You are on page 1of 39

DEPARTMENT OF PUBLIC WORKS AND

HIGHWAYS
DAVAO CITY DISTRICT ENGINEERING OFFICE
Leon Ma. Guerrero Street, Davao City
BIDDING DOCUMENTS
FOR

CONTRACT ID NO.: 13LB-0117

CONTRACT NAME & LOCATION:


Widening along Davao
Cotabato Road (Davao City Jct
Digos Section) including ROW
K1516+400 K1518+200,
Matina-Bangkal Section, Davao
City 1st LD

DATE OF OPENING OF BIDS:


November 29, 2013 at 2:00 P.M.
DATE OF ISSUANCE OF BIDDING
DOCUMENTS:
November 4, 2013 to November
29, 2013

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


Davao City District Engineering Office
Leon Ma. Guerrero Street, Davao City
Contract ID No. : 13LB-0117
Contract Name : Widening along Davao Cotabato Road (Davao City Jct
Digos Section) including ROW K1516+400 K1518+200 Matina-Bangkal
Section, Davao City 1st LD
Location of the Contract: Davao City

BID DATA SHEET


ITB
Clause
1.1

The Procuring Entity is DPWH, Davao City District Engineering Office


Leon Ma. Guerrero Street, Davao City
The name of the Contract:
Widening along Davao Cotabato Road
(Davao City Jct Digos Section) including ROW K1516+400
K1518+200 Matina-Bangkal Section, Davao City 1st LD The
Identification number of the Contract is Contract ID No. 13LB-0117
The Funding source is the : Government of the Philippines (GOP)
SARO No. ____________________
Dated :, 2011
Legal Basis: Priority Development
Assistance Fund
FY 2011, GAA, RA 10147

5.1
5.2
5.4

No further instructions.
Bidding is restricted to eligible bidders as defined in ITB clause 5.1
The Bidder must have completed, within ten (10) years from the
submission of bids, a single contract that is similar to this project,
equivalent to at least fifty percent (50%) of the ABC

5.5

Unless otherwise provided in the BDS, the bidder must submit a


computation of its Net Financial Contracting capacity (NFCC) or a
commitment from a universal or commercial bank to extend a credit line
in its favor if awarded the contract for this project (CLC).
The NFCC, computed using the formula , must be at least equal to the
ABC to be bid:
NFCC={(Current assets minus current liabilities) (K)} 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:
Where:
K=10 for contract duration of one year or less, 15 for a contract duration
of more than one year up to two years, and 20 for contract duration of
more than two years.

5.5

The CLC must be at least equal to ten percent (10%) of the ABC for this
project. If issued by a foreign bank, it shall be confirmed or authenticated
by a Universal of Commercial Bank. In the case of local government units
(LGUs) , the Bidder may also submit CLC from other banks certified by
the BANGKO SENTRAL NG PILIPINAS (BSP) as authorized to issue such
financial instrument.

No further Instructions
6.3

The Bidder, by the act of submitting its bid, shall be deemed to have
inspected the site and determined the general characteristics of the
contract works and conditions for this project. Unless otherwise indicated
in the BDS, failure to furnish all information or documentation required in
this Bidding Documents shall result in the rejection of the bid and the
disqualification of the Bidder.
No further instructions.

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


Davao City District Engineering Office
Leon Ma. Guerrero Street, Davao City
Contract ID No. : 13LB-0117
Contract Name : Widening along Davao Cotabato Road (Davao City Jct
Digos Section) including ROW K1516+400 K1518+200 Matina-Bangkal
Section, Davao City 1st LD
Location of the Contract: Davao City

BID DATA SHEET


7

8.1
8.2
9.1

10.1

12.1(a)(i)
12.1(a)
(iii)
12.1 (a)
(iv)
12.1(b)
(ii.2)

Unless otherwise indicated in the BDS 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.
No further instructions.
Subcontracting is not allowed.
Not Applicable
The Procuring Entity will hold a pre-bid conference for this project on
______________ @ 10;00 A.M. at DPWH, Davao City District Engineering
Office, Conference Room, DCDEO, Compound, L. Ma. Guerrero Street,
Davao City
The Procuring Entitys address is
Office Address: DPWH, Davao City District Engineering Office, L. Ma.
Guerrero Street,
Davao City
Contact Person: SUCALDITO, EMILIO P. JR., BAC Chairman, OIC Chief
Planning Engineer
Telephone Number: Telefax (082) 221-6444 , 226-2035 or 302-7213
Maintain the ITB Clause. Other acceptable proof of registration are
Philippine Contractors Registration Certificate and the PHIL-GEPS
Certificate.
No further instructions
Unless otherwise provided in the BDS, valid Philippine Contractors
Accreditation Board (PCAB) license and registration for the type and cost
of the contract for this project.
No further instructions.
Key Personnel

Min. Cost of
largest Project
Handled

Project Manager
Project Engineer
Material Engineer
Safety Health Officer
Foreman
Others (Specify)

At least 50% of
the Subject
project

Min. years of
experience in
proposed
position
3 years
3 years
3 years
3 years
3 years

12.1 (b)
(ii.3)

The Equipment requirement ( See attached sheets)


Equipment
Number of
Water truck (1000gal) all make
Plate Compactor
One Bagger mixer
Welding Machine
Dump Truck (10 cu.m. cap.)
Motorized Road Grader, G710A
Backhoe
Roadroller
Boomtruck

Minimum
1
1
1
1
2
1
1
1
1

*a) Leased Equipment, attached the lease notarized agreement


specifying the
details of the usage
b) Attached documents, other pertinent papers to determine the
ownership for the equipments/or tools.

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


Davao City District Engineering Office
Leon Ma. Guerrero Street, Davao City
Contract ID No. : 13LB-0117
Contract Name : Widening along Davao Cotabato Road (Davao City Jct
Digos Section) including ROW K1516+400 K1518+200 Matina-Bangkal
Section, Davao City 1st LD
Location of the Contract: Davao City

BID DATA SHEET


The Bid Security shall be in form of:
Form
ABC
a.Cash, certified check or cashiers/
managers check or bank draft,
irrevocable letter of credit issued
by a universal or commercial bank
b. Bank guarantee issued by a
universal or commercial bank
c. Surety Bond, must be accompanied
by a certification from Insurance
commission that issuer is authorized to
such security
(5%)
d. Any combination of the foregoing forms
form

Min. amount in % of

Two percent (2%)


Two percent (2%)

Five percent
Proportionate to share or
with respect total

amount of

13.2
14.2

15.4
16.1
16.3

security
Form DPWH-INFR-31 shall be used for if the Bid security is an irrevocable letter
of credit, and form DPWH-INFR. 32 if it is a Bank Guarantee.
The ABC is Php 49,000,000.00 Any bid with a financial component exceeding
this amount shall not be accepted.
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.
There is no provision for a value engineering change proposal.
Bid prices shall be fixed. Adjustable price proposals shall be treated as nonresponsive and shall be rejected .
The bid prices shall be quoted in Philippine Pesos.
Unless otherwise specified in the BDS, payment of the contract price shall be

17.1
18.1

18.2
18.5(a)
(iv)

20.1

20.1

made in Philippine pesos.


No further instructions
Bid will be valid One Hundred Twenty (120) calendar days from the date set for
the opening bids.
The bid security shall be in the following amount:
1. Php 980,000.00 if bid security is in cash, cash, cashiers/managers
check, bank draft/guarantee or irrevocable letter of credit;
2. Php 2,450,000.00 if bid security is in Surety bond or
Any of the combination of the foregoing proportionate t the share of form with
respect to total amount security.
Bid security shall be valid One Hundred Twenty (120) days from date set for
the opening of bids.
The bid security may be forfeited:
(a) If a bidder:
(i)
Withdraws its bid during the period of bid validity specified in ITB,
clause 17
(ii)
Does not accept the correction of errors pursuant to ITB clause,
27.3(b)
(iii)
Fails to submit the requirements within the prescribed period or a
finding
(iv)
Against their veracity, as stated in ITB clause 28.2 or
(v)
Other reasons
1. Submission of eligibility requirements containing false information or
falsified documents
2. Submission of bids that contain false information or falsified documents,
or the concealments of such information in the bids in order to influence
the outcome of the eligibility screening or any other stage of the public
bidding.
3. Allowing the use of ones name , or using the name of another for
purposes of public bidding;
4. Withdrawal of a bid, or refusal to accept an award, or enter into a
contract with the Government without justifiable cause, after the bidder
had been adjudged as having submitted the lowest calculated and
responsive bid.
5. Refusal or failure to post the required performance security within the
prescribed time.
6. Refusal to clarify or validate in writing its bid during the pos-qualification
within a period of seven (7) calendar days from receipt of the request for
clarification.
7. Any documented solicited attempt by a bidder to unduly influence the
outcome of the bidding in his favor.
8. Failure of the potential joint venture partners to enter into joint venture
after the bid is declared as successful.
9. All other acts that tend to defeat the purpose of the competitive bidding
such as habitually withdrawing from bidding, submitting late bids or
patently insufficient bid , for at least three times (3) within a year.
The Bid Security may be forfeited:
(b) If the successful bidder:
(i)
Fails to sign the contract in accordance with ITB Clause 31;
(ii)
Fails to furnish performance security in accordance with ITB Clause
32; or
(iii)
Any other reasons
No further instructions
Pursuant to Philippine Bidding Documents, Sealing and Marking of Bids.Unless
otherwise indicated in the BDS, Bidders shall enclose their original eligibility
and technical documents described in ITB Clause 12, in one sealed envelope
marked ORIGINAL-TECHNICAL COMPONENT and the original of their financial
component in another sealed envelope marked ORIGINAL-FINANCIAL
COMPONENT sealing them all in an outer envelope marked ORIGINAL BID
Each copy of the first and second envelopes shall be similarly sealed duly
marking the inner envelopes as COPY NO. _____ TECHNICAL COMPONENT
and COPY NO. __ FINANCIAL COMPONENT and the outer envelope as COPY
NO. ___ respectively. These envelopes containing the original and the copies
shall then be enclosed in one single envelope.
The original and the number of copies of the Bid as indicated in the BDS shall

22
23.4

21

24.1
25.1

be typed or written in indelible ink and shall be signed by the bidder or its duly
authorized representative/s. 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 Entitys 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
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.
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
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 Bidders bid security, and the imposition of administrative,
civil, and criminal sanctions as prescribed by RA 9184 and its IRR.
The address for submission of bids is , THE BAC CHAIRMAN, DPWH,
DAVAO CITY DISTRICT ENGINEERING OFFICE, L. MA. GUERRERO
STREET, DAVAO CITY.
The deadline for submission of bids is November 29, 2013(Friday) until 2:00
P.M.
The place of bid opening is DPWH,DCDEO, Conference room, Davao City
The date and time of bid opening is November 29, 2013(Friday) until 2:00
P.M.after all bids have been received.
Members of the BAC, including its staff and personnel, as well as its
secretariat and TWG, are prohibited from making or accepting any kind of
communication with any bidder regarding the evaluation of their bids until the
issuance of Notice of Award, unless otherwise allowed in the BDS or in the
case of ITB Clause 26.

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


Davao City District Engineering Office
Leon Ma. Guerrero Street, Davao City
Contract ID No. : 13LB-0117
Contract Name : Widening along Davao Cotabato Road (Davao City Jct
Digos Section) including ROW K1516+400 K1518+200 Matina-Bangkal
Section, Davao City 1st LD
Location of the Contract: Davao City
27.3
The procuring entitys BAC shall immediately conduct a detailed
evaluation of all bids rated passed using non-discretionary
pass/fail criterion. Unless otherwise specified in the BDS, the BAC shall
consider the following in the evaluation of bids:
(a) Completeness of the Bid. Unless the ITB specifically allow partial
bids, bids not addressing or providing all of the required items in
the schedule of requirements including where applicable, bill of
quantities, shall be considered, non responsive and thus,
automatically disqualified. In this regard, where a required item
is provided, but no price is indicated , the same shall be
considered, but specifying a 0 (zero) for the said item
would mean that it is being offered for free to the procuring
entity; and
(b) Arithmetical corrections. Consider computational errors,
omissions, and other bid modifications, if allowed in the BDS, to
enable proper comparison of all eligible bids. Any adjustment
shall be calculated in monetary terms to determine the
calculated prices.

27.5

28.2 (b)

28.2(d)
31.4(g)

33.2
1.16
1.21
1.22
1.23
1.27
1.30
2.2
5.1

Unless otherwise indicated in the BDS, the procuring entity s


evaluation of bids shall only be based on the bid price quoted in the
Financial Bid form. Section 37.1 RA 9184, leads us the conclusion that
the contract should be awarded to the bidder with the lowest calculated
responsive bid in the amount determined by the BAC to a whichever is
lower between the actual submitted bid price, and the evaluated,
calculated bid price, Hence, in case of discrepancy between the two
amounts, the lower shall prevail.
Latest income and business tax returns, pursuant to section 34.3 of IRR,
RA 9184, is the submission of the tax clearance per EO 398, a
contractor paying its taxes manually may still apply and be granted a
tax clearance, if the contractor has not been enrolled in the Electronic
Filing and payment system of the BIR, it may be issued a temporary tax
clearance pending the enrollment in the EFPS. Based on the foregoing,
a bidder may be disqualified for failing to present a tax clearance per
EO 398 despite the facts that the bidding documents recognize
manually-filed tax returns (GPPB NPM-025-2010 dated Aug. 12, 2010).
List of other licenses and permits relevant to the project:
Mayors/Business permits
Additional contract documents relevant to the project:
1. Construction Schedule
2. PERT/CPM & S Curve
3. Manpower Schedule
4. Construction Methods
5. Equipment Utilization Schedule
6. Construction , Safety & Health Program approved by the DOLE
The effective date of the contract: as indicated in the Notice to
Proceed
The intended completion date is
one hundred seventy nine ( 179 )
Calendar days from the effective date of the contract.
The Procuring entity is DPWH, Davao City District Engineering Office,
Leon Ma. Guerrero Street, Davao City
The procuring entitys representative is GREGORIO C. YEE, BAC
Chairman, OIC Assistant District Engineer , DPWH, Davao City District
Engineering Office, Leon Ma. Guerrero Street, Davao City
The site is located at : Davao City
The start date is the effectivity date as stated in the notice to proceed.
The works consist of : (See attached sheet)
Not applicable
The procuring entity shall give possession of all parts of the site to the
contractor upon issuance of Notice to Proceed.

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


Davao City District Engineering Office
Leon Ma. Guerrero Street, Davao City
Contract ID No. : 13LB-0117
Contract Name : Widening along Davao Cotabato Road (Davao City Jct
Digos Section) including ROW K1516+400 K1518+200 Matina-Bangkal
Section, Davao City 1st LD
Location of the Contract: Davao City

SPECIAL CONDITIONS OF CONTRACT

GCC Clause
6.5
The contractor shall employ the following key personnel:
1. Project Manager
2. Project Engineer
3. Materials Quality Control Engineer
4. Safety Health Officer
5. Construction Foreman
6. First Aider
7.1
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

7.4(c)
8.1
9.1

10
12.5

13
21.2
21.3

34.3
37.1

40.1

No further instruction
Unless otherwise indicated in the SCC, the contractor cannot subcontract works
more than the percentage specified in ITB Clause 8.1.
The applicable liquidated damages is at least one tenth (1/10) of one percent (1%) of
the cost of the unperformed portion for every day of delay.The maximum deduction
shall be ten (10%) percent 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.
The site investigation report is Affidavit of Site Inspection submitted by the
Participating bidders.
Warranty Security, In case of permanent structures, such as buildings of types 4 and
5 as classified under the National Building Code of the Philippines and other
structures made of steel, iron, or concrete which comply with relevant structural
codes (e.g. DPWH Standard Specifications) such as, but not limited to, steel/concrete
bridges, flyovers, aircraft movement areas, ports, dams, tunnels, filtration and
treatment plants, sewerage systems, power plants, transmission and communication
towers, railway systems and other similar permanent structures: Fifteen (15) years.In
case of semi-permanent structures, such as buildings of types 1, 2 and 3 as classified
under the National Building Code of the Philippines concrete/asphalt roads, concrete
river control, drainage, irrigation lined canals, river landing, deep wells, rock
causeway, pedestrian overpass, and other similar semi-permanent structures: Five
(5) yearsIn case of other structures, such as Bailey and wooden bridges, shallow
well, spring developments, and other similar structures: Two (2) years
No additional provision
The Arbiter is: Construction Industry Arbitration Commission
Any and all disputes arising from the implementation of this Contract covered by R.A.
9184 and its IRR shall be submitted to arbitration in the Philippines according to the
provisions of Republic Act No. 876, otherwise known as the Arbitration Law and
Republic Act 9285, otherwise known as the Alternative Dispute Resolution Act of
2004: Provided, however, that are within the competence of the Construction
Industry Arbitration Commission to resolve shall be referred thereto. The process of
arbitration shall be incorporated as a provision in this contract that will be executed
pursuant to the provisions of the Act and its IRR: Provided, further, that, by mutual
agreement, the parties may agree in writing to resort to other alternative modes of
dispute resolution. Additional instructions on resolution of disputes, if any, shall be
indicated in the SCC
The funding source is the Government of the Philippines
The Procuring Entitys Representative shall give notice to the contractor of any
defects before the end of the defects liability period, which begins at the completion
date up to final acceptance by the procuring entitys unless otherwise specified in the
SCC. The Defects liability period shall be extended for as long as defects remain to be
corrected.
No further instructions
The Contractor may submit a request for payment for work accomplished. Such
request for payment shall be verified and certified by the Procuring Entitys
Representative/Project Engineer. Except otherwise stipulated in the SCC, materials
and equipment delivered on the site but not completely put in place shall not be
included for payment
No further instructions

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


Davao City District Engineering Office
Leon Ma. Guerrero Street, Davao City
Contract ID No. : 13LB-0117
Contract Name : Widening along Davao Cotabato Road (Davao City Jct
Digos Section) including ROW K1516+400 K1518+200 Matina-Bangkal
Section, Davao City 1st LD
Location of the Contract: Davao City

PART II-SECTION V: SPECIFICATIONS

A. DPWH Standards
The DPWH standard specifications for Public works and highways (Blue Book)
shall be the basis for the Standard codes to be met by the goods and
materials furnished and work performed or tested for the contract. In
particular, Volume II (2004 edition ) of these specifications shall be used if the
contract pertains to Highways, Bridges and Airports. Volume III (1995 edition)
shall be used if the contract pertains to Buildings, Flood Control and Drainage
and Water supply.
B. Modifications of the Standards:
b.1 Modifications of standard and codes as stated in the DPWH Standard
Specifications for Public Works and Highways, Volume, if any included in the
enclosed supplemental specifications, which is part of the Bidding
documents.
b.2 Entries in the Supplemental Specifications are numbered to coincide with
the item numbering in the DWH Standards Specifications for Public Works
and Highways.
C. Safety & Health Program

PART II- SECTION VI: DRAWINGS


Actual drawings including site plans are in separate folder.

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


Davao City District Engineering Office
Leon Ma. Guerrero Street, Davao City
Contract ID No. : 13LB-0117
Contract Name : Widening along Davao Cotabato Road (Davao City Jct
Digos Section) including ROW K1516+400 K1518+200 Matina-Bangkal
Section, Davao City 1st LD
Location of the Contract: Davao City

SPECIFICATIONS

Part 1: Other General Requirements:


The contractor shall provide and maintain such offices, stores, workshops
latrines, housing and messing accommodations as are necessary. These should be
located in the Contractors compound, distinct and separate from the Engineers
compound. The location, dimensions and layout of such buildings and places shall
be subject to the approval of the Engineer. The contractor shall not be permitted to
erect temporary buildings or structures on the site without the specific dimensions
of such buildings or structures.
The contractor shall provide and maintain throughout the duration of
contract, a medical room together with all necessary supplies to be sited in the
Contractors main area.
The contractor shall employ permanently on the site a fully trained medical
aide and safety health officer who shall be responsible from medical duties and
safety precaution in the area.
Part 2: Earthworks
Item 100: Clearing and Grubbing
This item shall consist of clearing, grubbing, removing and disposing all
vegetation and debris as designated in the Contract, except those objects that are
designated to remain in place or are to be removed in consonance with other
provisions of this specification. Clearing shall extend one (1) meter beyond the toe
of the fill slopes or beyond rounding of cut slopes as the case maybe for the entire
length of the project unless otherwise shown on the plans or as directed by the
engineer and provided it is within the right of way limits of the project.
Item 101: Removal of structures and obstructions
This item shall consist of the removal wholly or in part, and satisfactory
disposal of all buildings, fences, structures, old pavements, abandoned pipe lines,
and any other obstructions which are not designated or permitted to remain,
except for the obstructions to be removed and disposed off under other items in the
Contract. It shall also include the salvaging of designated materials and backfilling
the resulting trenches, holes, and pits.
Item 102- Excavation
This item shall consist of roadway and drainage and borrow excavation and
the disposal of material and in conformity with the lines, grades and dimensions
shown on the plans or established by the engineer. Roadway excavation will include
excavation and grading for roadways, parking areas, intersections, approaches,
slope rounding, benching, waterways and ditches: removal of unsuitable material
from the roadbed and beneath embankment areas; and excavating selected
material found in the roadway as ordered by the Engineer for specific use in the
improvement.
All suitable material removed from the excavation shall be used the
formation of the embankments., subgrade , shoulders, slopes bedding, and backfill
for structures, and for other purposes shown on the plans or as directed.
Excavation ares and borrow pits may be prewatered before excavating the
material. When prewatering is used, the areas to be excavated shall be moistened
to the full depth, from the surface to the bottom of excavation.

Item 103: Structure Excavation


This item shall consist of the necessary excavation for foundation of bridges,
culverts, underdrains and other structures not other wise provided for in the
specifications. It shall also include the furnishing and placing of approved

foundation fill material to replace unsuitable material encountered below the


foundation elevation of structures.
Item 104-Embankment
This item shall consist of the construction of embankment and in conformity
with the lines, grades and dimensions shown on the plans or established by the
Engineer. Before commencing the formation of embankments, the contractor shall
submit in writing to the Engineer for approval his proposals for the compaction of
each type of fill material to be used in the works. The contractor shall carry out full
scale compactions trials on areas not less than 10 m wide and 50 m long as
required by the Engineer and using his proposed procedures or such amendments
thereto as may be found necessary to satisfy the Engineer that all the specified
requirements regarding compaction can be consistently achieved.
Item 105-Subgrade preparation
This item shall consist of the preparation to a full width of the roadway. Prior
to commencing preparation of the subgrade, all culverts, cross drains, ducts and the
like (including their fully compacted backfill), ditches, drains and drainage outlets
shall be completed. Any wok on the preparation of the subgrade shall not be
started unless prior work herein described shall have been approved by the
Engineer.
Item 107- Overhaul
This item shall consist of authorized hauling in excess of the freehaul
distance. Free Hal distance is the specified distance that excavated material shall
be hauled without additional compensation. The free haul distance shall be 600
meters.
Part 3- Subbase and Base Course
Item 200: Aggregate Subbase Course
This item shall consist of furnishing, placing and compacting an aggregate
subbase course on a prepared subgrade and the lines, grades and cross-sections
shown on the plans, or as directed by the Engineer. Aggregate for subbase shall
onsist of hard, durable particles or fragments of crushed stone, crushed slag, or
crushed or natural gravel and filler of natural or crushed sand or other finely divided
mineral matter.
Item 311- Portland Cement Concrete Pavement
This item shall consist of pavement of Portland Cement Concrete with or
without reinforcement, constructed on the prepared base and in conformity with
lines, grades, thickness and typical cross-section shown on the plans. It shall
conform to the applicable requirements of item 700, Hydraulic Cement, only type 1
Portland cement shall be used unless otherwise provided for in the Special
Provisions. Different brands or the same brands from different mills shall not mixed
nor shall they be used alternately unless the mix is approved by the Engineer.
Water used in mixing, curing or other designated application shall be reasonably
clean and free of oil, salt, acid, alkali, grass or other substances injurious to the
finished product. Tie bars shall be deformed bars. Dowels shall be plain round vars.
Before delivery to the site of work, one-half of the length of each dowel shall be
painted with one coat of approved lead or tar paint. The contractor shall be
responsible for the quality control of all materials during the handling, blending, and
mixing and placement operations.

The concrete shall be placed with an approved paver designated to spread,


consolidate, screed and float finish the freshly placed concrete in one complete pass
of the machine in such manner that a minimum of and finishing will be necessary to
provide a dense and homogeneous pavement in conformance with the plans and
specifications. Forms shall be set sufficiently in advance of the point where
concrete is being placed. After the forms have been set to correct grade, the grade
shall be thoroughly tamped, mechanically or by hand, at both the inside and outside
edges of the base of the forms.
The alignment and grade elevations of the forms shall be checked and corrections
made by the contractor immediately before placing the concrete. Testing as to
crown and elevation, prior to placing of concrete can be made by means of holding
an approved template in a vertical position and moved backward and forward on
the forms. The contractor shall protect the pavement and its appurtenances
against both public traffic and traffic caused by his own employees and agents. This
include watchmen to direct traffic and the erection of and maintenance of warning
signs, lights, pavement bridges or cross-overs, etc.
Part 4: Bridge Construction
Item 400: Piling
This item shall consist of piling, furnished, driven or placed, cut and spliced in
and in reasonably close conformity with the plans.
Test piles, the contractor may drive at the location of the regular piles
indicated on the plans such test piles as he may consider necessary in addition to
the test piles specified in the contract and shall be considered as regular piles
Concrete piles shall conform to the requirements of item 405, Structural
Concrete,concrete shall be class C unless otherwise specified in ht plans. Concrete
shall be proportioned to achieve a range of 6-8 (150 mm to 200 mm) slump, selfcompacting mix.
Steel Piles shall meet the requirements of AASHTO M 202 (ASTM A 328),
or AASHTO M 323. All other sheet piles shall meet the requirements prescribed
above the particular material specified. The joints shall be practically water tight
when the piles are in place. Splices shall be of the same quality as the materials
used for the pile itself and shall follow the requirements given on the plan.
Pile shall be driven where indicated on the plans or as directed by the Engineer. Pile
length and bearing capacity shall be determined by the Engineer from the results of
the test piling and load test.
They shall be driven within an allowed variation of 20mm per metre of pile
from the vertical or batter as shown on the plans. The maximum allowable variation
at the butt end of the pile shall be 75 mm in any direction from the location shown
on the plans as directed by the Engineer.
Part 5- Drainage and Slope protection
Item 500- Pipe Culverts and Storm Drains
This item shall consists of the construction or reconstruction of pipe culverts
and storm drains, hereinafter referred to as conduit in accordance with this
specification and in conformity with the lines and grades shown on the plans. Joint
Mortar for concrete pipe shall consist of 1 part by volume of Portland Cement and
two (2) parts of approved sand with water as necessary to obtain the required
consistency. The bedding shall conform to one of the classes specified, the
requirements for Class C bedding shall apply. The conduit laying shall begin at the
downstream end of the conduit line. The materials use for backfilling on each side of
the conduit for the full trench width and to an elevation of 300 mm above the tope
of the conduit shall be fine, readily compactible soil or granular material selected
from the excavation or from a source of the Contractors choice.
Item 505- Riprap and Grouted Riprap
This item shall consist of the furnishing and placing of riprap with or without
grout as the case may be, with or without filter backing, furnished and constructed
in accordance with this specifications and to the lines and grades and dimensions
shown on the plans. Stones for riprap shall consist of rock as nearly as rectangular
in section as is practical, except that of Class A may consist of round natural stones.

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


Davao City District Engineering Office
Leon Ma. Guerrero Street, Davao City
Contract ID No. : 13LB-0117
Contract Name : Widening along Davao Cotabato Road (Davao City Jct
Digos Section) including ROW K1516+400 K1518+200 Matina-Bangkal
Section, Davao City 1st LD
Location of the Contract: Davao City

GCC
Clause
26.1

40.1

The Procuring Entitys 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.
The Contractor may submit a request for payment for Work
accomplished. Such request for payment shall be verified and certified by
the Procuring Entitys 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.
No further instructions.

40.3

Payments shall be adjusted by deducting there from the amounts

34.3
37.1

The funding source is the Government of the Philippines


The Procuring Entitys Representative shall give notice to the contractor
of any defects before the end of the defects liability period, which begins
at the completion date up to final acceptance by the procuring entitys
unless otherwise specified in the SCC. The Defects liability period shall be
extended for as long as defects remain to be corrected.
No further instructions

40.1

The Contractor may submit a request for payment for work


accomplished. Such request for payment shall be verified and certified by
the Procuring Entitys Representative/Project Engineer. Except otherwise
stipulated in the SCC, materials and equipment delivered on the site but
not completely put in place shall not be included for payment

No further instructions

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


Davao City District Engineering Office
Leon Ma. Guerrero Street, Davao City
Contract ID No. : 13LB-0117
Contract Name : Widening along Davao Cotabato Road (Davao City Jct
Digos Section) including ROW K1516+400 K1518+200 Matina-Bangkal
Section, Davao City 1st LD
Location of the Contract: Davao City
Date:

BID FORM
To: (Name and address of PROCURING ENTITY)
Address: ( insert address)
We, the undersigned , declare that:
(a) We have examined and have no reservation to the Bidding Documents,
including Addenda, for the Contract (insert name of contract);
(b) We offer to execute the Works for this Contract in accordance with the Bid
and Data Sheet, General and Special Conditions of contract accompanying
this Bid;
The total price of our Bid, excluding any discounts offered in item (d) below
is: (insert information);
The discounts offered and the methodology for their application are: (insert
information)
(c) Our Bid shall be valid for a period of (insert number) days from the date fixed
for the Bid submission deadline in accordance with the Bidding Documents,
and it shall remain binding upon us and may be accepted at any time before
expiration of that period;
(d) If our Bid is accepted, we commit to obtain a Performance Security in the
amount of (insert percentage) percent of the contract price for the due of the
contract;
(e) Our firm, including any subcontractors or suppliers for any part of the
contract, have nationalities from the following eligible countries; (Insert
information);
(f) We are not participating, as Bidders, in more than one Bid in this Bidding
process, other that alternative offers in accordance with the Bidding
documents;
(g) Our firm, its affiliates or subsidiaries, including any subcontractors or
suppliers for any part of the Contract, has not been declared ineligible by the
funding source;
(h) We understand that this Bid, together with your written acceptance thereof
included in your notification of award, shall constitute a binding contract
between us, until a formal contract is prepared and executed; and
(i) We understand that you are not bound to accept the Lowest Evaluated Bid or
any other Bid that you may receive.
Name : ______________________________________
In the capacity: _______________________________
Signed:
Duly authorized to sign the Bid for and on behalf of : _____________________

Date: _____________________________________

BID DATA SHEET


ITB Clause
1.1

The Procuring Entity is DPWH, Davao City District Engineering Office,


Leon Ma. Guerrero Street, Davao City
The scope of works under this contract is:

The Contract name is :


Location of the Contract: Davao City
The Contract ID No. : 13LB-0117
Contract Duration: 179 CAL. DAYS

17.2

18

1.24
1.26
2.2
5.1
10
6.5
21.1

30.1
32.1

The approved budget for the Contract is Php 49,000,000.00 in


source of Government of the Philippines.
The specific identification of this bidding process is Contract ID no.
13LB-0117 Widening along Davao Cotabato Road (Davao City
Jct Digos Section) including ROW K1516+400 K1518+200
Matina-Bangkal Section, Davao City 1st LD
The address for receipt of Bids is The BAC CHAIRMAN, DPWH, DCDEO,
Leon Ma, Guerrero Street, Davao City
Venue: DPWH, DCDEO, Conference Room
The deadline for receipt of bids is November 29, 2013(Friday) until
10:00 A.M.
The Procuring Entity is DPWH, Davao City District Engineering Office,
Leon Ma Guerrero Street, Davao City
The Site is located as describe from the contract plans
The Contract specifies sectional completion and the contractor shall
complete each defined section on the dates indicated ( as required in
the contract)
The Procuring Entity shall give the possession of the site to the
contractor on:
The site investigation reports are: (List here or state none)
The contractor shall employ the following key personnel: (List Key
personnel by name and designation)
The place of opening of bids is DPWH, DCDEO, Conference Room
The date and time of opening of bids are November 29,
2013(Friday) until 10:00 A.M.
No day works are applicable to the contract
The Contractor shall submit a report on the progress of the activities
in the PERT/CPM Network diagram of the works.

47.2c

The expected number of rainy/unworkable days for each month in


the vicinity of the site is given below:
Feb. _______ days
Mar. _______ days
Apr. _______ days
May. _______ days
Jun. _______ days

51.1
51.2

The date by which the As-Built Drawings are required is :


The amount to be withheld for failing to supply the As-Built
Drawings by the date required is _________ or equal to 10% of the
contract.

BID DATA SHEET


ITB Clause

15.1
15
14.2 & 14.4
17.2

18

Bids shall be valid until


__________
not later than One Hundred
Twenty (120) calendar days from the date of set for the bids
opening.
There is no provision for a value engineering change proposal .
Bids shall be valid until
_________
not later than One Hundred
Twenty (120) calendar days from the date of set for the bids
opening.
The specific identification of this bidding process is Contract ID no.
13LB-0117 Widening along Davao Cotabato Road (Davao City
Jct Digos Section) including ROW K1516+400 K1518+200
Matina-Bangkal Section, Davao City 1st LD
The address for receipt of Bids is The BAC CHAIRMAN, DPWH, DCDEO,
Leon Ma, Guerrero Street, Davao City
Venue: DPWH, DCDEO, Conference Room
The deadline for receipt of bids is November 29, 2013(Friday) until
10:00 A.M.

21.1

The place of opening of bids is DPWH, DCDEO, Conference Room


The date and time of opening of bids is November 29, 2013(Friday)
until 10:00 A.M..

44

Priority programs and infrastructure projects funded out of the


annual GAA which are intended for implementation within the
province shall be subject to the same public bidding and to the
procurement processes prescribed in this IRR. For purposes of this
section Engineering District Infrastructure projects and priority
programs fully funded by the Government and identified in
consultation with the concerned members of Congress, shall
constitute provincial projects and shall be governed by this
Section
In accordance with section 45 of the Act, the right to match accorded
to provincial bidders is no longer available after 26 January

2008.
26

25

To assist in the evaluation, comparison and post-qualification of bids,


the procuring entity may ask in writing any bidder for a clarification
of its bid. All responses to requests for clarification shall be in writing.
Any clarification submitted by a bidder in respect to its bid and that is
not in response to a request by the procuring entity shall not be
considered.
Members of the BAC, including its staff and personnel, as well as its
Secretariat and TWG, are prohibited from making or accepting any
kind of communication with any bidder regarding the evaluation of
their bids until the issuance of the Notice of award, unless otherwise
allowed in the BDS or in the case of ITB Clause 26.
Any effort by a bidder to influence the Procuring Entity in the
Procuring Entitys decision in respect of bid evaluation, Bid
comparison or contract award will result in the rejection of the
Bidders Bid.

Department of Public Works and


Highways
Contract ID No. : 13LB-0117
Contract Name : Widening along Davao Cotabato Road (Davao City Jct
Digos Section) including ROW K1516+400 K1518+200 Matina-Bangkal
Section, Davao City 1st LD
Location of the Contract: Davao CityLocation of the Contract: Davao City
ABC :
P 49,000,000.00
Contract ID:13LB-0117
Duration: 179 calendar days
Part No.
Part Description
Total Amount
PART A
Facilities for the Engineer
A.1.1
Camphouse w/ 2 CR for Female and Male
PART B
Other General Requirements
SPL-1
Construction Safety & Health
SPL 2
Project Billboard
SPL-3
Mobilization &Demobilization
SPL-4
Traffic Management
B.4(1)
Construction Survey & Staking
Part C
Earthworks
Removal of Stone Masonry Lined Drainage
101(2)
Structures
101(3)a
Removal of Existing Concrete Slab
101(3)b
Removal of Existing PCCP and Flare
102(2)a
Roadway Excavation (Surplus Common)
103(1)a
Structure Excavation
103(3)
Foundation Fill
103(6)
Pipe Culvert and Drain Excavation
104(1)
Embankment from Roadway Excavation
105(1)
Subgrade Preparation (Common Excavation)
PART D
Sub-Base & Base Course
200
Aggregate Subbase Course
Part E
Surface Courses
311(1)a
PCC Pavement (plain)
(ready mixed
concrete 7 day conc. 3500psi) 300mm thk.
311(1)b
PCC Pavement (plain)
(ready mixed
concrete 14 day conc. 3500psi) 200mm thk.

Part F
404a
404b
405(1)a
405(1)b
PART G
500(1)a
500(1)b
500(1)c
502(1)a
502(1)b
502(4)a
502(4)b
504(1)a

Concrete Works
Reinforcing Steel (RCBC)
Reinforcing Steel (Open Canal Support)
Structural Concrete (RCBC)
Structural Concrete (Open Canal Support)
Drainage Structure & Slope Protection
Pipe culverts, 910mm (36 ) Class IV
Pipe culverts, 1220mm (48 ) Class IV
Pipe culverts, 1830mm (72 ) Class IV
Manhole (1220mm RCPC, CHB)
Manhole (1820mm RCPC)
Concrete Covers (Pre-cast 4.5 x 0.5 x 0.14)
Concrete Covers (Pre-cast 1.5 x 0.5 x 0.14)
Removing, Cleaning, Stockpiling Salvaged
Culvert Pipe (36 dia)
DPWH-INFR-47-101005
Page 1 of 2

Department of Public Works and


Highways
Contract ID No.
:

13LB-0117

Contract Name
:

Widening along Davao Cotabato Road (Davao City Jct Digos


Section) including ROW K1516+400 K1518+200, Matina
Bangkal Section, Davao City 1st LD

Location of the
Contract
:

Davao City

ABC
:

49,000,000.00

BILL OF QUANTITIES
Part No.___________________

Part Description ___________________

(Columns(1),(2),(3) and (4) are to be


Filled up by the Procuring Entity)
Pay
Item
No.
(1)
PART
A
A.1.1

Columns (5) and (6) are to


be filled up by the Bidder

Description

Unit

Quant
ity

Unit Price
(Pesos)

Amount
(Pesos)

(2)
Facilities for the
Engineer
Camphouse w/ 2 CR for
Female and Male

(3)

(4)

(5)

(6)

36.00

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

Sq.m
.

A.1.2

Vehicle for the Engineer

PART
B
SPL-1

SPL 2

Other General
Requirements
Construction Safety &
Health

Project Billboard

mont
h

days

each

4.50

155.00

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

2.00

Submitted by
_________________________

________________

(Name & Signature of Bidders Representative)

Date

_______________________
Position
DPWH-INFR-47-101005
Page 1 of 12

Department of Public Works and


Highways

Contract ID No.
:

13LB-0117

Contract Name
:

Widening along Davao Cotabato Road (Davao City Jct Digos


Section) including ROW K1516+400 K1518+200, Matina
Bangkal Section, Davao City 1st LD

Location of the
Contract
:

Davao City

ABC
:

49,000,000.00

BILL OF QUANTITIES
Part No.___________________

Part Description ___________________

(Columns(1),(2),(3) and (4) are to be


Filled up by the Procuring Entity)
Pay
Item
No.
(1)

Columns (5) and (6) are to


be filled up by the Bidder

Description

Unit

Quant
ity

Unit Price
(Pesos)

Amount
(Pesos)

(2)

(3)

(4)

(5)

(6)

In Words:

In Words: Pesos

Pesos

SPL-3

Mobilization
&Demobilization

L.S

1.00

SPL-4

Traffic Management

L.S

1.00

B.4(1)

Construction Survey &


Staking

Part C
101(2)

Earthworks
Removal of Stone
Masonry Lined Drainage
Structures

K.m

1.343

167.00
cu.m

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

Submitted by
_________________________
(Name & Signature of Bidders Representative)

________________
Date

_______________________
Position
DPWH-INFR-47-101005
Page 2 of 12

Department of Public Works and


Highways

Contract ID No. : 13LB-0117


Contract Name : Widening along Davao Cotabato Road (Davao City Jct
Digos Section) including ROW K1516+400 K1518+200 Matina-Bangkal
Section, Davao City 1st LD
Location of the Contract: Davao CityLocation of the Contract: Davao City
ABC :
P 49,000,000.00
Contract ID:13LB-0117
Duration: 179 calendar days
Part No.
Part Description
Total Amount
504(1)b
Removing, Cleaning, Stockpiling Salvaged
Culvert Pipe (72 dia) 1820 mm
504(3)a
Cleaning Culvert Pipe in place (36 dia)
504(3)b
Cleaning Culvert Pipe in place (48 dia)
504(3)c
Cleaning Culvert Pipe in place (60 dia)
504(3)d
Cleaning Culvert Pipe in place (72 dia)
506
Stone Masonry
SPL
Desilting/Declogging/Cleaning of Existing Open
Lined Canal
Part H
Miscellaneous Structures
600(6)
Concrete Curb and Gutter (Pre-Cast)
601
Sidewalk (100mm thick)

605(2)

Warning Sign (Narrow Road Sign) W4-2


GRAND TOTAL

Total of All Amounts in Words:


Page 2 of 2
Pesos: ____________________________________________________________________________
_____________________________________________________________________________
And __________________________________ (Php __________________)
Name: _________________________In capacity of : _____________________________
Signed ______________________ Date __________________________________
Duly authorized to sign the Bid for on behalf of;

Department of Public Works and


Highways
Contract ID No.
:

13LB-0117

Contract Name
:

Widening along Davao Cotabato Road (Davao City Jct Digos


Section) including ROW K1516+400 K1518+200, Matina
Bangkal Section, Davao City 1st LD

Location of the
Contract
:

Davao City

ABC
:

49,000,000.00

BILL OF QUANTITIES
Part No.___________________

Part Description ___________________

(Columns(1),(2),(3) and (4) are to be

Columns (5) and (6) are to

Filled up by the Procuring Entity)


Pay
Item
No.
(1)
101(3)a

101(3)b

102(2)a

103(1)a

be filled up by the Bidder

Description

Unit

Quant
ity

(2)

(3)

(4)

Removal of Existing
Concrete Slab

Removal of Existing
PCCP and Flare

Roadway Excavation
(Surplus Common)

sq.m

Sq.
m.

Cu.
m.

Structure Excavation

2,168.
44

359.45

5,475.
00

858.13
cu.m
.

Unit Price
(Pesos)

Amount
(Pesos)

(5)

(6)

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

Submitted by
_________________________
(Name & Signature of Bidders Representative)

________________
Date

_______________________
Position
DPWH-INFR-47-101005
Page 3 of 12

Department of Public Works and


Highways
Contract ID No.
:

13LB-0117

Contract Name
:

Widening along Davao Cotabato Road (Davao City Jct Digos


Section) including ROW K1516+400 K1518+200, Matina
Bangkal Section, Davao City 1st LD

Location of the
Contract
:

Davao City

ABC
:

49,000,000.00

BILL OF QUANTITIES
Part No.___________________

Part Description ___________________

(Columns(1),(2),(3) and (4) are to be


Filled up by the Procuring Entity)
Pay
Item
No.
(1)
103(3)

103(6)

104(1)

105(1)

Columns (5) and (6) are to


be filled up by the Bidder

Description

Unit

Quant
ity

Unit Price
(Pesos)

Amount
(Pesos)

(2)

(3)

(4)

(5)

(6)

23.90

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

Foundation FiIl

Pipe Culvert and Drain


Excavation

Embankment from
Roadway Excavation

Subgrade Preparation
(Common Excavation)

cu.m

cu.m

cu.m
.

sq.m

2,435.
00

27.00

7,052.
76

Submitted by
_________________________
(Name & Signature of Bidders Representative)

________________
Date

_______________________
Position
DPWH-INFR-47-101005
Page 4 of 12

Department of Public Works and


Highways

Contract ID No.
:

13LB-0117

Contract Name
:

Widening along Davao Cotabato Road (Davao City Jct Digos


Section) including ROW K1516+400 K1518+200, Matina
Bangkal Section, Davao City 1st LD

Location of the
Contract
:

Davao City

ABC
:

49,000,000.00

BILL OF QUANTITIES
Part No.___________________

Part Description ___________________

(Columns(1),(2),(3) and (4) are to be


Filled up by the Procuring Entity)
Pay
Item
No.

Description

(1)
PART
D
200

(2)
Sub-Base & Base
Course
Aggregate Subbase
Course

Part E
311(1)a

311(1)b

Surface Courses
PCC Pavement (plain)
(ready mixed concrete
7 day conc. 3500psi)
300mm thk.

PCC Pavement (plain)


(ready mixed concrete
14 day conc. 3500psi)
200mm thk.

Columns (5) and (6) are to


be filled up by the Bidder

Unit

Quant
ity

Unit Price
(Pesos)

Amount
(Pesos)

(3)

(4)

(5)

(6)

cu.m

2,468.
46

sq.m

sq.m

7,052.
76

450.40

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

Submitted by
_________________________
(Name & Signature of Bidders Representative)
_______________________
Position
DPWH-INFR-47-101005
Page 5 of 12

________________
Date

Department of Public Works and


Highways
Contract ID No.
:

13LB-0117

Contract Name
:

Widening along Davao Cotabato Road (Davao City Jct Digos


Section) including ROW K1516+400 K1518+200, Matina
Bangkal Section, Davao City 1st LD

Location of the
Contract
:

Davao City

ABC
:

49,000,000.00

BILL OF QUANTITIES
Part No.___________________

Part Description ___________________

(Columns(1),(2),(3) and (4) are to be


Filled up by the Procuring Entity)
Pay
Item
No.
(1)
Part F
404a

404b

405(1)a

405(1)b

Description
(2)
Concrete Works
Reinforcing Steel
(RCBC)

Reinforcing Steel (Open


Canal Support)

Structural Concrete
(RCBC)

Structural Concrete
(Open Canal Support)

Submitted by

Columns (5) and (6) are to


be filled up by the Bidder

Unit

Quanti
ty

Unit Price
(Pesos)

Amount
(Pesos)

(3)

(4)

(5)

(6)

kgs

kgs

Cu.
m.

Cu.
m.

7,047.2
0

23,390.
86

52.20

118.05

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

_________________________

________________

(Name & Signature of Bidders Representative)

Date

_______________________
Position
DPWH-INFR-47-101005
Page 6 of 12

Department of Public Works and


Highways
Contract ID No.
:

13LB-0117

Contract Name
:

Widening along Davao Cotabato Road (Davao City Jct Digos


Section) including ROW K1516+400 K1518+200, Matina
Bangkal Section, Davao City 1st LD

Location of the
Contract
:

Davao City

ABC
:

49,000,000.00

BILL OF QUANTITIES
Part No.___________________

Part Description ___________________

(Columns(1),(2),(3) and (4) are to be


Filled up by the Procuring Entity)
Pay
Item
No.
(1)
PART
G
500(1)a

500(1)b

500(1)c

Columns (5) and (6) are to


be filled up by the Bidder

Description

Unit

Quant
ity

Unit Price
(Pesos)

Amount
(Pesos)

(2)
Drainage Structure
& Slope Protection
Pipe culverts, 910mm
(36 ) Class IV

(3)

(4)

(5)

(6)

Pipe culverts,
1220mm (48 )
Class IV

Pipe culverts,
1830mm (72 )
Class IV

Submitted by

L.M

L.M

L.M

9.00

441.00

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

90.00

_________________________

________________

(Name & Signature of Bidders Representative)

Date

_______________________
Position
DPWH-INFR-47-101005
Page 7 of 12

Department of Public Works and


Highways
Contract ID No.
:

13LB-0117

Contract Name
:

Widening along Davao Cotabato Road (Davao City Jct Digos


Section) including ROW K1516+400 K1518+200, Matina
Bangkal Section, Davao City 1st LD

Location of the
Contract
:

Davao City

ABC
:

49,000,000.00

BILL OF QUANTITIES
Part No.___________________

Part Description ___________________

(Columns(1),(2),(3) and (4) are to be


Filled up by the Procuring Entity)
Pay
Item
No.
(1)
502(1)a

502(1)b

502(4)a

Description

Unit

Quant
ity

(2)

(3)

(4)

Manhole (1220mm
RCPC, CHB)

Manhole (1820mm
RCPC)

Concrete Covers (Precast 4.5 x 0.5 x 0.14)

each

each

21.00

17.00

each
756.00

Columns (5) and (6) are to


be filled up by the Bidder
Unit Price
(Pesos)
(5)

Amount
(Pesos)
(6)

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

Submitted by
_________________________

________________

(Name & Signature of Bidders Representative)

Date

_______________________
Position
DPWH-INFR-47-101005
Page 8 of 12

Department of Public Works and


Highways
Contract ID No.
:

13LB-0117

Contract Name
:

Widening along Davao Cotabato Road (Davao City Jct Digos


Section) including ROW K1516+400 K1518+200, Matina
Bangkal Section, Davao City 1st LD

Location of the
Contract
:

Davao City

ABC
:

49,000,000.00

BILL OF QUANTITIES
Part No.___________________

Part Description ___________________

(Columns(1),(2),(3) and (4) are to be


Filled up by the Procuring Entity)
Pay
Item
No.
(1)
502(4)b

504(1)a

Columns (5) and (6) are to


be filled up by the Bidder

Description

Unit

Quant
ity

Unit Price
(Pesos)

Amount
(Pesos)

(2)

(3)

(4)

(5)

(6)

Concrete Covers (Precast 1.5 x 0.5 x 0.14)

Removing, Cleaning,
Stockpiling Salvaged
Culvert Pipe (36 dia)

each
378.00

LM

70.00

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

504(1)b

504(3)a

Removing, Cleaning,
Stockpiling Salvaged
Culvert Pipe (72 dia)
1820 mm

Cleaning Culvert Pipe in


place (36 dia)

LM

LM

13.00

46.00

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

Submitted by
_________________________

________________

(Name & Signature of Bidders Representative)

Date

_______________________
Position
DPWH-INFR-47-101005
Page 9 of 12

Department of Public Works and


Highways
Contract ID No.
:

13LB-0117

Contract Name
:

Widening along Davao Cotabato Road (Davao City Jct Digos


Section) including ROW K1516+400 K1518+200, Matina
Bangkal Section, Davao City 1st LD

Location of the
Contract
:

Davao City

ABC
:

49,000,000.00

BILL OF QUANTITIES
Part No.___________________

Part Description ___________________

(Columns(1),(2),(3) and (4) are to be


Filled up by the Procuring Entity)
Pay
Item
No.

Columns (5) and (6) are to


be filled up by the Bidder

Description

Unit

Quant
ity

Unit Price
(Pesos)

Amount
(Pesos)

(1)

(2)

(3)

(4)

(5)

(6)

504(3)b

Cleaning Culvert Pipe in


place (48 dia)

LM
150.00

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

504(3)c

504(3)d

506

Cleaning Culvert Pipe in


place (60 dia)

Cleaning Culvert Pipe in


place (72 dia)

Stone Masonry

LM

58.00

LM

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures: Php

In figures: Php

238.00

Cu.
m.

32.00

Submitted by
_________________________

________________

(Name & Signature of Bidders Representative)

Date

_______________________
Position
DPWH-INFR-47-101005
Page 10 of 12

Department of Public Works and


Highways

Contract ID No.
:

13LB-0117

Contract Name
:

Widening along Davao Cotabato Road (Davao City Jct Digos


Section) including ROW K1516+400 K1518+200, Matina
Bangkal Section, Davao City 1st LD

Location of the
Contract
:

Davao City

ABC
:

49,000,000.00

BILL OF QUANTITIES
Part No.___________________

Part Description ___________________

(Columns(1),(2),(3) and (4) are to be


Filled up by the Procuring Entity)
Pay
Item
No.
(1)

Columns (5) and (6) are to


be filled up by the Bidder

Description

Unit

Quantit
y

Unit Price
(Pesos)

Amount
(Pesos)

(2)

(3)

(4)

(5)

(6)

SPL

Desilting/Declogging/Cl
eaning of Existing Open
Lined Canal

Part
H
600(6)

601

Miscellaneous
Structures
Concrete Curb and
Gutter (Pre-Cast)

Sidewalk (100mm thick)

605(2)

Warning Sign (Narrow


Road Sign) W4-2

Cu.
m.

398.97

pcs

In Words:
Pesos

In Words: Pesos

In figures:
Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures:
Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures:
Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures:
Php

In figures: Php

3,832.0
0

Sq.
m.

each

2,002.5
7

3.00

Submitted by
_________________________
(Name & Signature of Bidders Representative)

________________
Date

_______________________
Position
DPWH-INFR-47-101005
Page 11 of 12

Department of Public Works and


Highways

Contract ID No.
:

13LB-0117

Contract Name
:

Widening along Davao Cotabato Road (Davao City Jct Digos


Section) including ROW K1516+400 K1518+200, Matina
Bangkal Section, Davao City 1st LD

Location of the
Contract
:

Davao City

ABC
:

49,000,000.00

BILL OF QUANTITIES

Part No.___________________

Part Description ___________________

(Columns(1),(2),(3) and (4) are to be


Filled up by the Procuring Entity)
Pay
Item
No.

Description

Unit

Quantit
y

Unit Price
(Pesos)

Amount
(Pesos)

(2)

(3)

(4)

(5)

(6)

(1)
612(1)

SPL 5

Columns (5) and (6) are to


be filled up by the Bidder

Reflectorized
Thermoplastic
Pavement Marking
(white)

Removal and
Reinstallation of Inground sensor

Sq.
m.

LS

887.41

1.00

In Words:
Pesos

In Words: Pesos

In figures:
Php

In figures: Php

In Words:
Pesos

In Words: Pesos

In figures:
Php

In figures: Php

TOTAL
Submitted by
_________________________
(Name & Signature of Bidders Representative)

________________
Date

_______________________
Position
DPWH-INFR-47-101005
Page 12 of 12

Subject: General Conditions of the Contract


Definitions
For purposes of this Clause, boldface type is used to identify defined terms.
.1.1.

The Arbiter is the person appointed jointly by the Procuring Entity and
the Contractor to resolve disputes in the first instance, as provided for
in GCC Clause.

.1.2.

Bill of Quantities refers to a list of the specific items of the Work and
their corresponding unit prices, lump sums, and/or provisional sums.

.1.3.

The Completion Date is the date of completion of the Works as


certified by the Procuring Entitys Representative, in accordance with.

.1.4.

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

.1.5.

The Contract 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.

.1.6.

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.

.1.7.

The Contractor is the juridical entity whose proposal has been


accepted by the Procuring Entity and to whom the Contract to execute
the Work was awarded.

.1.8.

The Contractors Bid is the signed offer or proposal submitted by the


Contractor to the Procuring Entity in response to the Bidding
Documents.

.1.9.

Days are calendar days; months are calendar months.

.1.10. Dayworks are varied work inputs subject to payment on a time basis
for the Contractors employees and Equipment, in addition to
payments for associated Materials and Plant.
.1.11. A Defect is any part of the Works not completed in accordance with
the Contract.
.1.12. The Defects Liability Certificate is the certificate issued by
Procuring Entitys Representative upon correction of defects by the
Contractor.
.1.13. The Defects Liability Period is the one year period between project
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.
.1.14. 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.
.1.15. 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.
.1.16. The Intended Completion Date refers to the date specified in the
SCC when the Contractor is expected to have completed the Works.
The Intended Completion Date may be revised only by the Procuring
Entitys Representative by issuing an extension of time or an
acceleration order.
.1.17. Materials are all supplies, including consumables, used by the
Contractor for incorporation in the Works.
.1.18. The Notice to Proceed is a written notice issued by the Procuring
Entity or the Procuring Entitys Representative to the Contractor
requiring the latter to begin the commencement of the work not later
than a specified or determinable date.
.1.19. Permanent Works all permanent structures and all other project
features and facilities required to be constructed and completed in
accordance with this Contract which shall be delivered to the Procuring

Entity and which shall remain at the Site after the removal of all
Temporary Works.
.1.20. Plant refers to the machinery, apparatus, and the like intended to
form an integral part of the Permanent Works.

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

.1.22. The Procuring Entitys 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.
.1.23. The Site is the place provided by the Procuring Entity where the Works
shall be executed and any other place or places which may be
designated in the SCC, or notified to the Contractor by the Procuring
Entitys Representative as forming part of the Site.
.1.24. 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.
.1.25. 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.
.1.26. 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.

.1.27. The Start Date, as specified in the SCC, is the date when the
Contractor is obliged to commence execution of the Works. It does not
necessarily coincide with any of the Site Possession Dates.

.1.28. A Subcontractor 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.
.1.29. Temporary Works are works designed, constructed, installed, and
removed by the Contractor that are needed for construction or
installation of the Permanent Works.
.1.30. 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
Entitys Representative; (iii) and the carrying out of all duties and
obligations of the Contractor imposed by this Contract as described in
the SCC.
1.1.

Interpretation
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 Entitys Representative will provide instructions clarifying
queries about the Conditions of Contract.

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).
1.2.

Governing Language and Law


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

1.3.

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.

1.4.

Possession of Site
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 Entitys 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.
If possession of a portion is not given by the date stated in the SCC
Clause , 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.
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.
The Contractor shall allow the Procuring Entitys Representative and
any person authorized by the Procuring Entitys 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.

1.5.

The Contractors Obligations


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.
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 Entitys Representative, and complete them by the Intended
Completion Date.

The Contractor shall be responsible for the safety of all activities on the
Site.
The Contractor shall carry out all instructions of the Procuring Entitys
Representative that comply with the applicable laws where the Site is
located.
The Contractor shall employ the key personnel named in the Schedule
of Key Personnel, as referred to in the SCC, to carry out the
supervision of the Works. The Procuring Entity will approve any
proposed replacement of key personnel only if their relevant
qualifications and abilities are equal to or better than those of the
personnel listed in the Schedule.
If the Procuring Entitys Representative asks the Contractor to remove
a member of the Contractors 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.
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.
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.
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.
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 Entitys
Representative of such discoveries and carry out the Procuring Entitys
Representatives instructions in dealing with them.
1.6.

Performance Security
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.
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.
The performance security shall remain valid until issuance by the
Procuring Entity of the Certificate of Final Acceptance.
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:
There are no pending claims against the Contractor or the surety
company filed by the Procuring Entity;
The Contractor has no pending claims for labor and materials
filed against it; and

Other terms specified in the SCC.


The Contractor shall post an additional performance security following
the amount and form specified in ITB Clause ,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.
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.
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.

1.7.

Subcontracting
Unless otherwise indicated in the SCC, the Contractor cannot
subcontract Works more than the percentage specified in ITB Clause.
Subcontracting of any portion of the Works does not relieve the
Contractor of any liability or obligation under this Contract. The
Contractor will be responsible for the acts, defaults, and negligence of
any subcontractor, its agents, servants or workmen as fully as if these
were the Contractors own acts, defaults, or negligence, or those of its
agents, servants or workmen.
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.

1.8.

Liquidated Damages
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.
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.
1.9.

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.

1.10. The Procuring Entity, 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.
1.11. Contractors Risk and Warranty Security
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.
The defects liability period for infrastructure projects shall be one year
from project 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.
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.
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:
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;
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;
Procuring Entitys Representatives/Project Manager/Construction
Managers
and
Supervisors

The
project
owners
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;
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.
Users - In cases where Structural Defects/Failures are due to
abuse/misuse by the end user of the constructed facility and/or
noncompliance by a user with the technical design limits and/or
intended purpose of the same, then the user concerned shall be
held liable.
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.

You might also like