You are on page 1of 45

PRE-CONSTRUCTION

MEETING
REPAIR AND UPGRADING OF TARLAC DAM
OGEE #2 AND BROAD CRESTED WEIR
UNDER BBMPII
NAME OF CONTRACTOR
:
Northern Builders
CONTRACT NO.

R3-BBMPIID-C-1

TOTAL CONTRACT AMOUNT


:
PhP 140,063,690.05
TOTAL CONTRACT DURATION :
365 Calendar Days
FUNDING SOURCE
:
Govt of the
Philippines (GOP)
VENUE/DATE/TIME
:
5TH Floor Conference Room,
NIA Building A, EDSA, Diliman, Q.C.
10:00 A.M.,
August 18, 2016

AGENDA
1. Issuance of Notice to Proceed (NTP)
2. Subcontracting
3. Contractors compliance to the required documents
4. Status of
construction of Right-of-Way in the
project area
5. Mobilization Schedule of Construction Plan and
Equipment
6. Issuance of approved Good for Construction (GFC)
plans and drawings and conformed copy of contract
documents
7. Schedule of Joint Survey
8. Materials
Contractor

and

Equipment

Furnished

by

the

AGENDA
11. Management Conferences
12. Advance Payment
13. Progress Payments
14. CPES Evaluation
15. The Procuring Entity, Licenses and Permits
16. Sources of Materials
17. Other Matters

AGENDA 1.

NOTICE TO PROCEED (NTP)

Section II, ITB, Clause 33 - Issuance of NTP


(c/o Legal Services)

AGENDA 2.

SUBCONTRACTING

Section III, Bid Data Sheet


ITB Clause 8.1 Sub-contracting is allowed, subject
to evaluation and approval of the sub-contracting
agreement in accordance with NIA MC No. 37, s.
2014 (Approval of Sub-Contracting Agreements
in NIA Projects)

AGENDA 3. CONTRACTORS COMPLIANCE TO THE


REQUIRED
Section IV, DOCUMENTS
GCC, Clause 31
31. 1 Within 30 calendar days from Contract Start
Date, the Contractor shall submit to the Procuring
Entitys Representative for approval a Program of
Work showing the general methods, arrangements,
order, and timing for all the activities in the Works.

Continuation
of CONTRACTORS COMPLIANCE TO THE
AGENDA 3.

REQUIRED
DOCUMENTS

Section V, SCC, Clause 31.1

The Contractor shall submit the Program of Work to the Procuring


Entitys
Representative within 30 calendar days from
Contract Start Date.
The documents required are the following:
a. Cash Flow by Quarter and Payment Schedule.
b. Construction Schedule in the form of PERT/CPM, Bar/ Gantt Chart
& S-Curve
c. Manpower Schedule
d. Construction Methods and Procedures
e. Equipment Utilization Schedule
f. Construction Safety and Health Program approved by the
Department of Labor and Employment
g. Contractors Environment Management Plan (CEMP)
h. Temporary Facilities Plans and Drawings

AGENDA 4. STATUS OF CONSTRUCTION OF RIGHT-OFWAY IN THE


PROJECT
Section V-A, Local Condition
of Contract
LC-02 PROJECT LOCATION AND ACCESSIBILITY
The project is located in Barangay Tibagan, City of Tarlac, Province of
Tarlac, about 12 km from NIA-BBMP office. The project site coordinate is
152244N and 1203123E.
LC-07 RIGHT OF WAY
Except for the construction site and access thereto, the Contractor
shall be responsible for the acquisition of ROW for quarry areas, contractors
camp, offices and work areas, including payments of rentals, taxes or royalties,
etc. that may be imposed by the Provincial or City government and
concessionaires for extracting and disposing construction materials.

AGENDA 5. MOBILIZATION SCHEDULE OF CONSTRUCTION PLANT &


EQUIPMENT

Under Technical Specifications for Civil Works Contract, Section I, 101 (b)
Temporary Works, Construction Plant, Mobilization of Construction
Equipment & Demobilization Works ,
The Contractor shall mobilize and move into the Project Site within 20 calendar
days after receipt of Notice to Proceed the required initial equipment requirement
as listed hereunder:
INITIAL EQUIPMENT REQUIREMENT

EQUIPMENT TYPE AND CHARACTERISTICS

QUANTITY

Backhoe, 1 cu.m. bucket capacity

1 unit

Dozer, 190 HP

1 unit

Dozer, 200 HP

1 unit

Dump Truck, 10 cu.m. capacity

4 units

Loader, 1.5 cu. m

1 unit

Jack Hammer

4 units

Air Compressor, 160 CF

1 unit

Water Pump, 4 diameter, Gas Driven

2 units

Continuation
of
AGENDA 5. MOBILIZATION
SCHEDULE OF CONSTRUCTION PLANT &

EQUIPMENT
Notwithstanding the mobilization of the initial equipment
requirements, the Contractor shall mobilize to the site the
additional equipment requirement within 20 calendar days
upon receipt of the approved Equipment Moving-in and
UtilizationEQUIPMENT
Schedule asREQUIREMENT
listed hereunder:
MINIMUM
EQUIPMENT TYPE AND CHARACTERISTICS

QUANTITY

Dozer LGP, 190 HP

1 unit

Dozer LGP, 200 HP

1 unit

Backhoe, 1 cu.m. bucket capacity

1 unit

Backhoe, 1 cu.m. cap. w/Concrete Breaker

2 units

Crawler Crane, 30T

1 unit

Batching Plant, arbau 880, 60 cu.m/hr. cap.


w/batcher and scrapper w/o cement silo

1 unit

Dump Truck, 10-12 cu.m. capacity

4 units

Continuation
AGENDA of

5.
MOBILIZATION
CONSTRUCTION PLANT &
EQUIPMENT

SCHEDULE

OF

MINIMUM EQUIPMENT REQUIREMENT

EQUIPMENT TYPE AND CHARACTERISTICS

QUANTITY

Grader, 100 HP

1 unit

Loader, 1.5 cu.m. capacity

4 units

10

Transit Mixer, 4 cu.m. capacity

2 units

11

Water Truck, 1,001-3000 gals. capacity

1 unit

12

Stake Truck

1 unit

13

Vibro Hammer (AKP 300)

1 unit

14

Jack Hammer

2 units

15

Air Compressor, 160 CFM

1 unit

One-Bagger Concrete Mixer

2 units

16

AGENDA 6. ISSUANCE OF APPROVED GOOD FOR


CONSTRUCTION
(GFC) PLANS & DRAWINGS AND
CONFORMED COPY OF
(c/o Design
and Specifications
CONTRACT
DOCUMENTS

Division)

AGENDA 7. SCHEDULE OF JOINT SURVEY


The Contractor must coordinate with the BBMPII
PMO for the schedule of the joint survey and discuss
further the other activities related thereto.

AGENDA 8. MATERIALS AND EQUIPMENT FURNISHED


BY THE
CONTRACTOR
Section V, Special Conditions of Contract, Clause 53;

53.1

The Contractor shall furnish all materials and equipment


necessary for incorporation in the works as indicated in the
Bill of Quantities. All such materials and equipment shall be
new and of good quality, shall meet all the requirements of
the specifications and shall be subject to the approval by NIA
before using or incorporating them into the Contract Work.

53.7 The inspection of materials and equipment or the waiving of


the inspection thereof shall in no way relieve the Contractor
of the responsibility for furnishing materials meeting all the
requirement of these Bid/Contract Documents.

AGENDA 9. PERIODIC CONTRACTUAL REQUIREMENTS


Section V, Special Conditions of Contract, Clause 31.7;

The Contractor is also required to submit a Monthly Statistical


Report within seven (7) calendar days after the end of each
month or reporting period, without cost to the Procuring Entity,
consisting of the following information:
I.
General Information
a. ) Location and Key Map
b. ) Project Outline and/or Profile
c. ) Narrative Summary including issues and concerns of the
contractor
II. Progress of Contract Implementation
a.) Daily activities of contractor in tabulated form
b.) Physical Progress for the month or period and estimated progress
for the
succeeding month or period
c.)
Overall Implementation Schedule (target, actual)
based on the above Program of Work duly approved by the
Procuring Entitys Representative.

Continuation
of PERIODIC CONTRACTUAL REQUIREMENTS
AGENDA 9.
Section V, Special Conditions of Contract, Clause 31.7;

d.)

A Tabulation of Employees showing the supervisory


staff and the number of the several classes of labor
employed by the Contractor during the month or
period. Daily Manpower Utilization Report.
e.) List of the equipment utilized for the performance of
the Contract Work during the month or period. Daily
Equipment Utilization Report.
f.)
Materials Resource Utilization
g.) Financial Resource Allocation Utilization
III. Local Weather Condition
a.) Weather Chart
b.) Rainfall Summary

AGENDA 10. COMMUNICATIONS


a) All communications of the Contractor that needs NIAs Central Office
action should be addressed to the Administrator copy furnished the
Deputy Administrator for Engineering and Operations and Project
Manager of BBMPII and the Regional Manager.
b) For issues and concerns of the Contractor that can be settled or acted
upon within the field level, the Contractors communication should be
addressed to the PMO for appropriate action and recommendation.
c) The Project Manager of BBMPII will be responsible in forwarding any
communication to the NIA-Central Office, thru the Deputy
Administrator for Engineering and Operations and Construction
Management Division, Engineering Department with corresponding
comments/recommendations. All instructions at the field level should
be formalized thru letters for reference and file.
d) 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 (Section IV, GCC, Clause
4).

AGENDA 11. MANAGEMENT CONFERENCES


Under Section IV, General Conditions of Contract, Clause
32;
32.1 Either the Procuring Entitys Representative or the
Contractor may require the other to attend a Management
Conference. The Management Conference shall review the
plans for the remaining work and deal with matters raised in
accordance with the early warning procedure.
32.2 The Procuring Entitys Representative shall record the
business of Management Conferences and provide copies of
the record to those attending the Conference and to the
Procuring Entity. The responsibility of the parties for actions
to be taken shall be decided by the PROCURING ENTITYs
Representative either at the Management Conference or after
the Management Conference and stated in writing to all who
attended the Conference.

AGENDA 12. ADVANCE PAYMENT


Section V, Special Conditions of Contract, Clause 39.1;

The amount of the advance payment is 15% of the Contract Price and to be
recouped every progress billing, to be made as per herein schedule:
a.First (1st) Installment 7.5% of the Contract Price upon submission to and
acceptance by NIA of an Irrevocable Standby Letter of Credit of equivalent
value issued by a commercial bank, a bank guarantee or surety bond, callable
upon demand, issued by a surety or insurance company duly licensed by the
Insurance Commission and confirmed by NIA.
b.Second (2nd) Installment 7.5% of the Contract Price upon submission to
and acceptance by NIA of an Irrevocable Standby Letter of Credit of equivalent
value issued by a commercial bank, a bank guarantee or surety bond, callable
upon demand, issued by a surety or insurance company duly licensed by the
Insurance Commission and confirmed by the NIA (if amount is not included in
the first submitted Letter of Credit, bank guarantee or surety bond), and after
Contractor has fully mobilized the initial equipment requirement and key
personnel indicated in its manpower utilization schedule as specified in the Bid
Document.

AGENDA 12. ADVANCE PAYMENT


I. To be submitted by the Contractor
1.Letter Request of the Contractor including Schedule of Recoupment
2.Copy of Contract Agreement (Certified true copy by the NIA)
3.Copy of Notice to Proceed (Certified true copy by the NIA)
4.Copy of Surety Bond duly verified by NIA (Certified true copy by the NIA )
(Original copy on file at NIA)
5.Copy of Contractors All Risk Insurance duly verified by NIA (Certified true
copy by the NIA)
(original copy on file at NIA)
6.Copy of Performance Bond duly verified by NIA (Certified true copy by the
NIA)
7.Copy of Construction Safety and Health Program approved by DOLE (Certified
true copy by the NIA )(Original copy on file at NIA)Certification of PM/RM that
necessary initial equipment requirement were fully mobilized upon receipt of
Notice to Proceed (NTP) with pictures and Inspection Report (for 1 st Partial
Payment)
8.Certification of PM/RM that Minimum Equipment requirement were fully
mobilized after the approval of the Construction Program with pictures and
Inspection Report (for 2nd/Full Payment)
9.Copy of the approved Construction Program consisting of PERT/CPM, S-Curve,
Manpower & Equipment Utilization and Organizational Chart (for 2 nd/Full
Payment)

AGENDA 12. ADVANCE PAYMENT


II.

To be prepared by Implementing Office

1. Indorsement to the Deputy, Engineering and Operations, the request of the


Contractor for review and recommendation
2. Indorsement for Payment to Financial Management Department by PM/RM
noted by the Administrator
3. One set Certified true copy of all the documents submitted for COAs copy
4. Copy of Obligation Request approved by the concerned authority
5. Disbursement Voucher approved by the concerned authority
6. Application of Claims for Payment to Financing Institution (for Foreign
Assisted Projects) Financial Management Department approved by the
concerned authority
7. Check approved by by the concerned authority (for Locally Funded Project
and GOP Portion for Foreign Assisted Project)

AGENDA 13. PROGRESS OF PAYMENTS


Section IV, General Conditions of Contract, Clause 40;
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 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.
40.2. The Procuring Entity shall deduct the following from the certified
gross amounts to be paid to the Contractor as progress payment:
a.) Cumulative value of the work previously certified and paid for.
b.) Portion of the advance payment to be recouped for the month.
c.) Retention money in accordance with the condition of contract.
d.) Amount to cover third party liabilities.
e.) Amount to cover uncorrected discovered defects in the works.

40.4. The first progress payment may be paid by the Procuring


Entity to the Contractor provided that at least twenty percent (20%)

AGENDA 13. INITIAL PAYMENT (FIRST PROGRESS


BILLING)
I. To be submitted by the Contractor
1.Letter Request of the Contractor for payment
2.Contractors Affidavit (Notarized)
3.Certified true copy of the updated Surety Bond, Performance Bond,
Contractors All Risk Insurance
4.Historical Background
5.Statement of Time Elapsed ( Justification letter if accomplishment is negative
and >10% approved by PM/RM
6.Inspection Report of Actual Accomplishment approved by PM/RM
7.Certificate of Actual Accomplishment issued by PM/RM
8.Certificate of No Accountability with NIA issued by PM/RM
9.Billing Statement of Work Accomplished approved by PM/RM noted by
Administrator
10.Copy of the approved Construction Program consisting of PERT/CPM, SCurve, Manpower & Equipment Utilization and Organizational Chart
11.Copy of the approved Temporary Facilities
12.Certification of PM/RM that the Minimum Equipment requirement were fully
mobilized within 20 calendar days from the receipt of Notice to Proceed (NTP)
based on the approved Construction Program with pictures and Inspection
Report in accordance with the Contract Documents
13.Certification of PM/RM that the Temporary Facilities were fully completed

AGENDA 13. INITIAL PAYMENT (FIRST PROGRESS


BILLING)

I. To be submitted by the Contractor


14.Approved Joint Survey approved by PM/RM
15.Detailed backup computations consisting of Color Coded Cross Sections
indicating actual accomplishment (Auto CAD with corresponding coordinates)
per item of works, approved by the PM/RM
16.Manufacturers Test Results, Brochures, Warranty, Mill Certificates of all
Brand new purchased materials
17.Sampling Data, Test Result and Evaluated Report of all materials intended
for the construction that satisfied the Standard Specification requirements set
forth by NIA tested from the accredited laboratory recommended by NIA for
acceptance duly witnessed by NIA representative (Prior to the purchase)
18.Certified true copy of Delivery Receipt of materials delivered on site duly
inspected and received by NIA representatives
19.Certificate of Inspection and Acceptance of actual delivery of materials on
site
20.Certificate of Material Quality Test (Materials on site)
21.Material Test Report /Quality test (all materials/per item of works that needs
testing) in accordance with the Contract Documents
22.Pictures of work accomplished (size 3R min.)

AGENDA 13. INITIAL PAYMENT (FIRST PROGRESS


BILLING)
II.

To be prepared by the Implementing Office

1.Indorsement to the Deputy, Engineering and Operations, the request of the


Contractor for review and recommendation
2.Indorsement for Payment to Financial Management Department by PM/RM
noted by the Administrator
3.Summary of Payment of Recoupment prepared by PM/RM
4.Summary of Payment of 10% Retention Money prepared by PM/RM
5.Copy of Obligation Request approved by the concerned authority
6.Disbursement Voucher approved by the concerned authority
7.Application of Claims for Payment to Financing Institution (for Foreign
Assisted Projects) Financial Management Department approved by the
concerned authority
8.Check approved by by the concerned authority (for Locally Funded Project
and GOP Portion for Foreign Assisted Project)

AGENDA 13. SUCCEEDING PAYMENTS


I.
To be submitted by the Contractor
1.Letter Request of Contract for Payment
2.Contractors Affidavit-Duly Notarized
3.Historical Background and Executive Summary
4.Statement of Time Elapsed ( Justification letter if accomplishment is negative
and >10% approved by PM/RM
5.Inspection Report of Actual Accomplishment approved by PM/RM
6.Certificate of Actual Accomplishment issued by PM/RM
7.Certificate of No Accountability with NIA issued by PM/RM
8.Billing Statement of Work Accomplished approved by PM/RM noted by
Administrator
9.Detailed backup computations consisting of Color Coded Cross Sections
indicating actual actual accomplishment (Auto CAD with corresponding
coordinates) per item of works, approved by the PM/RM
10.Manufacturers Test Results, Brochures, Warranty, Mill Certificates of all
Brand new purchased materials
11.Sampling Data, Test Result and Evaluated Report of all materials intended
for the construction that satisfied the Standard Specification requirements set
forth by NIA tested from the accredited laboratory recommended by NIA for
acceptance duly witnessed by NIA representative (Prior to the purchase)

AGENDA 13. SUCCEEDING PAYMENTS


I.

To be submitted by the Contractor

12.Certified true copy of Delivery Receipt of materials delivered on site duly


inspected and received by NIA representatives
13.Certificate of Inspection and Acceptance of actual delivery of materials on
site
14.Certificate of Material Quality Test (Materials on site)
15.Material Test Report /Quality test (all materials/per item of works that needs
testing) in accordance with the Contract Documents
16.Pictures of work accomplished (size 3R min.)
17.Approved Change Order/Extra Work Order/Time Extension/Suspension and
Resume Order, if any

AGENDA 13. SUCCEEDING PAYMENTS


II.

To be prepared by the Implementing Office

1. Indorsement to the Deputy, Engineering and Operations, the request of the


Contractor for review and recommendation
2. Indorsement for Payment to Financial Management Department by PM/RM
noted by the Administrator
3. Summary of Payment of Recoupment prepared by PM/RM
4. Summary of Payment of 10% Retention Money prepared by PM/RM
5. Copy of Obligation Request approved by the concerned authority
6. Disbursement Voucher approved by the concerned authority
7. Application of Claims for Payment to Financing Institution (for Foreign
Assisted Projects) Financial Management Department approved by the
concerned authority
8. Check approved by the concerned authority (for Locally Funded Project and
GOP Portion for Foreign Assisted Project)

AGENDA 13. FINAL BILLING


I.
To be submitted by the Contractor
1.Letter Request of Contract for Payment
2.Contractors Affidavit-Duly Notarized
3.Historical Background and Executive Summary
4.Statement of Time Elapsed ( Justification letter if accomplishment is negative
and >10% approved by PM/RM)
5.Inspection Report of Actual Accomplishment approved by PM/RM
6.Certificate of Actual Accomplishment issued by PM/RM
7.Certificate of No Accountability with NIA issued by PM/RM
8.Billing Statement of Work Accomplished approved by PM/RM noted by
Administrator
9.Detailed backup computations consisting of Color Coded Cross Sections
indicating actual actual accomplishment (Auto CAD with corresponding
coordinates) per item of works, approved by the PM/RM
10.Pictures of Actual Accomplishment with corresponding dates (size 3R min.)
11.Manufacturers Test Results, Brochures, Warranty, Mill Certificates of all
Brand new purchased materials
12.Sampling Data, Test Result and Evaluated Report of all materials intended
for the construction that satisfied the Standard Specification requirements set
forth by NIA tested from the accredited laboratory reconmended by NIA for
acceptance duly witnessed by NIA representative (Prior to the purchase)

AGENDA 13. FINAL BILLING


I.
To be submitted by the Contractor
13.Certified true copy of Delivery Receipt of materials delivered on site duly
inspected and received by NIA representatives
14.Certificate of Inspection and Acceptance of actual delivery of materials on
site
15.Certificate of Material Quality Test (Materials on site)
16.Material Test Report /Quality test (all materials/per item of works that needs
testing) in accordance with the Contract Documents
17.Pictures of work accomplished (size 3R min.)
18.Approved Change Order/Extra Work Order/Time Extension/Suspension and
Resume Order, if any
19.Approved Firmed-Up Quantities And Costs
20.Computation Of Liquidated Damages (If Any)
21.Certificate Of Final Completion And Acceptance
22.Contractor's Quit Claim
23.Guarantee Bond
24.PM's/RMs Certification as to accountabilities of contractor on third party
claims
25.As-built drawings
26.Operations and Maintenance Manual

AGENDA 13. FINAL BILLING


II.

To be prepared by the Implementing Office

1. Indorsement to the Deputy, Engineering and Operations, the request of the


Contractor for review and recommendation
2. Indorsement for Payment to Financial Management Department by PM/RM
noted by the Administrator
3. Summary of Payment of Recoupment prepared by PM/RM
4. Copy of Obligation Request approved by the concerned authority
5. Disbursement Voucher approved by the concerned authority
6. Application of Claims for Payment to Financing Institution (for Foreign
Assisted Projects) Financial Management Department approved by the
concerned authority
7. Check approved by by the concerned authority (for Locally Funded Project
and GOP Portion for Foreign Assisted Project)

AGENDA 13. RELEASE OF RETENTION MONEY


I.

To be submitted by the Contractor

1.Letter Request of the Contractor for payment


2.Contractors Affidavit (Notarized)
3.Original copy of the Surety Bond, equivalent to the amount Release of 10%
Retention Money
4.Historical Background
5.Statement of Time Elapsed
6.Certificate of Actual Accomplishment issued by PM/RM
7.Certificate of No Accountability with NIA issued by PM/RM
8.PM's/RMs Certification as to accountabilities of Contractor on third party
claims

AGENDA 13. RELEASE OF RETENTION MONEY


II.

To be prepared by the Implementing Office

1.Indorsement to the Deputy, Engineering and Operations, the request of the


Contractor for review and recommendation
2.Indorsement for Payment to Financial Management Department by PM/RM
noted by the Administrator
3.Summary of 10% Retention Money withheld prepared by PM/RM
4.Copy of Obligation Request approved by the concerned authority
5.Disbursement Voucher approved by the concerned authority
6.Application of Claims for Payment to Financing Institution (for Foreign
Assisted Projects) Financial Management Department approved by the
concerned authority
7.Check approved by the concerned authority (for Locally Funded Project and
GOP Portion for Foreign Assisted Project)

AGENDA 14. EVALUATION OF CONTRACTORS


PERFORMANCE

Section V, Special Condition of Contract Clause 56


56.1

In addition to the provisions of GCC Clauses 34 and 35, the


performance of the contractor shall be evaluated and rated
by the group of Contractors Performance Evaluators (CPE)
duly accredited by the Construction Industry Authority of
the Philippines (CIAP) using the NEDA approved
Contractors Performance Evaluation System (CPES),
pursuant to Annex E of the revised IRR of RA 9184.

56.2

The CPES evaluation shall be done at least twice; one


during construction, and one upon completion of the
contract works. Initial
evaluation shall be conducted
when the contract has attained at least
30%
accomplishment.

56.3

The result of evaluation of the Contractors performance,


including a
Summary Report and Corrective Action Plan
prepared by the CPE,
shall be submitted to CIAP,
which in turn provide the NIA a
consolidated report on

Continuation
of EVALUATION OF CONTRACTORS
AGENDA 14.

PERFORMANCE
Section
IV, General Conditions of Contract
Clause 34 - Instructions, Inspections and Audits
34.1.
The Procuring Entitys personnel shall, at all
reasonable times during construction of the Work, be entitled
to examine, inspect, measure and test the materials and
workmanship, and to check the progress of the construction.
34.2. If the Procuring Entitys Representative instructs the
Contractor to carry out a test not specified in the
Specification to check whether any work has a defect and the
test shows that it does, the Contractor shall pay for the test
and any samples. If there is no defect, the test shall be a
Compensation Event.
34.3. The Contractor shall permit the Funding Source named in
the SCC to inspect the Contractors accounts and records
relating to the performance of the Contractor and to have
them audited by auditors appointed by the Funding Source, if
so required by the Funding Source.

Continuation
of EVALUATION OF CONTRACTORS
AGENDA 14.

PERFORMANCE
Section IV, General Conditions of Contract
Clause 35 - Identifying Defects
The Procuring Entitys Representative shall check the
Contractors work and notify the Contractor of any defects that
are found. Such checking shall not affect the Contractors
responsibilities.
The Procuring Entitys Representative may
instruct the Contractor to search uncover defects and test any
work that the Procuring Entitys Representative considers below
standards and defective.

AGENDA 15. THE PROCURING ENTITY, LICENSES AND


PERMITS
Section IV, General Conditions of Contract, Clause 11
The Procuring Entity shall, if requested by the
Contractor, assist him in applying for permits, licenses or
approvals, which are required for the Works.

AGENDA 16. SOURCES OF MATERIALS


Under - Local Condition, LC-04, Sources of Materials
The majority of construction materials required under this
Contract are cement, sand, gravel, steel bars, boulders, form
lumbers.
Construction materials such as cement, steel bars, lumber,
hardwares and other special materials are available in Tarlac,
Manila, and nearby provinces.
For aggregate materials, tabulated hereunder are the
locations and average
hauling distances of construction materials
Average
and disposal areas: Hauling
Materials

Distance
(km)

Locations

a. Gravel

8.00

Sitio Pao, Barangay Tibagan, Tarlac


City

b. Sand

8.00

Sitio Pao, Barangay Tibagan, Tarlac


City

c. Boulder

8.00

Sitio Pao, Barangay Tibagan, Tarlac


City

Continuation of

AGENDA 16. SOURCES OF MATERIALS


Under - Local Condition, LC-03, Sources of Materials
There are available sand and gravel along the river near the
project site and the Contractor has the option to put-up an
aggregate separator for his aggregate materials following the No
Quarrying Zone of one kilometer upstream and two kilometers
downstream, as requested by the NIA to the Provincial Government
after the completion the Tarlac Diversion Dam (1998), to ascertain
the stability of the dam and its appurtenant structures.
The Contractor shall be responsible for the payment of all
local taxes, permits and clearances required by Local Government
Agencies including royalty fees (if any) from landowners arising out
in the performance of these works in accordance to the existing
laws.
In the event that there are changes during contract
implementation in quarry site distance(s) other than those
specified above, the contractor unit price of any item of work
affected shall be reviewed by NIA to determine the reasonable
price adjustment. The price adjustment, either additive or
deductive, shall be subject to approval by appropriate authority in

Continuation of

AGENDA 16. SOURCES OF MATERIALS


Under - Local Condition, LC-03, Sources of Materials
The Approved contract unit price resulting from said
adjustment shall be used in computing the amount to be paid to,
or deducted from, the Contractor.
For billing purpose, the Contractor shall submit to NIA a
written certificate duly certified correct by the Engineer in
Charge of the actual quarry sites with corresponding hauling
distances as a requisite for payment.

Continuation
of SOURCES OF MATERIALS
AGENDA 16.
Section V-A - Local Condition, LC-06, Fees for Extracting
and Disposing Construction Materials
NIA will identify all quarry areas and will assist the
Contractor in the right-of-way negotiations for the sites. The
Contractor, however, will assume payments of rentals, taxes
or royalties that may be imposed by the National and Local
Government Units and/or concessionaires for the privilege of
extracting and disposing construction materials from land
covered by quarry rights and all other incidentals which may
be necessary for the carrying out of the contract works.
Furthermore, the Contractor shall undertake application for
quarry permit from and assume all payments to the
Department of Environment and Natural Resources (DENR). All
expenses incurred by the Contractor in this undertaking shall
be considered included in his bid prices in the Bill of
Quantities.

AGENDA 17. OTHER MATTERS


Signatories for the following documents:
a. Cash Flow by Quarter and Payment Schedule.
b. Construction Schedule in the form of PERT/CPM, Bar/ Gantt Chart
& S-Curve
c. Equipment Utilization Schedule.
d. Manpower Schedule.
e. Organizational Chart
f. Construction Methods and Procedures. (Requirement on Advance
Payment)
g. Temporary Facilities Plans and Drawings

h. Reinforced Steel Bar (RSB) scheduling w/c includes bar-placing


drawings, bar bending drawings, bar list and any other
reinforcement drawings as may be required to facilitate
placement and checking of reinforcing steel bars
i. Proposed Scheme of Diversion and Care of River during
Construction and Unwatering Foundation
j. Manufacturing/Fabrication Program for Steel Gates

Continuation
of

AGENDA 17. OTHER MATTERS

Contractor

Prepared
by:
Contractor's
Logo

Project
Engineer

NIA

Reviewed Submitte
by:
d by:

Project
General
Manager Manager

NIA's
Logo

Checked by

Reviewed by:

Alfredo G.
Ronaldo B.
Bagorio
Gutierrez
Manager,
Manager,
Construction
Engineering
Management
Divsion
Division

Ronald S.
Magsino
Asst. Project
MAnager

Recommending
Approval:

Approved:

Sheet
Content

Deputy
Josephine B.
Administrator
Salazar
for
Project Manager Engineering
and
Operations

Sign Board
Directive of the Commission On Audit (COA) under Circular No. 2013-004,
regarding Information and Publicity on Programs/Projects/Activities of
Government Agencies a signboard is required with the following
specifications:
Tarpaulin, white, 8ft x 8ft
Resolution:
70dpi
Font:
Helvetica
Font Size:
Main Information 3
Sub-Information 1
Font Color:
Black
The display and/or affixture of the picture, image, motto, logo, color motif,
initials or other symbol or graphic representation associated with the top
leadership of the project proponent or implementing agency/unit/office, on
Signboard is considered unnecessary

THANK YOU ! ! !

You might also like