Ductworks
a. Sheet Metal Ductworks
• Unless otherwise directed, duct shall conform accurately to the dimensions
and reasonably true to the locations indicated in the drawings. The ducts
shall be straight and smooth in the inside with joints neatly finished and
airtight.
• Ducts shall be braced and reinforced with angles, supported and securely
anchored to the building in an approved manner so as to be quiet and
completely vibration free.
• Curved elbows shall have a centerline radius of not less than 1-1/2 times
width of the duct. Splitter dampers and turning vanes shall be constructed
one gauge heavier and of the same materials as duct in which they are
installed. Turning vanes shall be of double thickness type. Splitter dampers
shall be provided with lubricated bearing in both ends of the shafts and
external adjustment with locking devices.
• The thickness of metal ducts and stiffeners for the air-conditioning system
ductwork shall be as follows:

Minimum reinforcing angle size


Galvanized Sheet
longest and longitudinal spacing
Dimensions Metal Thickness (all
between side transverse Joints and
four sides)
intermediate Reinforcing (mm)
Up to 300 0.50 Not required
325 to 450 0.60 Not required
475 to 750 0.60 25 x 25 x 3 at 1200
775 to 1050 0.80 25 x 25 x 3 at 1200
1075 to 1350 0.80 38 x 38 x 3 at 1200
1375 to 1500 1.00 38 x 38 x 3 at 1200
1525 to 2150 1.00 38 x 38 x 3 at 1200
2175 to 2450 1.20 38 x 38 x 6 at 1200
Over 2450 1.20 50x 50 x 6 at 1200

b. Fire dampers shall be provided in every duct that passes through a firewall or where
required by NFPA. Fire dampers shall be fabricated from heavy gauge black iron
sheets and equipped with fusible link to set melt at 73.9°C.

c. Access doors at hand dampers shall be large enough and so placed such that damper
blade position may be observed. Access door at fire damper shall be large enough
and so placed that damper blades may be repositioned and the fusible link replaced.

d. Flexible connections shall be provided between ductwork and equipment to which


they are connected to prevent the transmission of vibration. Material to be used shall
be neoprene treated close weave airtight canvass cloth. The necessary angles, bolts,
clips and other fastenings for securing the flexible material to the equipment and duct
shall be provided.

e. Volume control dampers shall be installed in every AC outlets or in the ductwork


where necessary to balance the air distribution. Damper blades shall have a minimum

114
width of 200 mm. and shall be of gauge 16 material. Dampers shall be of the opposed
acting type mounted on galvanized steel frames. All volume dampers shall have
handle type regulators.

f. Streamline deflectors shall be provided in ducts where it becomes necessary to pass


a pipe or other obstructions through the duct. Overall size of the duct shall be
increased to maintain the same face area around the obstruction.

g. All duct works shall be transverse duct connection method (TDC) suitable for clean
room application.

h. Duct Hangers and Supports


• Horizontal ducts shall be supported by 25 x 3 mm rust protected strap
hangers if less than 750 mm wide and 25 x 25 x 3 mm steel angle if wider.
Hanger spacing on ducts 750 mm wide and smaller shall not be more than
1.80 m. Hanger spacing on ducts 800 mm wide to 2150 mm wide shall not
be more than 1.20 m. The bracing angle may be used for support by
extending the vertical bracing angle.
• Vertical ducts shall be supported at every floor by angles or channels
riveted to the ducts and supported on the floor slab or structural steel
members. Intermediate supports for ducts along walls shall be by means
of steel angles.
• Duct hangers shall be secured to the overhead structure by means of
expansion anchors, powder actuated fasteners or beam clamps duly
specified or approved by the structural engineer. Load testing shall be
conducted on site for the said anchorage and shall be approved by the
project or construction manager.
• Furnish and erect all auxiliary steel, not a part of the building structure,
required for the support of duct work. Do not hang one duct from another
or from piping or conduit. Do not use wire or chain as hangers.
• Where ducts penetrate through the walls and floors, collars shall be
25x25x3mm steel angle.

4. Refrigerant and Chilled Water Piping Insulation


Piping insulation shall be applied on all refrigerant, chilled water and condensate
drain lines. Insulation material shall be closed cell rubber insulation at least
25mm thick. Joints shall be sealed with appropriate contact adhesive. For pipes
installed outdoors a weather resistant protective finish is to be applied.

5. Air-conditioning/ Ventilation Duct Insulation


All ducts carrying cooled and dehumidified air shall be insulated with 25 mm.
thick, polyethylene foam insulation with factory laminated integral aluminum foil vapor
barrier and a self-adhesive tape on the other side.

6. Air Diffusers
Square diffusers shall be suitable for horizontal installation with fixed diffusion
pattern. They shall be equipped with guide vanes for efficient and uniform flow of air
into them and shall be fabricated from gauge 22 BI sheets bonderized after fabrication
and finished with baked-on enamel paint. Diffuser shall have a removable core. Each
diffuser shall be provided with an opposed blade damper

115
7. Vibration Isolation
All floor mounted mechanical equipment shall be properly isolated from the building
structure by means of a reinforced concrete housekeeping pad. All equipment installed
in concrete pads and installed in ceiling and wall shall be provided with an adequate
number of standard vibration isolation units. The isolators shall be of the spring type
with neoprene pads.

8. Wiring
All electric power and control wiring necessary to be provided by the Contractor
shall be accomplished in accordance with the requirements of the electrical plans and
specifications and shall conform to the Philippine Electrical Code. Wiring system including
materials shall also comply with the specifications under the electrical code/standards.

9. Painting and Finishing


Pipe hangers, duct hangers, un-insulated piping and other ferrous metal work that
have not received factory painting shall be thoroughly cleaned and give two (2) coats of
rust preventive primer paint and two (2) coats of quick drying enamel paint.

10. Firestopping
All pipe and duct penetrations through walls, floors and roof structure shall be
provided with intumescent fire stopping materials. The substance should have a
physical property of increasing its volume under the influence of the heat of a fire.

Testing and Balancing


1. Upon completion of installation and when the system is ready for operation, a competent
and experienced engineer to be furnished by the Contractor shall conduct capacity and
general tests. These tests shall demonstrate the specified capacities of the equipment.
2. All instruments to be used shall be of the industrial grade, recently calibrated and of the
proper type to suit the type of system being tested and balanced.
3. All piping shall be pressure tested at 1-1/2 times the design working pressure. The
pressure shall be held for 24 hours and no pressure loss shall appear at the end of this
period. All leaks shall be repaired and test repeated.
4. All condensate drain lines shall be subjected to flood and flow testing. A minimum of 1-
1/2% slope must be attained at all times.
5. The duct work shall be subjected to leak testing at the static pressure indicated in the
plans. All leaks shall be repaired and leak test repeated.
6. The leakage of air ducts shall not exceed 5% of design volume.
7. Balancing records of all trial and final readings shall be neatly, accurately, and
consistently recorded in the printed forms. Final power measurements of all motors, final
fan speeds and operating static pressure shall be measured and recorded.
8. Test each control of the temperature control systems including switching systems for
operational integrity. Adjust, calibrate or modify system interlocks and/or components,
if necessary to achieve the desired results.
9. During this test, the Contractor shall demonstrate to the satisfaction of the owner that
all parts are installed correctly and operating properly. The Contractor shall be
responsible for the satisfactory operation of all temperature, safety and electrical
controls.

Operating Instructions
After all systems have been completely installed, connections made and test
completed, arrangements shall be made to operate all systems for a period of three (3)

116
continuous days. Ten (10) days in advance, written notification of this period shall be
given to the Owner. During this period, the Contractor may make necessary minor, but
not interruptive adjustments. Prior to handover, all air filters used in testing shall be
replaced by the contractor. At this time, he shall instruct the Owner’s operating personnel
in the operation and maintenance of the various items of equipment for five (5) days.

Technical Publication
The Contractor shall furnish the Owner three (3) copies of the maintenance and
operations manual upon completion of the project. The manual shall be bound between
hard covers and shall contain, but not limited to the installation and operating instruction,
maintenance procedures, illustrations and drawings, detailed descriptions, tests,
adjustments, safety precautions and parts list.

Guarantee and Services


The air-conditioning systems equipment and accessories furnished and installed under
this part of the specifications shall be guaranteed for a period of one (1) year from date
of acceptance thereof, and materials and equipment furnished shall be free from any
defects in the materials, workmanship and design. At any given time within one year after
acceptance and upon proper notice, the Contractor shall rectify any and all deficiencies
including replacement of parts or the entire units without additional cost to the Owner, if
such deficiencies have been caused directly or indirectly by inferior materials, faulty
workmanship and/or defective design or parts. Expendable items such as oil, refrigerant,
belts, filters, etc. are included in this one-year guarantee. During the guarantee period,
the Contractor shall perform free monthly inspection for the proper and efficient operation
of the system.

Electrical Requirements
a. Feeder Wire shall be stranded wire, THHN Type, #12 AWG (3.5mm2) for
outlet/power supply provision for bed head unit, #14AWG (2.0mm2) for
grounding. Provide 1 foot drop conduit shall be wire on all utility box.
b. 20mmØ PVC for embedded and ceiling mounted conduit. Provide
hangers/supports. Use proper PVC fittings.
c. Junction and utility boxes shall be galvanized iron, gauge 16, deep type.
d. All hangers/supports shall be painted with primer paint.
e. Coordinate with GSD/Engineering for tapping point and height of Bed head unit.

ELECTRICAL WORKS

I. Codes and Standards


The Electrical System Design Parameters shall be in accordance with the following Codes and
Standards:

• Codes
1. Philippine Electrical Code
2. National Electrical Code
3. New Fire Code of the Philippines
4. National Building Code of the Philippines and its New IRR

117
5. Existing Local Codes and Ordinances

• Standards
1. Bureau of Product Standards (BPS)
2. Underwriters Laboratory (UL)
3. National Fire Protection Association
4. International Electrotechnical Commission (IEC)
5. Illumination Engineering Society (IES)
6. National Electrical Manufacturer’s Association (NEMA)

II. Site Works


Based on the Master Site Development of the Building, the Site Works shall provide complete
Electrical layout of the following:
1. KVA rating and other specifications of Transformer
• Primary voltage 13.8KV / secondary voltage 380V, 3 phase, 4 wire + G
• Isolation monitoring system where applicable
2. Switchgear requirements
3. Panel Board Layout
4. Electrical Metering Devices
5. Service Conductors and Conduit Layout
6. Grounding System
7. Emergency Standby Generators
8. Street and Perimeter Lighting System

III. Building Facilities Electrical System


• Lighting System
• Provide and install adequate normal branch circuits for Lighting System to all areas using
the standard Lighting Design Analysis. Utilize the standard Illumination requirements per
area of concern using the preferred particular type of luminaire.

1. Power System
• Provide and install adequate equipment, life safety and critical emergency branch circuits
for lighting and utilization equipment connected to the alternate power source.

3. Standby Emergency System


• Provide and install adequate equipment, life safety and critical emergency branch circuits
for lighting and utilization equipment connected to the alternate power source.

4. Auxiliary System
• Provide and install the following Auxiliary System:
a) Communication System
b) Telephone System
c) Local Area Network System
d) Public Address Paging System
e) Fire Alarm System

IV. Provide Details of the following:


1. Lighting Fixtures/Luminaires;
2. Panel Board and Circuit Breakers;
3. Installation and Termination of Auxiliary and other special Devices and Equipment;

118
4. Power and Telephone Hand Holes (as may be required);
5. Others as may be required.

V. Scope of Work
Provide labor, materials, tools, machinery, equipment, and services necessary to complete the
Electrical Work under the Contract. All systems and equipment shall be complete in every aspect
and all items of material, equipment shall be provided for a fully operational system and ready for
use. Coordinate the work with the work of the other trades in order to resolve all conflicts without
impeding the job progress.

Provide all materials, equipment and perform all the work necessary for the complete
execution of all the Electrical and Auxiliary Works as shown in the Drawings and Specifications, as
herein specified or both except as otherwise excluded, and which, without excluding generality of
the foregoing shall include but not limited to the following principal items of work:
1. Electrical demolition for remodelling.
2. Supply and installation of electrical wiring, conduit, raceway system, including necessary
hanger/supports.
3. Supply and installation of lighting fixtures/luminaries.
4. Supply and installation of complete electrical and auxiliary wiring devices.
5. Supply and installation of ventilating/ceiling fans.
6. Testing of all installations.
7. Painting of electrical equipment, boxes, enclosures, metal conduits, and hanger/supports.
8. Shop Drawings and Sample Approvals

The Contractor shall use due care and diligence in removing, replacing, adjusting, cutting, drilling,
and installing any equipment/apparatus. Should any damage, due to the execution of this Contract,
occur to the existing or adjacent facilities/utilities, shall be repaired/restored by the Contractor
without charge. Coordinate with the Engineers/Architect for any actions/work activity.

VI. Summary of Materials


1. Standard of Materials
• All materials and supplies shall be new and shall conform to the provisions of the latest editions
of the following standards:
Underwriters Laboratories, Inc. (UL)
National Electrical Manufacturer’s Association (NEMA)
Philippine Electrical Code (PEC)
• All materials on all systems shall comply with the following specifications, unless specifically
exempted, and all materials where not specified shall be of the best of their respective kind.
All electrical equipment, appliances, fixtures, and devices shall be the latest of the current year
in design, material and workmanship, and shall be the type or model called for in these
Specifications. Samples of any material shall be submitted for approval as required by the
Engineers prior to purchase and installation.

2. Products/ Materials

• Wires and Cables


Minimum wire size shall be not less than indicated in the plan. Branch circuit conductors shall
be not smaller than 3.5 mm² (#12 AWG). Branch circuit of 220 volts more than 30 meters
long shall be 5.5 mm² (#10 AWG).

a. Wire Description

119
Conductors shall be soft-annealed copper of 98% conductivity.
Conductors shall be thermo-plastic polyvinyl chloride insulation (THHN/THWN) with
nylon jacket rated 600 volts 90°C.
All conductors shall have identifiable lettering on the insulator jacket as to voltage
rating, wire type, AWG size, insulation, and manufacturer ID.
b. Wire Color Coding
Conductor identification of each phase shall be color-coded insulation. The color of the
insulation of the conductors of different voltage systems shall be as follows:
480/240 volts, 3-phase: red, yellow, blue; neutral: white(if required); ground: green
240 volts, 1-phase: depends on the branch circuit phasing of panel boards.
c. Conduits and Fittings
Provide raceways, conduits, fittings, supports, and accessories required for a complete
system and its proper operation. Coordinate layout and installation of raceways, conduits,
and suspension system with other trade. All conduits, raceways, and fittings on exposed
work shall be secured by means of metal clamps, which shall be held in place by means of
metal screws. When running over concrete surfaces, clamps shall be held by means of
expansion bolt. All conduits on exposed work shall be run at right angles to and parallel
with the surrounding walls and no diagonal runs shall be allowed and all ends and off-sets
shall be avoided as far as possible. Conduit shall be supported at 1.50 meter interval
minimum.
- Electric Metallic Tubing (EMT) and fittings shall be industry standard, Underwriters
Laboratories listed.
- Flexible Metal Conduit (FMC) and fittings shall be galvanized, Underwriters
Laboratories listed. It will only be use to connect from junction box to
recessed/suspended lighting fixtures, motors, and equipment subject to vibration
and adjustment.
- Polyvinyl Chloride Pipes (PVC) and fittings shall be thick wall type schedule 40,
Underwriters Laboratories listed.
- Minimum size to be used in any system shall be 15mm diameter for EMT, 20mm
diameter for PVC. Maximum of three 90 degree bends in any one run, and where
necessary, pull boxes shall be provided as directed.

d. Boxes shall be provided in the wiring or raceway systems wherever required for pulling
wires, making connections, and mounting of devices or fixtures. All metal boxes shall be
gauge 16 galvanized steel.
Nominal sizes of boxes are as follows:
• Junction Box – 110mm x 110mm x 56mm
• Utility Box – 110mm x 55mm x 56mm
• Pull Box – dimension as shown in the bill of materials. Pull boxes in finished places
shall be located and installed with the permission and to the satisfaction of the
Architect/Engineer.

e. Supporting Devices
Separate hangers shall be installed for supporting conduits. Wherever possible, hangers
shall be supported from concrete slab by inserts. Hangers and piping installed by other
trades shall not be used for supporting electric conduits.
• Individual and multiple pipe hangers and riser clamps including all parts and
hardware shall be galvanized. All U-bolts, clamps, attachments and hardware for
hanger assembly and conduits shall be provided.
• Use “C” beam clamps and hangers where conduit is supported from steel beams.

120
• Use channel support system supported from structural steel for multiple parallel
conduits.
• Where conduits are installed above ceiling, do not rest conduit directly on t-runners,
metal furring, etc.
• Conduits shall be supported at 1.5 meter interval minimum. This shall apply to both
horizontal and vertical runs.

f. Wall Switches
• Wall switches shall be rated at 15 amperes with voltage rating as required. Switches
shall be of the silent type, spring operated, and tumbler type. Plating and
appearance of wall plates shall be as required or selected by the Architect and
appropriate samples shall be submitted prior to the purchase of wall switches and
faceplates.
• Install wiring devices in outlet boxes, level, plumb and square.
• Install blank plates on outlet boxes which are for future equipment.

g. Wall Receptacles
• Receptacle outlets shall be duplex rated at 10 amperes, 240 volts, grounding type,
parallel/flat pin slots or as indicated.
• Weatherproof receptacles shall be mounted in a box with a gasket, weatherproof,
cover plate, duplex, rated 10 amperes, 240 volts, grounding type, parallel/flat pin
slots or as indicated.
• Special purpose or heavy-duty receptacles shall be of the type and of ratings,
number of poles indicated or required for the purpose.
• Install wiring devices in outlet boxes, level, plumb and square. Install receptacles
with ground pole in up position.
• Install blank plates on outlet boxes which are for future equipment.

h. Luminaries, Lamps, Ballast and Accessories


Luminaries/lighting fixtures shall be as shown and shall conform to the following
specifications and shall be as detailed. Illustrations shown on drawings are indicative of the
general type desired and are not intended to restrict selection to fixtures of any particular
manufacturer. Fixtures of similar designs and equivalent energy efficiency, light distribution
and brightness characteristics, and of equal finish and quality will be acceptable if approved.
• Install all luminaries/lighting fixtures as shown in the drawings, including supports
and accessories. Any modification on installation manner shall be approved by the
Engineers/Architect.
• All fluorescent luminaries/lighting fixture shall be of gauge 22 Zinc phosphate steel
sheet housing, and powder coated finish, troffer type with 3 mm thick prismatic
acrylic diffuser, aluminium reflector and louvers, surface mounted with mounting
holes.
• Ballast shall be electronic and high power factor rated 240 volts, 1 phase, 60 Hz,
±10% voltage variation, and UL listed.
• All down light/pin light fixture shall be powder coated white rim, recessed mounted
with tempered glass cover, aluminum matte finished reflector and gear box. Fitted
for PL, HID, and compact fluorescent lamps, rated 240 volts, 60 Hz, E27 socket.

• Mounting Height
Unless otherwise indicated, mounting heights of wall outlets shall be as follows:
• Single & Duplex Receptacles: 16 inches above finished floor to bottom of outlet box,
44 inches above finished floor for counter height.

121
• For ceiling height receptacles, coordinate with the Engineers/Architect for the actual
height.
• Special Purpose Receptacles: As indicated on the drawing, coordinate with the
Engineers/Architect for actual location and height.
• Switches and Controls: 140 inches above finished floor to bottom of outlet box.
• Luminaries/Lighting Fixtures: As indicated on the drawing.
• CATV: Verify with Architect or Engineer for actual location and height

PART 2
ELIGIBILITY CRITERIA, GENERAL TERMS AND CONDITION AND SUBMITTALS

I. ELIGIBILITY CRITERIA

The prospective contractor should meet the following eligibility criteria:

1. Contractor must have at least 1 similar project in similar nature.


2. The Contractor must have appropriate PCAB license.
3. The Contractor shall check/Inspect the actual site condition

II.GENERAL TERMS AND CONDITION

1. Contractor must provide DPWH list along with the contact details for the successfully
completed projects as well as any project(s) being done presently.
2. Contractor can visit the site with prior permission/ appointment.
3. Contractor shall bring tools, consumables and manpower required for implementation
of the work.
4. All the industrial and construction safety practices must be followed during the
implementation of the project.

III.SUBMITTALS

Contractor must provide the following documents/drawings/information along with the


Technical bid and any other information desired in the Tender document or considered
relevant to the project by the contractor:

1. PERT/ CPM, Gantt chart, Manpower, Materials and delivery Schedule which the
project shall be completed within Sixty (60) calendar days for construction
implementation.
2. The Contract must submit certificate that the equipment to be installed is brand new.
3. Warranty certificates for workmanships and material.

The Contractor must provide the following details for approval of DPWH, Cebu 5th DEO:
1. Detailed floor layout.
2. Plans and drawings for all services and utilities.
3. An item wise compliance statement indicating clearly any deviations against plans,
specifications, and make.

The Contractor must provide following detailed documentation before handing over the
completed project:

122
1. Complete details of Facility design including required computations (pressure and
temperature requirements) and utilities specifications.
2. As-built plan for the completed project including detailed layout of utilities and
equipment installed (blue print and CAD E-files) signed and sealed by the
professionals (3 sets).
3. Equipment and Brochures and Catalogues (5 sets all original copies)
4. Validation reports containing Summary of test results, details of the test carried out,
required specifications, measurement results, % deviation (if any)
5. Certification that the equipment is brand new and of the latest model.
6. All necessary permits and licenses from Liloan Municipal Hall and DPWH including
other incidental expenses shall be borne by the Contractor. Testing/Computation
needed for the application of permits/licenses should be by Contractor.
7. The Contractor warrants/ assures DPWH that it will pass the local accreditation body
in having a negative pressure area. The Contractor shall be held liable and shall
comply to any findings concerning the project at Contractor’s expense.

123
Section VII. Drawings

(Please see attached Plans/Drawings)

124

You might also like