Davao Plan 4

Embed Size (px)

Citation preview

  • 8/11/2019 Davao Plan 4

    1/610

    Republic of the Philippines

    DAVAO CITY WATER DISTRICTKm. 5, Jose P. Laurel Avenue, Bajada, Davao City

    Telephone No. !"#$ %&$ &&'()*++ onnetin- all departments

    a/ !"#$ %&$ &&"(*%%5

    0e1site2 http233444.davao(4ater.-ov.ph

    INVITATION TO BID

    The Davao City 0ater Distrit no4 invites interested 1idders to partiipate in the 1iddin- o the herein desri1ed projets, asollo4s2

    PACKAGE

    Name o Projet 2 RECONSTR!CTION O" E#ISTING RIVERSIDE PROD!CTION WE$$ NO% P!&PING "ACI$ITIES

    Loation 2 Br-y. 8iverside, Davao City

    Brie Desription 2 The 4or9 inludes 7ite Development Constrution o Control :ouse, Chlorination :ouse,Perimeter ene, ;ravel illin- 0or9s, 7plash Bo/, Pedestal, Pipe 7upport, Dishar-e Line andertial =ultista-e Centriu-al Pumps$, &5+:P 7u1mersi1le Pump and=otor, and

  • 8/11/2019 Davao Plan 4

    2/610

    Republic of the Philippines

    DAVAO CITY WATER DISTRICTKm. 5, Jose P. Laurel Avenue, Bajada, Davao City

    Telephone No. !"#$ %&$ &&'()*++ onnetin- all departments

    a/ !"#$ %&$ &&"(*%%5

    0e1site2 http233444.davao(4ater.-ov.ph

    5+$ o the ABC. The ontrat similar to the projet must inlude in its sope o 4or9 the installation of *t le*st +,-P Ve.tic*l$ine Sh*ft o. Sub/e.sible Pu/p%

    Prospetive Bidders to 1e onsidered eli-i1le to 1id should have a Philippine Contrators Areditation Board PCAB$ Liense2

    PCAB CONTRACTOR0S $ICENSE1

    L6C

  • 8/11/2019 Davao Plan 4

    3/610

    Republic of the Philippines

    DAVAO CITY WATER DISTRICTKm. 5, Jose P. Laurel Avenue, Bajada, Davao it!

    BIDDING DOCUMENTS

    "#R $%&

    RECONSTRUCTION OF EXISTINGRIVERSIDE PRODUCTION WELL NO. 1

    PUMPING FACILITIES

    A$

    Brgy. Riversie! D"v"# Ci$y

    %UNE &'1&

  • 8/11/2019 Davao Plan 4

    4/610

  • 8/11/2019 Davao Plan 4

    5/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    '

    DAVAO CITY WATER DISTRICT TABLE OF CONTENTS

    TABLE OF CONTENTS

    SECTION I.INVITATION TO BID ..................................................................................................... (

    SECTION II.INSTRUCTIONS TO BIDDERS ........................................................................................ )

    SECTION III.BID DATA S*EET .................................................................................................... +(

    SECTION IV.GENERAL CONDITIONS OF CONTRACT ........................................................................ ,1

    SECTIONV.SPECIAL CONDITIONS OF CONTRACT ........................................................................... -1

    SECTIONVI.SPECIFICATIONS ..................................................................................................... -(

    SECTIONVII.DRAWINGS ......................................................................................................... 1+)

    SECTIONVIII.BILL OF UANTITIES ..........................................................................................1,(

    SECTION IX.SPECIAL PROVISIONS ............................................................................................1(1

    SECTIONX.MATERIALS AND WOR/MANS*IP .............................................................................. 1(-

    SECTIONXI.BIDDING FORMS ...................................................................................................10+

  • 8/11/2019 Davao Plan 4

    6/610

    (

    DAVAO CITY WATER DISTRICT TABLE OF CONTENTS

  • 8/11/2019 Davao Plan 4

    7/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    Re234i5 #6 $7e P7i4ii8es

    DAVAO CITY WATER DISTRICTKm. 5, Jose P. Laurel Avenue, Bajada, Davao it!

    $elephone )o. *+'- */- //012(33 connectin4 all departments"a *+'- */- //1(5

    6ebsite7 http788999.davao19ater.4ov.ph

    5

    DAVAO CITY WATER DISTRICT INVITATION TO BID

    Se5$i#8 I. I8vi$"$i#8 $# Bi

  • 8/11/2019 Davao Plan 4

    8/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    Re234i5 #6 $7e P7i4ii8es

    DAVAO CITY WATER DISTRICTKm. 5, Jose P. Laurel Avenue, Bajada, Davao it!

    $elephone )o. *+'- */- //012(33 connectin4 all departments"a *+'- */- //1(5

    6ebsite7 http788999.davao19ater.4ov.ph

    DAVAO CITY WATER DISTRICT INVITATION TO BID

  • 8/11/2019 Davao Plan 4

    9/610

    :

    Date of Publication7 June (, /30/)e9spaper7 PD; 8Pravel "illin4 6or=s,Perimeter "ence,

    ontract Duration 7 03 alendar Da!s

  • 8/11/2019 Davao Plan 4

    10/610

    Date of Publication7 June (, /30/)e9spaper7 PD; 8Povernment Procurement Reform ActC. Bids received in ecess of the AB shall be automaticall! rejected at bid openin4.

    Biddin4 is restricted to "ilipino citiens8sole proprietorships, partnerships, or or4aniations 9ith at least sevent! five percent*:5E- interest or outstandin4 capital stoc= belon4in4 to citiens of the Philippines. Bidders should have completed, 9ithinten *03- !ears from the date of submission and openin4 of bids, a contract similar to the Project, 9hich must have a valueof at least fift! percent *53E- of the AB. $he contract similar to the project must include in its scope of 9or= the

    installation #6 "$ 4e"s$ ('*P Ver$i5"4 Li8e S7"6$ #r S239ersi34e P29.

    Prospective Bidders to be considered eli4ible to bid should have a Philippine ontractors Accreditation Board *PAB-License7

    PCAB CONTRACTOR:S LICENSE;

    L;&)

  • 8/11/2019 Davao Plan 4

    11/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    2

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    Se5$i#8 II. I8s$r25$i#8s $# Biers

  • 8/11/2019 Davao Plan 4

    12/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    03

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

  • 8/11/2019 Davao Plan 4

    13/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    00

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    TABLE OF CONTENTS

    A. GENERAL ............................................................................................................................ 1+

    0. ##D< and

  • 8/11/2019 Davao Plan 4

    14/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    0/

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    TABLE OF CONTENTS

    '/. Performance

  • 8/11/2019 Davao Plan 4

    15/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    0'

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    A.

    Ge8er"4

    1. S5#e #6 Bi

    0.0. $he Procurin4 &ntit! as defined in the BDS, invites bids for the construction of6or=s, as described in

  • 8/11/2019 Davao Plan 4

    16/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    0(

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    investi4ation or ma=in4 false statements to investi4ators inorder to materiall! impede an administrative proceedin4s orinvesti4ation of the Procurin4 &ntit! or an! forei4n

    4overnment8forei4n or international financin4 institution intoalle4ations of a corrupt, fraudulent, coercive or collusivepractice and8or threatenin4, harassin4 or intimidatin4 an!part! to prevent it from disclosin4 its =no9led4e of matters

    relevant to the administrative proceedin4s or investi4ation orfrom pursuin4 such proceedin4s or investi4ation or

    *bb- acts intended to materiall! impede the eercise of theinspection and audit ri4hts of the Procurin4 &ntit! or an!forei4n 4overnment8forei4n or international financin4institution herein.

    (b) 9ill reject a proposal for a9ard if it determines that the bidder recommendedfor a9ard has en4a4ed in corrupt or fraudulent practices in competin4 for theontract and

    (c) 9ill declare a firm ineli4ible, either indefinitel! or for a stated period of time,

    to be a9arded ontract funded b! the "undin4

  • 8/11/2019 Davao Plan 4

    17/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    05

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    or implementation of the project if the personnel 9ould be involved in an!capacit! on the same project

    *e- A Bidder submits more than one bid in this biddin4 process. %o9ever, thisdoes not limit the participation of subcontractors in more than one bid

    *f- A Bidder 9ho participated as a consultant in the preparation of the desi4n or

    technical specifications of the 4oods and related services that are the subjectof the bid or

    *4- A Bidder 9ho lends, or temporar! seconds, its personnel to firms oror4aniations 9hich are en4a4ed in consultin4 services for the preparationrelated to procurement for or implementation of the project, if the personnel9ould be involved in an! capacit! on the same project.

    (./. ;n accordance 9ith roup *$6>-, members of the BA

  • 8/11/2019 Davao Plan 4

    18/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    0

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    *e- Persons8entities formin4 themselves into a J@, i.e., a 4roup of t9o */- ormore persons8entities that intend to be jointl! and severall! responsible orliable for a particular contract7 Provided, ho9ever, that, in accordance 9ith

    Letter of ;nstructions )o. '3, "ilipino o9nership or interest of the jointventure concerned shall be at least sevent! five percent *:5E-7 Provided,further, that joint ventures in 9hich "ilipino o9nership or interest is less thansevent! five percent *:5E- ma! be eli4ible 9here the structures to be built

    reGuire the application of techniGues and8or technolo4ies 9hich are notadeGuatel! possessed b! a person8entit! meetin4 the sevent! five percent*:5E- "ilipino o9nership reGuirement7 Provided, finall!, that in the latter

    case, "ilipino o9nership or interest shall not be less than t9ent! five percent*/5E-. "or this purpose "ilipino o9nership or interest shall be based on thecontributions of each of the members of the joint venture as specified in theirJ@A.

    5./. $he Procurin4 &ntit! ma! also invite forei4n bidders 9hen provided for under an!$reat! or ;nternational or &ecutive A4reement as specified in the BDS.

    5.'. >overnment orporate &ntities ma! be eli4ible to participate onl! if the! can establishthat the! *a- are le4all! and financiall! autonomous, *b- operate under commercial

    la9, and *c- are not dependent a4encies of the >#P or the Procurin4 &ntit!.

    5.(. *a- Fnless other9ise provided in the BDS, the Bidder must have completed, 9ithinten *03- !ears from the submission of bids, a sin4le contract that is similar to thisProject, eGuivalent to at least fift! percent *53E- of the AB adjusted to current

    prices usin4 the )ational

  • 8/11/2019 Davao Plan 4

    19/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    0:

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    submit L from other ban=s certified b! the Ban4=o

  • 8/11/2019 Davao Plan 4

    20/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    0

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    .5. $he Procurin4 &ntit! shall not assume an! responsibilit! re4ardin4 erroneousinterpretations or conclusions b! the prospective or eli4ible bidder out of the datafurnished b! the procurin4 entit!.

    .. Before submittin4 their bids, the Bidders are deemed to have become familiar 9ith alleistin4 la9s, decrees, ordinances, acts and re4ulations of the Philippines 9hich ma!affect the contract in an! 9a!.

    .:. $he Bidder shall bear all costs associated 9ith the preparation and submission of hisbid, and the Procurin4 &ntit! 9ill in no case be responsible or liable for those costs,

    re4ardless of the conduct or outcome of the biddin4 process.

    .. Bidders should note that the Procurin4 &ntit! 9ill onl! accept bids onl! from thosethat have paid the nonrefundable fee for the Biddin4 Documents at the officeindicated in the ;nvitation to Bid.

    -.

    Origi8 #6 GOODS "8 Servi5es

    $here is no restriction on the ori4in of >oods, or ontractin4 of 6or=s or

  • 8/11/2019 Davao Plan 4

    21/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    02

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    2./. Bidders are encoura4ed to attend the pre1bid conference to ensure that the! full!understand the Procurin4 &ntit!s reGuirements. )on1attendance of the Bidder 9ill inno 9a! prejudice its bid ho9ever, the Bidder is epected to =no9 the chan4es

    and8or amendments to the Biddin4 Documents as recorded in the minutes of the pre1bid conference and the

  • 8/11/2019 Davao Plan 4

    22/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    /3

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    *ii- ?a!ors permit issued b! the cit! or municipalit! 9here the principalplace of business of the prospective bidder is located

    *iii- *iv- Fnless other9ise provided in the BDS, valid Philippine ontractorsAccreditation Board *PAB- license and re4istration for the t!pe andcost of the contract for this Project

    *v- Audited financial statements, sho9in4, amon4 others, theprospective total and current assets and liabilities, stamped

    receivedC b! the B;R or its dul! accredited and authoried

    institutions, for the precedin4 calendar !ear 9hich should not beearlier than t9o */- !ears from the date of bid submission

    *vi- )" computation or L in accordance 9ith ;$B lause 5.5 and

    lass B Document7

    *vii- ;f applicable, valid Joint @enture A4reement *J@A- or, in lieu thereof,dul! notaried statements from all the potential joint venturepartners statin4 that the! 9ill enter into and abide b! the provisions

  • 8/11/2019 Davao Plan 4

    23/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    /0

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    of the J@A in the instance that the bid is successful shall be includedin the bid.

    *b- $echnical Documents H

    *i- Bid securit! as prescribed in ITB lause 0. ;f the Bidder opts tosubmit the bid securit! in the form of7

    *i.0- a ban= draft84uarantee or an irrevocable letter of creditissued b! a forei4n ban=, it shall be accompanied b! aconfirmation from a Fniversal or ommercial Ban= or

    *i./- a suret! bond accompanied b! a certification comin4 from anauthoried ;nsurance ommission that a suret! or insurancecompan! is authoried to issue such instrument

    *ii- Project ReGuirements, 9hich shall include the follo9in47

    *ii.0- #r4aniational chart for the contract to be bid

    *ii./- List of contractors personnel *vi, project ?ana4er, Project&n4ineers, ?aterials &n4ineers, and "oremen-, to beassi4ned to the contract to be bid, 9ith their completeGualification and eperience data and

    *ii.'- List of contractors eGuipment units, 9hich are o9ned,leased, and8or under purchase a4reements, supported b!certification of availabilit! of eGuipment from the eGuipmentlessor8vendor for the duration of the project and

    *iii-

  • 8/11/2019 Davao Plan 4

    24/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    //

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    unit of the procurin4 entit! and that the estimates are based onadeGuate detailed en4ineerin4 *in the case of 9or=s- and reflect theGualit!, supervision and ris= and inflationar! factors, as 9ell as

    prevailin4 mar=et prices, associated 9ith the t!pes of 9or=s or 4oodsto be procured.

    *iii- $he procurin4 entit! has trained cost estimators on estimatin4 prices

    and anal!in4 bid variances. ;n the case of infrastructure projects, theprocurin4 entit! must also have trained Guantit! surve!ors.

    *iv- $he procurin4 entit! has established a s!stem to monitor and report bidprices relative to AB and en4ineers8procurin4 entit!s estimate.

    *v- $he procurin4 entit! has established a monitorin4 and evaluation s!stemfor contract implementation to provide a feedbac= on actual total costsof 4oods and 9or=s.

    1,.

    A4$er8"$ive Bis

    0(.0. Alternative Bids shall be rejected. "or this purpose, alternative bid is an offer made

    b! a Bidder in addition or as a substitute to its ori4inal bid 9hich ma! be included aspart of its ori4inal bid or submitted separatel! there9ith for purposes of biddin4. Abid 9ith options is considered an alternative bid re4ardless of 9hether said bidproposal is contained in a sin4le envelope or submitted in t9o */- or more separatebid envelopes.

    0(./. Bidders shall submit offers that compl! 9ith the reGuirements of the Biddin4Documents, includin4 the basic technical desi4n as indicated in the dra9in4s andspecifications. Fnless there is a value en4ineerin4 clause in the BDS, alternative bidsshall not be accepted.

    0(.'. &ach Bidder shall submit onl! one Bid, either individuall! or as a partner in a J@. ABidder 9ho submits or participates in more than one bid *other than as asubcontractor if a subcontractor is permitted to participate in more than one bid- 9ill

    cause all the proposals 9ith the Bidders participation to be disGualified. $his shall be9ithout prejudice to an! applicable criminal, civil and administrative penalties thatma! be imposed upon the persons and entities concerned.

    1(.

    Bi Pri5es

    05.0. $he contract shall be for the 9hole 6or=s, as described in ITBlause 0.0, based onthe priced Bill of Iuantities submitted b! the Bidder.

    05./. $he Bidder shall fill in rates and prices for all items of the 6or=s described in the Billof Iuantities. Bids not addressin4 or providin4 all of the reGuired items in theBiddin4 Documents includin4, 9here applicable, bill of Guantities, shall be considerednon1responsive and, thus, automaticall! disGualified. ;n this re4ard, 9here a reGuired

    item is provided, but no price is indicated, the same shall be considered as non1responsive, but specif!in4 a 3 *ero- for the said item 9ould mean that it is bein4offered for free to the >overnment.

    05.'. All duties, taes, and other levies pa!able b! the ontractor under the ontract, orfor an! other cause, prior to the deadline for submission of bids, shall be included in

    the rates, prices, and total bid price submitted b! the Bidder.

    05.(. All bid prices for the 4iven scope of 9or= in the contract as a9arded shall beconsidered as fied prices, and therefore not subject to price escalation durin4

  • 8/11/2019 Davao Plan 4

    25/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    /'

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    contract implementation, ecept under etraordinar! circumstances as specified in> lause (. Price escalation ma! be allo9ed in etraordinar! circumstances asma! be determined b! the )ational &conomic and Development Authorit! in

    accordance 9ith the ivil ode of the Philippines, and upon the recommendation ofthe Procurin4 &ntit!. "urthermore, in cases 9here the cost of the a9arded contract isaffected b! an! applicable ne9 la9s, ordinances, re4ulations, or other acts of the>#P, promul4ated after the date of bid openin4, a contract price adjustment shall be

    made or appropriate relief shall be applied on a no loss1no 4ain basis.

    10.

    Bi C2rre85ies

    0.0. All bid prices shall be Guoted in Philippine Pesos unless other9ise provided in theBDS. %o9ever, for purposes of bid evaluation, bids denominated in forei4ncurrencies shall be converted to Philippine currenc! based on the echan4e rateprevailin4 on the da! of the Bid openin4.

    0./. ;f so allo9ed in accordance 9ith ITBlause 0.0, the Procurin4 &ntit! for purposesof bid evaluation and comparin4 the bid prices 9ill convert the amounts in variouscurrencies in 9hich the bid price is epressed to Philippine Pesos at the echan4erate as published in the B

  • 8/11/2019 Davao Plan 4

    26/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    /(

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    ommission as authoried to issue suchsecurit! and8or

    *d- An! combination of the fore4oin4. Proportionate to share of form9ith respect to total amount of

    securit!

    "or biddin4s conducted b! local 4overnment units, the Bidder ma! also submit bid

    securities in the form of cashiers8mana4ers chec=, ban= draft84uarantee, orirrevocable letter of credit from other ban=s certified b! the B

    overnment 9ithout justifiable cause, after theBidder had been adjud4ed as havin4 submitted the Lo9estalculated and Responsive Bid

  • 8/11/2019 Davao Plan 4

    27/610

  • 8/11/2019 Davao Plan 4

    28/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    /

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    /3./. &ach cop! of the first and second envelopes shall be similarl! sealed dul! mar=in4 theinner envelopes as #P )#. QQQ 1 $&%);AL #?P#)&)$C and #P )#. QQQ H";)A);AL #?P#)&)$C and the outer envelope as #P )#. QQQC, respectivel!.

    $hese envelopes containin4 the ori4inal and the copies shall then be enclosed in onesin4le envelope.

    /3.'. $he ori4inal and the number of copies of the Bid as indicated in the BDS shall be

    t!ped or 9ritten in indelible in= and shall be si4ned b! the bidder or its dul!authoried representative8s.

    /3.(. All envelopes shall7

    *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 Procurin4 &ntit!s BA identified in ITBlause 03.0

    *d- bear the specific identification of this biddin4 process indicated in the;nvitation to Bid and

    *e- bear a 9arnin4 D# )#$ #P&) B&"#R&C the date and time for the openin4of bids, in accordance 9ith ITBlause /0.

    /3.5. ;f bids are not sealed and mar=ed as reGuired, the Procurin4 &ntit! 9ill assume noresponsibilit! for the misplacement or premature openin4 of the bid.

    D.

    S239issi#8 "8 Oe8i8g #6 Bis

    &1.

    De"4i8e 6#r S239issi#8 #6 Bis

    Bids must be received b! the Procurin4 &ntit!s BA at the address and on or before the dateand time indicated in the BDS.

    &&.

    L"$e Bis

    An! bid submitted after the deadline for submission and receipt of bids prescribed b! the

    Procurin4 &ntit!, pursuant to ITB lause /0, shall be declared LateC and shall not beaccepted b! the Procurin4 &ntit!.

    &+.

    M#i6i5"$i#8 "8 Wi$7r"?"4 #6 Bis

    /'.0. $he Bidder ma! modif! its bid after it has been submitted provided that themodification is received b! the Procurin4 &ntit! prior to the deadline prescribed for

    submission and receipt of bids. $he Bidder shall not be allo9ed to retrieve its ori4inalbid, but shall be allo9ed to submit another bid eGuall! sealed, properl! identified,lin=ed to its ori4inal bid mar=ed as $&%);AL ?#D;";A$;#)C or ";)A);AL

    ?#D;";A$;#)C and stamped receivedC b! the BA. Bid modifications received afterthe applicable deadline shall not be considered and shall be returned to the Bidderunopened.

    /'./. A Bidder ma!, throu4h a letter of 9ithdra9al, 9ithdra9 its bid after it has beensubmitted, for valid and justifiable reason provided that the letter of 9ithdra9al isreceived b! the Procurin4 &ntit! prior to the deadline prescribed for submission andreceipt of bids.

  • 8/11/2019 Davao Plan 4

    29/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    /:

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    /'.'. Bids reGuested to be 9ithdra9n in accordance 9ith ITBlause /'.0 shall be returnedunopened to the Bidders. A Bidder ma! also epress its intention not to participate inthe biddin4 throu4h a letter 9hich should reach and be stamped b! the BA before

    the deadline for submission and receipt of bids. A Bidder that 9ithdra9s its bid shallnot be permitted to submit another bid, directl! or indirectl!, for the same contract.

    /'.(. )o bid ma! be modified after the deadline for submission of bids. )o bid ma! be

    9ithdra9n in the interval bet9een the deadline for submission of bids and theepiration of the period of bid validit! specified b! the Bidder on the "inancial Bid"orm. 6ithdra9al of a bid durin4 this interval shall result in the forfeiture of theBidders bid securit!, pursuant to ITB lause 0.5, and the imposition ofadministrative, civil, and criminal sanctions as prescribed b! RA 20( and its ;RR.

    &,.

    Oe8i8g "8 Pre4i9i8"ry E"9i8"$i#8 #6 Bis

    /(.0. $he BA shall open the first bid envelopes of Bidders in public as specified in theBDS to determine each Bidders compliance 9ith the documents prescribed in ITBlause 0/. "or this purpose, the BA shall chec= the submitted documents of eachbidder a4ainst a chec=list of reGuired documents to ascertain if the! are all present,usin4 a non1discretionar! pass8failC criterion. ;f a bidder submits the reGuired

    document, it shall be rated passedC for that particular reGuirement. ;n this re4ard,bids that fail to include an! reGuirement or are incomplete or patentl! insufficientshall be considered as failedC. #ther9ise, the BA shall rate the said first bidenvelope as passedC.

    /(./. Fnless other9ise specified in the BD

  • 8/11/2019 Davao Plan 4

    30/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    /

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    /(.. &ach partner of a joint venture a4reement shall li=e9ise submit the documentsreGuired in ITBlauses 0/.0*a-*i- and 0/.0*a-*ii-.

  • 8/11/2019 Davao Plan 4

    31/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    /2

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    *a- ompleteness of the bid. Fnless the ;$B specificall! allo9s partial bids, bidsnot addressin4 or providin4 all of the reGuired items in the

  • 8/11/2019 Davao Plan 4

    32/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    '3

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    other information as the Procurin4 &ntit! deems necessar! and appropriate, usin4 anon1discretionar! pass8failC criterion.

    /.(. ;f the BA determines that the Bidder 9ith the Lo9est alculated Bid passes all thecriteria for post1Gualification, it shall declare the said bid as the Lo9est alculatedResponsive Bid, and recommend to the %ead of the Procurin4 &ntit! the a9ard ofcontract to the said Bidder at its submitted price or its calculated bid price, 9hichever

    is lo9er, subject to ITBlause '3.'.

    /.5. A ne4ative determination shall result in rejection of the Bidders Bid, in 9hich event

    the Procurin4 &ntit! shall proceed to the net Lo9est alculated Bid to ma=e a similardetermination of that Bidders capabilities to perform satisfactoril!. ;f the secondBidder, ho9ever, fails the post Gualification, the procedure for post Gualification shallbe repeated for the Bidder 9ith the net Lo9est alculated Bid, and so on until theLo9est alculated and Responsive Bid is determined for contract a9ard.

    /.. 6ithin a period not eceedin4 seven *:- calendar da!s from the date of receipt of therecommendation of the BA, the %ead of the Procurin4 &ntit! shall approve ordisapprove the said recommendation. ;n the case of 4overnment o9ned and4overnment1o9ned and8or 1controlled corporations *>#s- and 4overnment

    financial institutions *>";s-, the period provided herein shall be fifteen *05- calendarda!s.

    &). Reserv"$i#8 C4"2se

    /2.0. )ot9ithstandin4 the eli4ibilit! or post1Gualification of a bidder, the Procurin4 &ntit!concerned reserves the ri4ht to revie9 its Gualifications at an! sta4e of theprocurement process if it has reasonable 4rounds to believe that a misrepresentationhas been made b! the said bidder, or that there has been a chan4e in the Bidderscapabilit! to underta=e the project from the time it submitted its eli4ibilit!reGuirements.

  • 8/11/2019 Davao Plan 4

    33/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    '0

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    technicall! feasible as determined b! the head of the procurin4entit!

    *ii- ;f the project is no lon4er necessar! as determined b! the head ofthe procurin4 entit! and

    *iii- ;f the source of funds for the project has been 9ithheld or reduced

    throu4h no fault of the Procurin4 &ntit!.

    /2.'. ;n addition, the Procurin4 &ntit! ma! li=e9ise declare a failure of biddin4 9hen7

    *a- )o bids are received

    *b- All prospective bidders are declared ineli4ible

    *c- All bids fail to compl! 9ith all the bid reGuirements or fail post1Gualification

    or

    *d- $he bidder 9ith the Lo9est alculated Responsive Bid refuses, 9ithoutjustifiable cause to accept the a9ard of contract, and no a9ard is made.

    F. A?"r #6 C#8$r"5$

    +'.

    C#8$r"5$ A?"r

    '3.0.

  • 8/11/2019 Davao Plan 4

    34/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    '/

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    +1.

    Sig8i8g #6 $7e C#8$r"5$

    '0.0. At the same time as the Procurin4 &ntit! notifies the successful Bidder that its Bid hasbeen accepted, the Procurin4 &ntit! shall send the ontract "orm to the Bidder,9hich ontract has been provided in the Biddin4 Documents, incorporatin4 therein alla4reements bet9een the parties.

    '0./. 6ithin ten *03- calendar da!s from receipt of the )otice of A9ard, the successfulBidder shall post the reGuired performance securit!, si4n and date the contract andreturn it to the Procurin4 &ntit!.

    '0.'. $he Procurin4 &ntit! shall enter into contract 9ith the successful Bidder 9ithin thesame ten *03- calendar da! period provided that all the documentar! reGuirementsare complied 9ith.

    '0.(. $he follo9in4 documents shall form part of the contract7

    *a- ontract A4reement

    *b- Biddin4 Documents

    *c- 6innin4 bidders bid, includin4 the $echnical and "inancial Proposals, and allother documents8statements submitted

    *d- Performance

  • 8/11/2019 Davao Plan 4

    35/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    ''

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

    *c-

  • 8/11/2019 Davao Plan 4

    36/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    '(

    DAVAO CITY WATER DISTRICT INSTRUCTION TO BIDDERS

  • 8/11/2019 Davao Plan 4

    37/610

    '5

    DAVAO CITY WATER DISTRICT BID DATA SHEET

    Se5$i#8 III. Bi D"$" S7ee$

  • 8/11/2019 Davao Plan 4

    38/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    '

    DAVAO CITY WATER DISTRICT BID DATA SHEET

  • 8/11/2019 Davao Plan 4

    39/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    ':

    DAVAO CITY WATER DISTRICT BID DATA SHEET

    Bi D"$" S7ee$

    ITB C4"2se

    0.0 $he PR#FR;)> &)$;$ is DAVAO CITY WATER DISTRICT DCWD.

    $he name of the ontract is RECONSTRUCTION OF EXISTING RIVERSIDEPRODUCTION WELL NO. 1 PUMPING FACILITIES.

    / $he "undin4 overnment of the Philippines *>#P- throu4h &'1& CORPORATE BUDGETin the amount of Ni8e Mi44i#8! T?# *28re Eig7$y Si T7#2s"8! F#2r

    *28re Ni8e$y F#2r Pes#s P7P )!&0!,),.''.

    '.0 )o further instructions.

    5.0 )o further instructions.

    5./ Biddin4 is restricted to eli4ible bidders as defined in ;$B lause 5.0.

    5.( $he Bidder must have completed, 9ithin ten *03- !ears from the submission of

    bids, a sin4le contract that is similar to this Project, eGuivalent to at least fift!percent *53E- of the Approved Bud4et for the ontract *AB-.

    "or this purpose, similar contracts shall refer to onstruction of Pumpin4"acilities8Pumpin4

  • 8/11/2019 Davao Plan 4

    40/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    '

    DAVAO CITY WATER DISTRICT BID DATA SHEET

    0/.0*a-*i- )o other acceptable proof of re4istration is reco4nied.

    0/.0*a-*iii- $he Bidder must submit the7

    S$"$e9e8$ #6 "44 O8@g#i8g G#ver89e8$ > Priv"$e C#8s$r25$i#8 C#8$r"5$s

    i8542i8g 5#8$r"5$s "?"re 32$ 8#$ ye$ s$"r$e. *Refer to sample form in

  • 8/11/2019 Davao Plan 4

    41/610

  • 8/11/2019 Davao Plan 4

    42/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO. 1PUMPING FACILITIES

    (3

    DAVAO CITY WATER DISTRICT BID DATA SHEET

    /./*b- Bidders have option to submit manuall! filed ta returns or ta returns filedthrou4h the &lectronic "ilin4 and Pa!ments

    and &mplo!ment. ontractors All Ris= ;nsurance Polic!

    ;tems 0 to ( of the fore4oin4 documents are subject to approval of the Procurin4

    &ntit! or his dul! authoried representative.

    '/./ $he performance securit! shall be in the follo9in4 amount7

    0. $he amount of QQQQQQQQQQ M;nsert 03E of the ontract PriceN, if performancesecurit! is in cash, cashiers8mana4ers chec=, ban= draft84uarantee orirrevocable letter of credit

    /. $he amount of QQQQQQQQQQ M;nsert '3E of the ontract PriceN,if performancesecurit! is in

  • 8/11/2019 Davao Plan 4

    43/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    (0

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    Se5$i#8 IV. Ge8er"4 C#8i$i#8s #6 C#8$r"5$

  • 8/11/2019 Davao Plan 4

    44/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    (/

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

  • 8/11/2019 Davao Plan 4

    45/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    ('

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    TABLE OF CONTENTS

    1. DEFINITIONS ...................................................................................................................... ,(

    &. INTERPRETATION................................................................................................................. ,-

    +. GOVERNING LANGUAGE AND LAW .......................................................................................... ,-

    ,. COMMUNICATIONS............................................................................................................... ,-

    (. POSSESSION OF SITE ........................................................................................................... ,-

    0. T*E CONTRACTOR:S OBLIGATIONS......................................................................................... ,-

    -. PERFORMANCE SECURITY..................................................................................................... ,

    . SUBCONTRACTING ............................................................................................................... ,)

    ). LIUIDATED DAMAGES ......................................................................................................... ,)

    1'. SITE INVESTIGATION REPORTS ............................................................................................. ('

    11. T*E PROCURING ENTITY!LICENSES AND PERMITS...................................................................('

    1&. CONTRACTOR:S RIS/ AND WARRANTY SECURITY..................................................................... ('

    1+. LIABILITY OF T*E CONTRACTOR............................................................................................. (&

    1,. PROCURING ENTITY:S RIS/.................................................................................................. (&

    1(. INSURANCE......................................................................................................................... (&

    10. TERMINATION FOR DEFAULT OF CONTRACTOR......................................................................... (+

    1-. TERMINATION FOR DEFAULT OF PROCURING ENTITY................................................................ (,

    1. TERMINATION FOR OT*ER CAUSES ........................................................................................ (,

    1). PROCEDURES FOR TERMINATION OF CONTRACTS ..................................................................... ((

    &'. FORCE MA%EURE!RELEASE FROM PERFORMANCE..................................................................... (

    &1. RESOLUTION OF DISPUTES.................................................................................................... (

    &&. SUSPENSION OF LOAN!CREDIT!GRANT!ORAPPROPRIATION ................................................... ()

    &+. PROCURING ENTITY:S REPRESENTATIVE:S DECISIONS.............................................................. ()

    &,. APPROVAL OF DRAWINGS AND TEMPORARY WOR/S BY T*E PROCURING ENTITY:SREPRESENTATIVE................................................................................................................. ()

    &(. ACCELERATION AND DELAYS ORDERED BY T*E PROCURING ENTITY:S REPRESENTATIVE ............... ()

    &0. EXTENSION OF T*E INTENDED COMPLETION DATE ...................................................................()

    &-. RIG*T TOVARY................................................................................................................... 0'

    &. CONTRACTORS RIG*T TO CLAIM ............................................................................................ 0'

    &). DAYWOR/S ......................................................................................................................... 0'

    +'. EARLY WARNING................................................................................................................. 0'

    +1. PROGRAM OF WOR/............................................................................................................. 01

    +&. MANAGEMENT CONFERENCES ................................................................................................ 01

    ++. BILL OF UANTITIES ............................................................................................................ 01

    34.

    INSTRUCTIONS,INSPECTIONS AND AUDITS ............................................................................... 0&

  • 8/11/2019 Davao Plan 4

    46/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    ((

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    TABLE OF CONTENTS

    +(. IDENTIFYING DEFECTS ......................................................................................................... 0&

    +0. COST OF REPAIRS ................................................................................................................ 0&

    +-. CORRECTION OF DEFECTS ..................................................................................................... 0&

    +. UNCORRECTED DEFECTS ....................................................................................................... 0+

    +). ADVANCE PAYMENT.............................................................................................................. 0+

    ,'. PROGRESS PAYMENTS .......................................................................................................... 0+

    ,1. PAYMENT CERTIFICATES ....................................................................................................... 0,

    ,&. RETENTION ......................................................................................................................... 0,

    ,+. VARIATION ORDERS............................................................................................................. 0(

    ,,. CONTRACT COMPLETION....................................................................................................... 00

    ,(. SUSPENSION OF WOR/......................................................................................................... 00

    ,0. PAYMENT ON TERMINATION.................................................................................................. 0-

    ,-. EXTENSION OF CONTRACT TIME............................................................................................. 0

    ,. PRICEAD%USTMENT ............................................................................................................. 0

    ,). COMPLETION....................................................................................................................... 0)

    ('. TA/ING OVER...................................................................................................................... 0)

    (1. OPERATING AND MAINTENANCE MANUALS.............................................................................. 0)

  • 8/11/2019 Davao Plan 4

    47/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    (5

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    1.

    De6i8i$i#8s

    "or purposes of this lause, boldface t!pe is used to identif! defined terms.

    0.0. $he Ar3i$er is the person appointed jointl! b! the Procurin4 &ntit! and theontractor to resolve disputes in the first instance, as provided for in GCClause /0.

    0./. Bi44 #6 2"8$i$ies refers to a list of the specific items of the 6or= and theircorrespondin4 unit prices, lump sums, and8or provisional sums.

    0.'. $he C#94e$i#8 D"$e is the date of completion of the 6or=s as certified b! theProcurin4 &ntit!s Representative, in accordance 9ith GCClause (2.

    0.(. $he C#8$r"5$ is the contract bet9een the Procurin4 &ntit! and the ontractor toeecute, complete, and maintain the 6or=s.

    0.5. $he C#8$r"5$ Pri5eis the price stated in the Letter of Acceptance and thereafter tobe paid b! the Procurin4 &ntit! to the ontractor for the eecution of the 6or=s inaccordance 9ith this ontract.

    0.. C#8$r"5$ Ti9e E$e8si#8is the allo9able period for the ontractor to complete the6or=s in addition to the ori4inal ompletion Date stated in this ontract.

    0.:. $he C#8$r"5$#r is the juridical entit! 9hose proposal has been accepted b! theProcurin4 &ntit! and to 9hom the ontract to eecute the 6or= 9as a9arded.

    0.. $he C#8$r"5$#r:s Biis the si4ned offer or proposal submitted b! the ontractor tothe Procurin4 &ntit! in response to the Biddin4 Documents.

    0.2. D"ysare calendar da!s months are calendar months.

    0.03. D"y?#r=s are varied 9or= inputs subject to pa!ment on a time basis for theontractors emplo!ees and &Guipment, in addition to pa!ments for associated?aterials and Plant.

    0.00. A De6e5$ is an! part of the 6or=s not completed in accordance 9ith the ontract.

    0.0/. $he De6e5$s Li"3i4i$y Cer$i6i5"$e is the certificate issued b! Procurin4 &ntit!sRepresentative upon correction of defects b! the ontractor.

    0.0'. $he De6e5$s Li"3i4i$y Peri# is the one !ear period bet9een contract completionand final acceptance 9ithin 9hich the ontractor assumes the responsibilit! tounderta=e the repair of an! dama4e to the 6or=s at his o9n epense.

    0.0(. Dr"?i8gsare 4raphical presentations of the 6or=s. $he! include all supplementar!details, shop dra9in4s,calculations, and other information provided or approved forthe eecution of this ontract.

    0.05. E2i9e8$ refers to all facilities, supplies, appliances, materials or thin4s reGuiredfor the eecution and completion of the 6or= provided b! the ontractor and 9hichshall not form or are not intended to form part of the Permanent 6or=s.

    0.0. $he I8$e8e C#94e$i#8 D"$erefers to the date specified in the SCC9hen theontractor is epected to have completed the 6or=s. $he ;ntended ompletion Datema! be revised onl! b! the Procurin4 &ntit!s Representative b! issuin4 an etensionof time or an acceleration order.

  • 8/11/2019 Davao Plan 4

    48/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    (

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    0.0:. M"$eri"4s are all supplies, includin4 consumables, used b! the ontractor forincorporation in the 6or=s.

    0.0. $he N#$i5e $# Pr#5ee is a 9ritten notice issued b! the Procurin4 &ntit! or theProcurin4 &ntit!s Representative to the ontractor reGuirin4 the latter to be4in thecommencement of the 9or= not later than a specified or determinable date.

    0.02. Per9"8e8$ W#r=s all permanent structures and all other project features andfacilities reGuired to be constructed and completed in accordance 9ith this ontract9hich shall be delivered to the Procurin4 &ntit! and 9hich shall remain at the

  • 8/11/2019 Davao Plan 4

    49/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    (:

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    &.

    I8$erre$"$i#8

    /.0. ;n interpretin4 the onditions of ontract, sin4ular also means plural, male alsomeans female or neuter, and the other 9a! around. %eadin4s have no si4nificance.6ords have their normal meanin4 under the lan4ua4e of this ontract unlessspecificall! defined. $he Procurin4 &ntit!s Representative 9ill provide instructionsclarif!in4 Gueries about the onditions of ontract.

    /./. ;f sectional completion is specified in the SCC, references in the onditions of ontractto the 6or=s, the ompletion Date, and the ;ntended ompletion Date appl! to an!

  • 8/11/2019 Davao Plan 4

    50/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    (

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    ontractorSs &Guipment, 9hich ma! be reGuired. All ?aterials and Plant on

  • 8/11/2019 Davao Plan 4

    51/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    (2

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    :.(. $he performance securit! ma! be released b! the Procurin4 &ntit! and returned tothe ontractor after the issuance of the ertificate of "inal Acceptance subject to thefollo9in4 conditions7

    *a- $here are no pendin4 claims a4ainst the ontractor or the suret! compan!filed b! the Procurin4 &ntit!

    *b- $he ontractor has no pendin4 claims for labor and materials filed a4ainst itand

    *c- #ther terms specified in the SCC.

    :.5. $he ontractor shall post an additional performance securit! follo9in4 the amountand form specified in ITBlause '/./ to cover an! cumulative increase of more thanten percent *03E- over the ori4inal value of the contract as a result of amendmentsto order or chan4e orders, etra 9or= orders and supplemental a4reements, as thecase ma! be. $he ontractor shall cause the etension of the validit! of the

    performance securit! to cover approved contract time etensions.

    :.. ;n case of a reduction in the contract value or for partiall! completed 6or=s under

    the contract 9hich are usable and accepted b! the Procurin4 &ntit! the use of 9hich,in the jud4ment of the implementin4 a4enc! or the Procurin4 &ntit!, 9ill not affectthe structural inte4rit! of the entire project, the Procurin4 &ntit! shall allo9 aproportional reduction in the ori4inal performance securit!, provided that an! suchreduction is more than ten percent *03E- and that the a44re4ate of such reductionsis not more than fift! percent *53E- of the ori4inal performance securit!.

    :.:. Fnless other9ise indicated in the SCC, the ontractor, b! enterin4 into the ontract9ith the Procurin4 &ntit!, ac=no9led4es the ri4ht of the Procurin4 &ntit! to instituteaction pursuant to Act ' a4ainst an! subcontractor be the! an individual, firm,partnership, corporation, or association suppl!in4 the ontractor 9ith labor, materialsand8or eGuipment for the performance of this ontract.

    .

    S235#8$r"5$i8g

    .0. Fnless other9ise indicated in the SCC, the ontractor cannot subcontract 6or=smore than the percenta4e specified in ITBlause .0.

    ./.

  • 8/11/2019 Davao Plan 4

    52/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    53

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    amount of liGuidated dama4es reaches ten percent *03E- of the amount of thisontract, the Procurin4 &ntit! shall rescind this ontract, 9ithout prejudice to othercourses of action and remedies open to it.

    2./. ;f the ;ntended ompletion Date is etended after liGuidated dama4es have beenpaid, the &n4ineer of the Procurin4 &ntit! shall correct an! overpa!ment of liGuidateddama4es b! the ontractor b! adjustin4 the net pa!ment certificate. $he

    ontractor shall be paid interest on the overpa!ment, calculated from the date ofpa!ment to the date of repa!ment, at the rates specified in GCClause (3.'.

    1'.

    Si$e I8ves$ig"$i#8 Re#r$s

    $he ontractor, in preparin4 the Bid, shall rel! on an!

  • 8/11/2019 Davao Plan 4

    53/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    50

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    *b- onsultants H 6here

  • 8/11/2019 Davao Plan 4

    54/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    5/

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    prejudice to the filin4 of appropriate administrative, civil, and8or criminal char4esa4ainst the responsible persons as 9ell as the forfeiture of the 9arrant! securit!posted in favor of the Procurin4 &ntit!.

    1+. Li"3i4i$y #6 $7e C#8$r"5$#r

  • 8/11/2019 Davao Plan 4

    55/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    5'

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    $he above insurance policies shall be obtained from an! reputable insurancecompan! approved b! the Procurin4 &ntit!s Representative.

    05.(. ;f the ontractor fails to obtain and =eep in force the insurances referred to herein oran! other insurance 9hich he ma! be reGuired to obtain under the terms of thisontract, the Procurin4 &ntit! ma! obtain and =eep in force an! such insurances andpa! such premiums as ma! be necessar! for the purpose. "rom time to time, the

    Procurin4 &ntit! ma! deduct the amount it shall pa! for said premiums includin4t9ent! five percent */5E- therein from an! monies due, or 9hich ma! become due,to the ontractor, 9ithout prejudice to the Procurin4 &ntit! eercisin4 its ri4ht toimpose other sanctions a4ainst the ontractor pursuant to the provisions of thisontract.

    05.5. ;n the event the ontractor fails to observe the above safe4uards, the Procurin4&ntit! ma!, at the ontractors epense, ta=e 9hatever measure is deemed necessar!for its protection and that of the ontractors personnel and third parties, and8ororder the interruption of dan4erous 6or=s. ;n addition, the Procurin4 &ntit! ma!refuse to ma=e the pa!ments under GCC lause (3 until the ontractor complies9ith this lause.

    05.. $he ontractor shall immediatel! replace the insurance polic! obtained as reGuired inthis ontract, 9ithout need of the Procurin4 &ntit!s demand, 9ith a ne9 polic!issued b! a ne9 insurance compan! acceptable to the Procurin4 &ntit! for an! of thefollo9in4 4rounds7

    *a- $he issuer of the insurance polic! to be replaced has7

    *i- become ban=rupt

    *ii- been placed under receivership or under a mana4ement committee

    *iii- been sued for suspension of pa!ment or

    *iv- been suspended b! the ;nsurance ommission and its license to

    en4a4e in business or its authorit! to issue insurance policiescancelled or

    *v- 6here reasonable 4rounds eist that the insurer ma! not be able,full! and promptl!, to fulfill its obli4ation under the insurance polic!.

    10.

    Ter9i8"$i#8 6#r De6"24$ #6 C#8$r"5$#r

    0.0. $he Procurin4 &ntit! shall terminate this ontract for default 9hen an! of thefollo9in4 conditions attend its implementation7

    0./. Due to the ontractors fault and 9hile the project is on14oin4, it has incurredne4ative slippa4e of fifteen percent *05E- or more in accordance 9ith PresidentialDecree 0:3, re4ardless of 9hether or not previous 9arnin4s and notices have been

    issued for the ontractor to improve his performance

    0.'. Due to its o9n fault and after this ontract time has epired, the ontractor incursdela! in the completion of the 6or= after this ontract has epired or

    0.(. $he ontractor7

  • 8/11/2019 Davao Plan 4

    56/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    5(

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    *a- abandons the contract 6or=s, refuses or fails to compl! 9ith a validinstruction of the Procurin4 &ntit! or fails to proceed epeditiousl! and9ithout dela! despite a 9ritten notice b! the Procurin4 &ntit!

    *b- does not actuall! have on the project

  • 8/11/2019 Davao Plan 4

    57/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    55

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    *c- $he Procurin4 &ntit! shall terminate this ontract if the ontractor is declaredban=rupt or insolvent as determined 9ith finalit! b! a court of competent

    jurisdiction. ;n this event, termination 9ill be 9ithout compensation to the

    ontractor, provided that such termination 9ill not prejudice or affect an!ri4ht of action or remed! 9hich has accrued or 9ill accrue thereafter to theProcurin4 &ntit! and8or the ontractor. ;n the case of the ontractorSsinsolvenc!, an! ontractorSs &Guipment 9hich the Procurin4 &ntit! instructs

    in the notice is to be used until the completion of the 6or=s

    *d- A pa!ment certified b! the Procurin4 &ntit!s Representative is not paid b!the Procurin4 &ntit! to the ontractor 9ithin ei4ht! four *(- da!s from thedate of the Procurin4 &ntit!s Representatives certificate

    *e- $he Procurin4 &ntit!s Representative 4ives )otice that failure to correct aparticular Defect is a fundamental breach of ontract and the ontractor failsto correct it 9ithin a reasonable period of time determined b! the Procurin4&ntit!s Representative

    *f- $he ontractor does not maintain a

  • 8/11/2019 Davao Plan 4

    58/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    5

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    02.0. $he follo9in4 provisions shall 4overn the procedures for the termination of thisontract7

    *a- Fpon receipt of a 9ritten report of acts or causes 9hich ma! constitute4round*s- for termination as aforementioned, or upon its o9n initiative, theProcurin4 &ntit! shall, 9ithin a period of seven *:- calendar da!s, verif! theeistence of such 4round*s- and cause the eecution of a @erified Report,

    9ith all relevant evidence attached

    *b- Fpon recommendation b! the Procurin4 &ntit!, the %ead of the Procurin4

    &ntit! shall terminate this ontract onl! b! a 9ritten notice to the ontractorconve!in4 the termination of this ontract. $he notice shall state7

    *i- that this ontract is bein4 terminated for an! of the 4round*s- afore1mentioned, and a statement of the acts that constitute the 4round*s-constitutin4 the same

    *ii- the etent of termination, 9hether in 9hole or in part

    *iii- an instruction to the ontractor to sho9 cause as to 9h! this

    ontract should not be terminated and

    *iv- special instructions of the Procurin4 &ntit!, if an!.

    $he )otice to $erminate shall be accompanied b! a cop! of the @erifiedReport

    *c- 6ithin a period of seven *:- calendar da!s from receipt of the )otice of$ermination, the ontractor shall submit to the %ead of the Procurin4 &ntit!a verified position paper statin4 9h! the contract should not be terminated.;f the ontractor fails to sho9 cause after the lapse of the seven *:- da!period, either b! inaction or b! default, the %ead of the Procurin4 &ntit! shallissue an order terminatin4 the contract

    *d- $he Procurin4 &ntit! ma!, at an!time before receipt of the Bidders verifiedposition paper described in item *c- above 9ithdra9 the )otice to $erminateif it is determined that certain items or 9or=s subject of the notice had beencompleted, delivered, or performed before the ontractors receipt of the

    notice

    *e- 6ithin a non1etendible period of ten *03- calendar da!s from receipt of theverified position paper, the %ead of the Procurin4 &ntit! shall decide 9hetheror not to terminate this ontract. ;t shall serve a 9ritten notice to theontractor of its decision and, unless other9ise provided in the said notice,this ontract is deemed terminated from receipt of the ontractor of thenotice of decision. $he termination shall onl! be based on the 4round*s-stated in the )otice to $erminate and

    *f- $he %ead of the Procurin4 &ntit! ma! create a ontract $ermination Revie9ommittee *$R- to assist him in the dischar4e of this function. Alldecisions recommended b! the $R shall be subject to the approval of the%ead of the Procurin4 &ntit!.

    02./. Pursuant to

  • 8/11/2019 Davao Plan 4

    59/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    5:

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    suspension for one *0- !ear for the first offense, suspension for t9o */- !ears for thesecond offense from participatin4 in the public biddin4 process, for violationscommitted durin4 the contract implementation sta4e, 9hich include but not limited to

    the follo9in47

    *a- "ailure of the contractor, due solel! to his fault or ne4li4ence, to mobilie andstart 9or= or performance 9ithin the specified period in the )otice to

    Proceed *)$PC-

    *b- "ailure b! the contractor to full! and faithfull! compl! 9ith its contractual

    obli4ations 9ithout valid cause, or failure b! the contractor to compl! 9ithan! 9ritten la9ful instruction of the procurin4 entit! or its representative*s-pursuant to the implementation of the contract. "or the procurement ofinfrastructure projects or consultanc! contracts, la9ful instructions includebut are not limitedto the follo9in47

    *i- &mplo!ment of competent technical personnel, competent en4ineersand8or 9or= supervisors

    *ii- Provision of 9arnin4 si4ns and barricades in accordance 9ith

    approved plans and specifications and contract provisions

    *iii- *i- )e4ative slippa4e of 05E and above 9ithin the critical path of theproject due entirel! to the fault or ne4li4ence of the contractor and

    *ii- Iualit! of materials and 9or=manship not compl!in4 9ith theapproved specifications arisin4 from the contractorSs fault orne4li4ence.

    *e- 6illful or deliberate abandonment or non1performance of the project orcontract b! the contractor resultin4 to substantial breach thereof 9ithoutla9ful and8or just cause.

    ;n addition to the penalt! of suspension, the performance securit! posted b! thecontractor shall also be forfeited.

  • 8/11/2019 Davao Plan 4

    60/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    5

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    &'.

    F#r5e M"e2re! Re4e"se Fr#9 Per6#r9"85e

    /3.0. "or purposes of this ontract the terms force majeureC and fortuitous eventC ma!be used interchan4eabl!. ;n this re4ard, a fortuitous event or force majeureshall beinterpreted to mean an event 9hich the ontractor could not have foreseen, or 9hichthou4h foreseen, 9as inevitable. ;t shall not include ordinar! unfavorable 9eatherconditions and an! other cause the effects of 9hich could have been avoided 9ith

    the eercise of reasonable dili4ence b! the ontractor.

    /3./. ;f this ontract is discontinued b! an outbrea= of 9ar or b! an! other event entirel!

    outside the control of either the Procurin4 &ntit! or the ontractor, the Procurin4&ntit!s Representative shall certif! that this ontract has been discontinued. $heontractor shall ma=e the

  • 8/11/2019 Davao Plan 4

    61/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    52

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    &&.

    S2se8si#8 #6 L#"8! Crei$! Gr"8$! #r Ar#ri"$i#8

    ;n the event that the "undin4 rant, or Appropriation tothe Procurin4 &ntit!, from 9hich part of the pa!ments to the ontractor are bein4 made7

    *a- $he Procurin4 &ntit! is obli4ated to notif! the ontractor of such suspension 9ithinseven *:- da!s of havin4 received the suspension notice.

    *b- ;f the ontractor has not received sums due it for 9or= alread! done 9ithin fort! five*(5- da!s from the time the ontractors claim for pa!ment has been certified b! theProcurin4 &ntit!s Representative, the ontractor ma! immediatel! issue a suspensionof 9or= notice in accordance 9ith GCClause (5./.

    &+.

    Pr#52ri8g E8$i$y:s Rerese8$"$ive:s De5isi#8s

    /'.0. &cept 9here other9ise specificall! stated, the Procurin4 &ntit!s Representative 9illdecide contractual matters bet9een the Procurin4 &ntit! and the ontractor in therole representin4 the Procurin4 &ntit!.

    /'./. $he Procurin4 &ntit!s Representative ma! dele4ate an! of his duties and

    responsibilities to other people, ecept to the Arbiter, after notif!in4 the ontractor,and ma! cancel an! dele4ation after notif!in4 the ontractor.

    &,.

    Ar#v"4 #6 Dr"?i8gs "8 Te9#r"ry W#r=s 3y $7e Pr#52ri8g E8$i$y:s

    Rerese8$"$ive

    /(.0. All Dra9in4s prepared b! the ontractor for the eecution of the $emporar! 6or=s,are subject to prior approval b! the Procurin4 &ntit!s Representative before its use.

    /(./. $he ontractor shall be responsible for desi4n of $emporar! 6or=s.

    /(.'. $he Procurin4 &ntit!s Representatives approval shall not alter the ontractorsresponsibilit! for desi4n of the $emporar! 6or=s.

    /(.(. $he ontractor shall obtain approval of third parties to the desi4n of the $emporar!6or=s, 9hen reGuired b! the Procurin4 &ntit!.

    &(. A55e4er"$i#8 "8 De4"ys Orere 3y $7e Pr#52ri8g E8$i$y:s Rerese8$"$ive

    /5.0. 6hen the Procurin4 &ntit! 9ants the ontractor to finish before the ;ntendedompletion Date, the Procurin4 &ntit!s Representative 9ill obtain priced proposalsfor achievin4 the necessar! acceleration from the ontractor. ;f the Procurin4 &ntit!accepts these proposals, the ;ntended ompletion Date 9ill be adjusted accordin4l!and confirmed b! both the Procurin4 &ntit! and the ontractor.

    /5./. ;f the ontractors "inancial Proposals for an acceleration are accepted b! theProcurin4 &ntit!, the! are incorporated in the ontract Price and treated as a

    @ariation.

    &0.

    E$e8si#8 #6 $7e I8$e8e C#94e$i#8 D"$e

    /.0. $he Procurin4 &ntit!s Representative shall etend the ;ntended ompletion Date if a@ariation is issued 9hich ma=es it impossible for the ;ntended ompletion Date to beachieved b! the ontractor 9ithout ta=in4 steps to accelerate the remainin4 9or=,9hich 9ould cause the ontractor to incur additional costs. )o pa!ment shall bemade for an! event 9hich ma! 9arrant the etension of the ;ntended ompletionDate.

  • 8/11/2019 Davao Plan 4

    62/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    3

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    /./. $he Procurin4 &ntit!s Representative shall decide 9hether and b! ho9 much toetend the ;ntended ompletion Date 9ithin t9ent! one */0- da!s of the ontractoras=in4 the Procurin4 &ntit!s Representative for a decision thereto after full!

    submittin4 all supportin4 information. ;f the ontractor has failed to 4ive earl!9arnin4 of a dela! or has failed to cooperate in dealin4 9ith a dela!, the dela! b!this failure shall not be considered in assessin4 the ne9 ;ntended ompletion Date.

    &-.

    Rig7$ $# V"ry

    /:.0. $he Procurin4 &ntit!s Representative 9ith the prior approval of the Procurin4 &ntit!

    ma! instruct @ariations, up to a maimum cumulative amount of ten percent *03E-of the ori4inal contract cost.

    /:./. @ariations shall be valued as follo9s7

    *a- At a lump sum price a4reed bet9een the parties

    *b- 9here appropriate, at rates in this ontract

    *c- in the absence of appropriate rates, the rates in this ontract shall be used

    as the basis for valuation or failin4 9hich

    *d- at appropriate ne9 rates, eGual to or lo9er than current industr! rates and tobe a4reed upon b! both parties and approved b! the %ead of the Procurin4

    &ntit!.

    &.

    C#8$r"5$#rHs Rig7$ $# C4"i9

    ;f the ontractor incurs cost as a result of an! of the events under GCC lause 0', theontractor shall be entitled to the amount of such cost. ;f as a result of an! of the saidevents, it is necessar! to chan4e the 6or=s, this shall be dealt 9ith as a @ariation.

    &).

    D"y?#r=s

    /2.0.

  • 8/11/2019 Davao Plan 4

    63/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    0

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    '3./. $he ontractor shall cooperate 9ith the Procurin4 &ntit!s Representative in ma=in4and considerin4 proposals for ho9 the effect of such an event or circumstance can beavoided or reduced b! an!one involved in the 9or= and in carr!in4 out an! resultin4

    instruction of the Procurin4 &ntit!s Representative.

    +1. Pr#gr"9 #6 W#r=

    '0.0. 6ithin the time stated in the SCC, the ontractor shall submit to the Procurin4&ntit!s Representative for approval a Pro4ram of 6or= sho9in4 the 4eneralmethods, arran4ements, order, and timin4 for all the activities in the 6or=s.

    '0./. An update of the Pro4ram of 6or= shall the sho9 the actual pro4ress achieved oneach activit! and the effect of the pro4ress achieved on the timin4 of the remainin49or=, includin4 an! chan4es to the seGuence of the activities.

    '0.'. $he ontractor shall submit to the Procurin4 &ntit!s Representative for approval anupdated Pro4ram of 6or= at intervals no lon4er than the period stated in the SCC.

    ;f the ontractor does not submit an updated Pro4ram of 6or= 9ithin this period, thePR#FR;)> &)$;$s Representative ma! 9ithhold the amount stated in the SCCfrom the net pa!ment certificate and continue to 9ithhold this amount until the net

    pa!ment after the date on 9hich the overdue Pro4ram of 6or= has been submitted.

    '0.(. $he Procurin4 &ntit!s Representatives approval of the Pro4ram of 6or= shall notalter the ontractors obli4ations. $he ontractor ma! revise the Pro4ram of 6or=and submit it to the Procurin4 &ntit!s Representative a4ain at an! time. A revisedPro4ram of 6or= shall sho9 the effect of an! approved @ariations.

    '0.5. 6hen the Pro4ram of 6or= is updated, the ontractor shall provide the Procurin4&ntit!s Representative 9ith an updated cash flo9 forecast. $he cash flo9 forecastshall include different currencies, as defined in the ontract, converted as necessar!usin4 the ontract echan4e rates.

    '0.. All @ariations shall be included in updated Pro4ram of 6or= produced b! theontractor.

    +&.

    M"8"ge9e8$ C#86ere85es

    '/.0. &ither the Procurin4 &ntit!s Representative or the ontractor ma! reGuire the other

    to attend a ?ana4ement onference. $he ?ana4ement onference shall revie9 theplans for remainin4 9or= and deal 9ith matters raised in accordance 9ith the earl!9arnin4 procedure.

    '/./. $he Procurin4 &ntit!s Representative shall record the business of ?ana4ementonferences and provide copies of the record to those attendin4 the onference andto the Procurin4 &ntit! . $he responsibilit! of the parties for actions to be ta=en shallbe decided b! the PR#FR;)> &)$;$s Representative either at the ?ana4ementonference or after the ?ana4ement onference and stated in 9ritin4 to all 9ho

    attended the onference.

    ++.

    Bi44 #6 2"8$i$ies

    ''.0. $he Bill of Iuantities shall contain items of 9or= for the construction, installation,testin4, and commissionin4 of 9or= to be done b! the ontractor.

    ''./. $he Bill of Iuantities is used to calculate the ontract Price. $he ontractor is paidfor the Guantit! of the 9or= done at the rate in the Bill of Iuantities for each item.

  • 8/11/2019 Davao Plan 4

    64/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    /

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    ''.'. ;f the final Guantit! of an! 9or= done differs from the Guantit! in the Bill of Iuantitiesfor the particular item and is not more than t9ent! five percent */5E- of the ori4inalGuantit!, provided the a44re4ate chan4es for all items do not eceed ten percent

    *03E- of the ontract price, the Procurin4 &ntit!s Representative shall ma=e thenecessar! adjustments to allo9 for the chan4es subject to applicable la9s, rules, andre4ulations.

    ''.(. ;f reGuested b! the Procurin4 &ntit!s Representative, the ontractor shall provide theProcurin4 &ntit!s Representative 9ith a detailed cost brea=do9n of an! rate in theBill of Iuantities.

    +,.

    I8s$r25$i#8s! I8se5$i#8s "8 A2i$s

    '(.0. $he Procurin4 &ntit!s personnel shall at all reasonable times durin4 construction ofthe 6or= be entitled to eamine, inspect, measure and test the materials and9or=manship, and to chec= the pro4ress of the construction.

    '(./. ;f the Procurin4 &ntit!s Representative instructs the ontractor to carr! out a testnot specified in the

  • 8/11/2019 Davao Plan 4

    65/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    '

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    Price. ;f the Procurin4 &ntit! accepts the Guotation, the correspondin4 chan4e in the

  • 8/11/2019 Davao Plan 4

    66/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    (

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    *e- Amount to cover uncorrected discovered defects in the 9or=s.

    (3.'. Pa!ments shall be adjusted b! deductin4 therefrom the amounts for advancepa!ments and retention. $he Procurin4 &ntit! shall pa! the ontractor the amountscertified b! the Procurin4 &ntit!s Representative 9ithin t9ent! ei4ht */- da!s fromthe date each certificate 9as issued. )o pa!ment of interest for dela!ed pa!mentsand adjustments shall be made b! the Procurin4 &ntit!.

    (3.(. $he first pro4ress pa!ment ma! be paid b! the Procurin4 &ntit! to the ontractorprovided that at least t9ent! percent */3E- of the 9or= has been accomplished as

    certified b! the Procurin4 &ntit!s Representative.

    (3.5. ;tems of the 6or=s for 9hich a price of 3C *ero- has been entered 9ill not be paidfor b! the Procurin4 &ntit! and shall be deemed covered b! other rates and prices inthe ontract.

    ,1.

    P"y9e8$ Cer$i6i5"$es

    (0.0. $he ontractor shall submit to the Procurin4 &ntit!s Representative monthl!statements of the estimated value of the 9or= eecuted less the cumulative amount

    certified previousl!.

    (0./. $he Procurin4 &ntit!s Representative shall chec= the ontractors monthl! statementand certif! the amount to be paid to the ontractor.

    (0.'. $he value of 6or= eecuted shall7

    *a- be determined b! the Procurin4 &ntit!s Representative

    *b- comprise the value of the Guantities of the items in the Bill of Iuantitiescompleted and

    *c- include the valuations of approved variations.

    (0.(. $he Procurin4 &ntit!s Representative ma! eclude an! item certified in a previouscertificate or reduce the proportion of an! item previousl! certified in an! certificatein the li4ht of later information.

    ,&. Re$e8$i#8

    (/.0. $he Procurin4 &ntit! shall retain from each pa!ment due to the ontractor an amounteGual to a percenta4e thereof usin4 the rate as specified in ITB

  • 8/11/2019 Davao Plan 4

    67/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    5

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    &ntit!, provided that the project is on schedule and is satisfactoril! underta=en.#ther9ise, the ten *03E- percent retention shall be made. overnment shall be valid for a duration to be determined b! the concernedimplementin4 office8a4enc! or Procurin4 &ntit! and 9ill ans9er for the purpose for9hich the ten *03E- percent retention is intended, i.e., to cover uncorrecteddiscovered defects and third part! liabilities.

    (/.(. #n completion of the 9hole 6or=s, the ontractor ma! substitute retention mone!9ith an on demandC Ban= 4uarantee in a form acceptable to the Procurin4 &ntit!.

    ,+.

    V"ri"$i#8 Orers

    ('.0. @ariation #rders ma! be issued b! the Procurin4 &ntit! to cover an!increase8decrease in Guantities, includin4 the introduction of ne9 9or= items that arenot included in the ori4inal contract or reclassification of 9or= items that are eitherdue to chan4e of plans, desi4n or ali4nment to suit actual field conditions resultin4 indisparit! bet9een the preconstruction plans used for purposes of biddin4 and the assta=ed plansC or construction dra9in4s prepared after a joint surve! b! theontractor and the Procurin4 &ntit! after a9ard of the contract, provided that the

    cumulative amount of the @ariation #rder does not eceed ten percent *03E- of theori4inal project cost. $he addition8deletion of 6or=s should be 9ithin the 4eneralscope of the project as bid and a9arded. $he scope of 9or=s shall not be reduced soas to accommodate a positive @ariation #rder. A @ariation #rder ma! either be in theform of a han4e #rder or &tra 6or= #rder.

    ('./. A han4e #rder ma! be issued b! the Procurin4 &ntit! to cover an!increase8decrease in Guantities of ori4inal 6or= items in the contract.

    ('.'. An &tra 6or= #rder ma! be issued b! the Procurin4 &ntit! to cover the introductionof ne9 9or= necessar! for the completion, improvement or protection of the project9hich 9ere not included as items of 6or= in the ori4inal contract, such as, 9here

    there are subsurface or latent ph!sical conditions at the site differin4 materiall! fromthose indicated in the contract, or 9here there are dul! un=no9n ph!sical conditions

    at the site of an unusual nature differin4 materiall! from those ordinaril! encounteredand 4enerall! reco4nied as inherent in the 6or= or character provided for in thecontract.

    ('.(. An! cumulative @ariation #rder be!ond ten percent *03E- shall be subject of anothercontract to be bid out if the 9or=s are separable from the ori4inal contract. ;neceptional cases 9here it is ur4entl! necessar! to complete the ori4inal scope of9or=, the %ead of the Procurin4 &ntit! ma! authorie a positive @ariation #rder 4obe!ond ten percent *03E- but not more than t9ent! percent */3E- of the ori4inalcontract price, subject to the 4uidelines to be determined b! the >PPB7 Provided,ho9ever, $hat appropriate sanctions shall be imposed on the desi4ner, consultant orofficial responsible for the ori4inal detailed en4ineerin4 desi4n 9hich failed toconsider the @ariation #rder be!ond ten percent *03E-.

    ('.5. ;n claimin4 for an! @ariation #rder, the ontractor shall, 9ithin seven *:- calendarda!s after such 9or= has been commenced or after the circumstances leadin4 tosuch condition*s- leadin4 to the etra cost, and 9ithin t9ent!1ei4ht */- calendarda!s deliver a 9ritten communication 4ivin4 full and detailed particulars of an! etracost in order that it ma! be investi4ated at that time. "ailure to provide either of suchnotices in the time stipulated shall constitute a 9aiver b! the contractor for an!

    claim. $he preparation and submission of @ariation #rders are as follo9s7

  • 8/11/2019 Davao Plan 4

    68/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    *a- ;f the Procurin4 &ntit!s representative8Project &n4ineer believes that ahan4e #rder or &tra 6or= #rder should be issued, he shall prepare theproposed #rder accompanied 9ith the notices submitted b! the ontractor,

    the plans therefore, his computations as to the Guantities of the additional9or=s involved per item indicatin4 the specific stations 9here such 9or=s areneeded, the date of his inspections and investi4ations thereon, and the lo4boo= thereof, and a detailed estimate of the unit cost of such items of 9or=,

    to4ether 9ith his justifications for the need of such han4e #rder or &tra6or= #rder, and shall submit the same to the %ead of the Procurin4 &ntit!for approval.

    *b- $he procurin4 entit!s representative8Project &n4ineer, upon receipt of theproposed han4e #rder or &tra 6or= #rder shall immediatel! instruct thetechnical staff of the Procurin4 &ntit!s to conduct an on1the1spotinvesti4ation to verif! the need for the 6or= to be prosecuted. A report ofsuch verification shall be submitted directl! to the procurin4 entit!srepresentative8Project &n4ineer.

    *c- $he, procurin4 entit!s representative8Project &n4ineer, after bein4 satisfiedthat such han4e #rder or &tra 6or= #rder is justified and necessar!, shall

    revie9 the estimated Guantities and prices and for9ard the proposal 9ith thesupportin4 documentation to the %ead of Procurin4 &ntit! or his dul!authoried representative for consideration.

    *d- ;f, after revie9 of the plans, Guantities and estimated unit cost of the items

    of 9or= involved, the proper office of the procurin4 entit! empo9ered torevie9 and evaluate han4e #rders or &tra 6or= #rders recommendsapproval thereof, %ead of the Procurin4 &ntit! or his dul! authoriedrepresentative, believin4 the han4e #rder or &tra 6or= #rder to be inorder, shall approve the same.

    *e- $he timeframe for the processin4 of @ariation #rders from the preparation upto the approval b! the %ead of the Procurin4 &ntit! concerned shall noteceed thirt! *'3- calendar da!s.

    ,,.

    C#8$r"5$ C#94e$i#8

    #nce the project reaches an accomplishment of ninet! five *25E- of the total contractamount, the Procurin4 &ntit! ma! create an inspectorate team to ma=e preliminar! inspectionand submit a punch1list to the ontractor in preparation for the final turnover of the project.

  • 8/11/2019 Davao Plan 4

    69/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    :

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    (5./. $he ontractor or its dul! authoried representative shall have the ri4ht to suspend9or= operation on an! or all projects8activities alon4 the critical path of activitiesafter fifteen *05- calendar da!s from date of receipt of 9ritten notice from the

    ontractor to the district en4ineer8re4ional director8consultant or eGuivalent official,as the case ma! be, due to the follo9in47

    *a- $here eist ri4ht1of19a! problems 9hich prohibit the ontractor from

    performin4 9or= in accordance 9ith the approved construction schedule.

    *b- ReGuisite construction plans 9hich must be o9ner1furnished are not issued to

    the contractor precludin4 an! 9or= called for b! such plans.

    *c- Peace and order conditions ma=e it etremel! dan4erous, if not possible, to9or=. %o9ever, this condition must be certified in 9ritin4 b! the Philippine)ational Police *P)P- station 9hich has responsibilit! over the affected areaand confirmed b! the Department of ;nterior and Local >overnment *D;L>-Re4ional Director.

    *d- $here is failure on the part of the Procurin4 &ntit! to deliver 4overnment1furnished materials and eGuipment as stipulated in the contract.

    *e- Dela! in the pa!ment of ontractors claim for pro4ress billin4 be!ond fort!1five *(5- calendar da!s from the time the ontractors claim has beencertified to b! the procurin4 entit!s authoried representative that thedocuments are complete unless there are justifiable reasons thereof 9hich

    shall be communicated in 9ritin4 to the ontractor.

    (5.'. ;n case of total suspension, or suspension of activities alon4 the critical path, 9hich isnot due to an! fault of the ontractor, the elapsed time bet9een the effective orderof suspendin4 operation and the order to resume 9or= shall be allo9ed theontractor b! adjustin4 the contract time accordin4l!.

    ,0.

    P"y9e8$ #8 Ter9i8"$i#8

    (.0. ;f the ontract is terminated because of a fundamental breach of ontract b! theontractor, the Procurin4 &ntit!s Representative shall issue a certificate for the valueof the 9or= done and ?aterials ordered less advance pa!ments received up to thedate of the issue of the certificate and less the percenta4e to appl! to the value ofthe 9or= not completed, as indicated in the

  • 8/11/2019 Davao Plan 4

    70/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    ,-.

    E$e8si#8 #6 C#8$r"5$ Ti9e

    (:.0. #P, promul4ated after the date of bid openin4, a contract price adjustment shall be made orappropriate relief shall be applied on a no loss1no 4ain basis.

  • 8/11/2019 Davao Plan 4

    71/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    2

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

    ,).

    C#94e$i#8

    $he ontractor shall reGuest the Procurin4 &ntit!s Representative to issue a certificate ofompletion of the 6or=s, and the Procurin4 &ntit!s Representative 9ill do so upon decidin4that the 9or= is completed.

    ('. T"=i8g Over

    $he Procurin4 &ntit! shall ta=e over the

  • 8/11/2019 Davao Plan 4

    72/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    :3

    DAVAO CITY WATER DISTRICT GENERAL CONDITIONS OF CONTRACT

  • 8/11/2019 Davao Plan 4

    73/610

    :0

    DAVAO CITY WATER DISTRICT SPECIAL CONDITIONS OF CONTRACT

    Se5$i#8 V. Se5i"4 C#8i$i#8s #6 C#8$r"5$

  • 8/11/2019 Davao Plan 4

    74/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    :/

    DAVAO CITY WATER DISTRICT SPECIAL CONDITIONS OF CONTRACT

  • 8/11/2019 Davao Plan 4

    75/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    :'

    DAVAO CITY WATER DISTRICT SPECIAL CONDITIONS OF CONTRACT

    Se5i"4 C#8i$i#8s #6 C#8$r"5$

    GCC C4"2se

    0.0 $he I8$e8e C#94e$i#8 D"$e is#ne %undred ravel "illin4 6or=s,

    0/.' )o further instructions.

    0/.5 ;n case of semi1permanent structures, such as buildin4s of t!pes 0, /, and ' asclassified under the )ational Buildin4 ode of the Philippines, concrete8asphaltroads, concrete river control, draina4e, irri4ation lined canals, river landin4,deep 9ells, roc= cause9a!, pedestrian overpass, and other similar semi1permanent structures7 Five ( ye"rs.

  • 8/11/2019 Davao Plan 4

    76/610

    BID DOCUMENTS RECONSTRUCTION OF EXISTING RIVERSIDE PRODUCTION

    WELL NO.1PUMPING FACILITIES

    :(

    DAVAO CITY WATER DISTRICT SPECIAL CONDITIONS OF CONTRACT

    0' ;f the ontractor is a joint venture, all partners to the joint venture shall bejointl! and severall! liable to the Procurin4 &ntit!.

    0.'*h-*i- )o further instructions.

    /0./ $he Arbiter is7 CONSTRUCTION INDUSTRY ARBITRATIONCOMMISSION CIAC, /8" T 58" &ecutive enter Bld4., '2 >il Pu!at Ave.or. ?a=ati Ave., ?a=ati it!.

    /0.( ;n case of le4al actions reGuirin4 court liti4ation that ma! arise in theenforcement of the contract, the venue shall be eclusivel!, to the eclusion ofthe others, the court of competent jurisdiction in Davao it!.

    /2.0 Da!9or=s are applicable at the rate sho9n in the ontractors ori4inal Bid.

    '0.0 $he ontractor shall submit the Pro4ram of 6or= to the Procurin4 &ntit!sRepresentative 9ithin 03 da!s of deliver! of the Letter of Acceptance.

    '0.' )o further instruction.

    '(.' $he "undin4 overnment of the Philippines throu4h the Davaoit! 6ater District /300 orporate Bud4et.

    '2.0 $he amount of the advance pa!ment is 1( #6 $7e C#8$r"5$ Pri5e.(3.0 )o further instruction.

    50.0 $he date b! 9hich as builtC dra9in4s are reGuired is )#$ LA$&R $%A) /6&&K< A"$&R $%& #?PL&$;#) #" $%& PR#J&$.

    50./ $he amount to be 9ithheld for failin4 to produce as builtC dra9in4s and8oroperatin4 and maintenance manuals b! the date reGuired is )#)&.

  • 8/11/2019 Davao Plan 4

    77/610

    :5

    DAVAO CITY WATER DISTRICT SPECIFICATIONS

    Se5$i#8 VI. Se5i6i5"$i#8s

  • 8/11/2019 Davao Plan 4

    78/610

    :

    DAVAO CITY WATER DISTRICT SPECIFICATIONS

  • 8/11/2019 Davao Plan 4

    79/610

    ::

    DAVAO CITY WATER DISTRICT SPECIFICATIONS

    TABLE OF CONTENTS

    1. SITE PREPARATION............................................................................................-)

    &. EXCAVATION!BAC/FILLING AND GRADING.................................................................'

    +. REINFORCED CONCRETE ......................................................................................................&

    ,. MISCELLANEOUS METALWOR/.............................................................................................. )

    (. PIPING WOR/..................................................................................................................... ))

    0. PAINTING AND COATINGS...................................................................................................1'

    -. ARC*ITECTURAL ITEMS....................................................................................................... 11,

    . PERIMETER FE