Shoes Tenders

Shoes Tenders

Municipality Of Mapanas, Northern Samar Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Bidding Documents Procurement Of Infrastructure Projects Name Of Project: Concreting Of Farm To Market Road Barangay Magtaon, Mapanas Northern Samar Contract Reference No. 2025-01-01 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 7 Section Iii. Bid Data Sheet 35 Section Iv. General Conditions Of Contract 38 Section V. Special Conditions Of Contract 70 Section Vi. Specifications 72 Section Vii. Drawings 75 Section Viii. Bill Of Quantities Error! Bookmark Not Defined. Section Ix. Bidding Forms 77 Section X. Foreign-assisted Projects Error! Bookmark Not Defined. Section I. Invitation To Bid Bid Notice Abstract Invitation To Bid (itb) Republic Of The Philippines Province Of Northern Samar Municipality Of Mapanas Invitation To Bid For Project: Concreting Of Farm To Market Road, Brgy. Magtaon, Mapanas, Northern Samar The Lgu- Mapanas, Northern Samar, Through The Lgsf-sbdp Of Fy 2024 Intends To Apply The Sum Of Four Million Nine Hundred Ninety Nine Thousand Eight Hundred Eighty Nine Pesos 04/100 Only (p4,999,889.04) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For : Concreting Of Farm To Market Road, Brgy. Magtaon, Mapanas, Northern Samar Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Lgu- Mapanas, Northern Samar Now Invites Bids For The Following Description Of Works To Be Procured: Item No. Scope Of Work Quantity Unit Concreting Of Farm To Market Road, Brgy. Magtaon, Mapanas, Northern Samar B.5 Project Billboard/sign Board 1.00 Each B.7(2) Occupational Safety And Health Program 1.00 Is B.9 Mobilization/demobilization 1.00 Is Part C Earthworks 100(1) Cleaning & Grubbing 0.08 Ha 101(1)d Removal Of Concrete Excavation 5.40 Cu.m 102(2)b Surplus Common Excavation 1087.52 Cu.m. 104(1)a Embankment From Roadway Excavation (common Soil) 226.00 Cu.m. 105(1) Subgrade Preparation (common Material) 1440.00 Sq.m. Part D Subbase And Base Course 200(1) Aggregate Subbase Course 231.50 Cu.m. 201(1) Aggregate Base Course 288.20 Cu.m. Part E Surface Courses 311(1)a2 Pcc Pavement (plain) Conventional Method, 200mm Thk. 1200.00 Sq.m. Part F Drainage Canal 404(1)a Reinforcing Steel Guide 40 2,578.75 Kg. 405(1)a1 Structural Concrete 20.68mpa, Class A, 7 Days 36.47 Cu.m Completion Of The Works Is Required 90 Calendar Days. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Lgu- Bac Mapanas, Northern Samar And Inspect The Bidding Documents At The Address Given Below From January 03-20, 2024, 8:00 A.m. To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 5. The Lgu- Mapana, Northern Samar Will Hold A Pre-bid Conference On January 10, 2025 At 10:00 A.m. At Executive Conference, 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 6. Bids Must Be Delivered To The Address Below On Or Before 9:00 A.m. Of January 21, 2025 At Bac Office, @ Municipal Planning & Development Office (mpdo), Mapanas, Northern Samar. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Bidder May Request That The Bid Documents Be Sent To Them By Mail Or Courier, And For This, The Bidder Shall Pay The Amount In Philippine Peso To Cover The Cost Of Mail Or Courier Delivery. The Fee For Obtaining A Copy Of The Bid Documents And The Cost Of Mail Or Courier Shall Be Paid By The Bidder Thru S Cashier’s Check Or Manager’s Check Issued In Favor Of The Municipality Of Mapanas. 7. The Lgu- Mapanas, Northern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Reno C. Salazar Bac Secretary Mapanas, Northern Samar Mobile # 09459852914 Ma. Teresa L. Minguez Bac Chairperson Mapanas, Northern Samar Mobile # 09778033758 Section Ii. Instructions To Bidders 1. The Bids Must Be Delivered On Or Before January 21, 2025 At 9:00 A.m And Failure To Submit The Bid Proposal May Ground For Disqualification Of The Bid. 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Lgu- Mapanas, Northern Samar Now Invites Bids For The Following Description Of Works To Be Procured: Item No. Scope Of Work Quantity Unit Concreting Of Farm To Market Road, Brgy. Magtaon, Mapanas, N. Samar B.5 Projects Billboard/sign Board 1.00 Each B.7(2) Occupational Safety And Health Program 1.00 I.s B.9 Mobilization And Demobilization 1.00 I.s. Part C Earthworks 100(1) Clearing & Grubbing 0.08 Ha. 101(1)d Removal Of Concrete Drainage Structures 5.40 Cu.m. 102(2)b Surplus Common Excavation 1087.52 Cu.m. 104(1)a Embankment From Roadway Excavation (common Soil) 226.00 Cu.m. 105(1) Subgrade Preparation (common Material) 1440.00 Sq.m. Part D 200(1) Aggregate Subbase Course 231.50 Cu.m. 201(1) Aggregate Base Course 288.00 Cu.m. Part E 311(1)a2 Pcc Pavement (plain)-conventional Method 200mm Thk. 1200.00 Sq.m. Part F Drainage Structures 404(1)a Reinforcing Steel, Grade 40 2,578.75 Kg. 405(1)a1 Structural Concrete, 20 68mpa, Class A, 7 Days 36.47 Cu.m. Completion Of The Works Is Required 90 Calendar Days. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 3. Interested Bidders May Obtain Further Information From Lgu- Bac Mapanas, Northern Samar And Inspect The Bidding Documents At The Address Given Below From January 03-20, 2025, 8:00 A.m. To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 4. The Lgu- Mapanas, Northern Samar Will Hold A Pre-bid Conference On January 10, 2025 At 10:00 A.m. At Executive Conference, 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 5. Bids Must Be Delivered To The Address Below On Or Before 9:00 A.m. Of January 21, 2025 At Bac Office, Mapanas, Northern Samar. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Bidder May Request That The Bid Documents Be Sent To Them By Mail Or Courier, And For This, The Bidder Shall Pay The Amount In Philippine Peso To Cover The Cost Of Mail Or Courier Delivery. The Fee For Obtaining A Copy Of The Bid Documents And The Cost Of Mail Or Courier Shall Be Paid By The Bidder Thru S Cashier’s Check Or Manager’s Check Issued In Favor Of The Municipality Of Mapanas. 6. The Lgu- Mapanas, Northern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Please Refer To: Reno C. Salazar Bac Secretary Mapanas, Northern Samar Mobile # 09459852914 Ma. Teresa L. Minguez Bac Chairperson Mapanas N. Samar Mobile # 09778033758 Table Of Contents A. General 11 1. Scope Of Bid 11 2. Source Of Funds 11 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 11 4. Conflict Of Interest 12 5. Eligible Bidders 14 6. Bidder’s Responsibilities 15 7. Origin Of Goods And Services 17 8. Subcontracts 17 B. Contents Of Bidding Documents 17 9. Pre-bid Conference 17 10. Clarification And Amendment Of Bidding Documents 18 C. Preparation Of Bids 18 11. Language Of Bids 18 12. Documents Comprising The Bid: Eligibility And Technical Components 18 13. Documents Comprising The Bid: Financial Component 21 14. Alternative Bids 21 15. Bid Prices 22 16. Bid Currencies 22 17. Bid Validity 23 18. Bid Security 23 19. Format And Signing Of Bids 25 20. Sealing And Marking Of Bids 26 D. Submission And Opening Of Bids 26 21. Deadline For Submission Of Bids 26 22. Late Bids 26 23. Modification And Withdrawal Of Bids 27 24. Opening And Preliminary Examination Of Bids 27 E. Evaluation And Comparison Of Bids 28 25. Process To Be Confidential 28 26. Clarification Of Bids 29 27. Detailed Evaluation And Comparison Of Bids 29 28. Post Qualification 30 29. Reservation Clause 31 F. Award Of Contract 32 30. Contract Award 32 31. Signing Of The Contract 33 32. Performance Security 33 33. Notice To Proceed 34 A. General 1. Scope Of Bid 1.1. The Procuring Entity As Defined In The Bds, Invites Bids For The Construction Of Works, As Described In Section Vi. Specifications. The Name And Identification Number Of The Contract Is Provided In The Bds. 1.2. The Successful Bidder Will Be Expected To Complete The Works By The Intended Completion Date Specified In Scc Clause 1.16. 2. Source Of Funds The Procuring Entity Has A Budget Or Has Applied For Or Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract For The Works. 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 3.1. Unless Otherwise Specified In The Bds, The Procuring Entity, As Well As Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. In Pursuance Of This Policy, The Funding Source: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows: (i) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Procuring Entity, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019; (ii) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition; (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels; And (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Collusive Practice; And/or Threatening, Harassing Or Intimidating Any Party To Prevent It From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Corrupt Or Fraudulent Practices In Competing For The Contract; And (c) Will Declare A Firm Ineligible, Either Indefinitely Or For A Stated Period Of Time, To Be Awarded Contract Funded By The Funding Source If It At Any Time Determines That The Firm Has Engaged In Corrupt Or Fraudulent Practices In Competing Or, Or In Executing, A Contract Funded By The Funding Source. 3.2. Further, The Procuring Entity Will Seek To Impose The Maximum Civil, Administrative, And/or Criminal Penalties Available Under The Applicable Laws On Individuals And Organizations Deemed To Be Involved In Any Of The Practices Mentioned In Itb Clause 3.1(a). 3.3. Furthermore, The Funding Source And The Procuring Entity Reserve The Right To Inspect And Audit Records And Accounts Of A Contractor In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 34. 4. Conflict Of Interest 4.1. All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (g) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; (f) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid; Or (g) A Bidder Who Lends, Or Temporary Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 4.2. In Accordance With Section 47 Of The Irr Of Ra 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), Members Of The Technical Working Group (twg), Members Of The Bac Secretariat, The Head Of The Project Management Office (pmo) Or The End-user Unit, And The Project Consultants, By Consanguinity Or Affinity Up To The Third Civil Degree. On The Part Of The Bidder, This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And (d) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate. Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 5. Eligible Bidders 5.1. Unless Otherwise Indicated In The Bds, The Following Persons Shall Be Eligible To Participate In This Bidding: (a) Duly Licensed Filipino Citizens/sole Proprietorships; (b) Partnerships Duly Organized Under The Laws Of The Philippines And Of Which At Least Seventy Five Percent (75%) Of The Interest Belongs To Citizens Of The Philippines; (c) Corporations Duly Organized Under The Laws Of The Philippines, And Of Which At Least Seventy Five Percent (75%) Of The Outstanding Capital Stock Belongs To Citizens Of The Philippines; (d) Cooperatives Duly Organized Under The Laws Of The Philippines, And Of Which At Least Seventy Five Percent (75%) Of The Interest Belongs To Citizens Of The Philippines; And (e) Persons/entities Forming Themselves Into A Jv, I.e., A Group Of Two (2) Or More Persons/entities That Intend To Be Jointly And Severally Responsible Or Liable For A Particular Contract: Provided, However, That, In Accordance With Letter Of Instructions No. 630, Filipino Ownership Or Interest Of The Joint Venture Concerned Shall Be At Least Seventy Five Percent (75%): Provided, Further, That Joint Ventures In Which Filipino Ownership Or Interest Is Less Than Seventy Five Percent (75%) May Be Eligible Where The Structures To Be Built Require The Application Of Techniques And/or Technologies Which Are Not Adequately Possessed By A Person/entity Meeting The Seventy Five Percent (75%) Filipino Ownership Requirement: Provided, Finally, That In The Latter Case, Filipino Ownership Or Interest Shall Not Be Less Than Twenty Five Percent (25%). For This Purpose Filipino Ownership Or Interest Shall Be Based On The Contributions Of Each Of The Members Of The Joint Venture As Specified In Their Jva. 5.2. The Procuring Entity May Also Invite Foreign Bidders When Provided For Under Any Treaty Or International Or Executive Agreement As Specified In The Bds. 5.3. Government Corporate Entities May Be Eligible To Participate Only If They Can Establish That They (a) Are Legally And Financially Autonomous, (b) Operate Under Commercial Law, And (c) Are Not Dependent Agencies Of The Gop Or The Procuring Entity. 5.4. (a) Unless Otherwise Provided In The Bds, 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 Adjusted To Current Prices Using The National Statistics Office Consumer Price Index. (b) For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bds. For This Purpose, Contracts Similar To The Project Shall Be Those Described In Thebds, And Completed Within The Period Stated In The Invitation To Bid And Itb Clause 12.1(a)(iii). 5.5. 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 Following 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 A Contract Duration Of One Year Or Less, 15 For A Contract Duration Of More Than One Year Up To Two Years, And 20 For A Contract Duration Of More Than Two Years. 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 Or 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. 6. Bidder’s Responsibilities 6.1. The Bidder Or Its Duly Authorized Representative Shall Submit A Sworn Statement In The Form Prescribed In Section Ix. Bidding Forms As Required In Itb Clause 12.1(b)(iii). 6.2. The Bidder Is Responsible For The Following: (a) Having Taken Steps To Carefully Examine All Of The Bidding Documents; (b) Having Acknowledged All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; (c) Having Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; (d) Having Complied With Its Responsibility To Inquire Or Secure Supplemental/bid Bulletin/s As Provided Under Itb Clause 10.3. (e) Ensuring That It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb; (f) Ensuring That Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; (g) Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative/s To Verify All The Documents Submitted; (h) Ensuring That The Signatory Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Bidder In The Bidding, With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture; (i) Complying With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Republic Act 3019; And (j) Complying With Existing Labor Laws And Standards, If Applicable. Failure To Observe Any Of The Above Responsibilities Shall Be At The Risk Of The Bidder Concerned. 6.3. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contract Works And The Conditions For This Project And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 6.4. It Shall Be The Sole Responsibility Of The Prospective Bidder To Determine And To Satisfy Itself By Such Means As It Considers Necessary Or Desirable As To All Matters Pertaining To This Project, Including: (a) The Location And The Nature Of The Contract, Project, Or Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work. 6.5. The Procuring Entity Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions By The Prospective Or Eligible Bidder Out Of The Data Furnished By The Procuring Entity. 6.6. Before Submitting Their Bids, The Bidders Are Deemed To Have Become Familiar With All Existing Laws, Decrees, Ordinances, Acts And Regulations Of The Philippines Which May Affect The Contract In Any Way. 6.7. The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. 6.8. Bidders Should Note That The Procuring Entity Will Only Accept Bids Only From Those That Have Paid The Nonrefundable Fee For The Bidding Documents At The Office Indicated In The Invitation To Bid. 7. Origin Of Goods And Services There Is No Restriction On The Origin Of Goods, Or Contracting Of Works Or Services Other Than Those Prohibited By A Decision Of The United Nations Security Council Taken Under Chapter Vii Of The Charter Of The United Nations. 8. Subcontracts 8.1. Unless Otherwise Specified In The Bds, The Bidder May Subcontract Portions Of The Works To An Extent As May Be Approved By The Procuring Entity And Stated In The Bds. However, Subcontracting Of Any Portion Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From The Contract For This Project. 8.2. Subcontractors Must Submit The Documentary Requirements Under Itb Clause 12 And Comply With The Eligibility Criteria Specified In The Bds. In The Event That Any Subcontractor Is Found By The Procuring Entity To Be Ineligible, The Subcontracting Of Such Portion Of The Works Shall Be Disallowed. 8.3. The Bidder May Identify The Subcontractor To Whom A Portion Of The Works Will Be Subcontracted At Any Stage Of The Bidding Process Or During Contract Implementation. If The Bidder Opts To Disclose The Name Of The Subcontractor During Bid Submission, The Bidder Shall Include The Required Documents As Part Of The Technical Component Of Its Bid. B. Contents Of Bidding Documents 9. Pre-bid Conference 9.1. (a) If So Specified In The Bds, A Pre-bid Conference Shall Be Held At The Venue And On The Date Indicated Therein, To Clarify And Address The Bidders’ Questions On The Technical And Financial Components Of This Project. (b) The Pre-bid Conference Shall Be Held At Least Twelve (12) Calendar Days Before The Deadline For The Submission Of And Receipt Of Bids. If The Procuring Entity Determines That, By Reason Of The Method, Nature, Or Complexity Of The Contract To Be Bid, Or When International Participation Will Be More Advantageous To The Gop, A Longer Period For The Preparation Of Bids Is Necessary, The Pre-bid Conference Shall Be Held At Least Thirty (30) Calendar Days Before The Deadline For The Submission And Receipt Of Bids, As Specified In The Bds. 9.2. Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Will In No Way Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents As Recorded In The Minutes Of The Pre-bid Conference And The Supplemental/bid Bulletin. 9.3. Any Statement Made At The Pre-bid Conference Shall Not Modify The Terms Of The Bidding Documents Unless Such Statement Is Specifically Identified In Writing As An Amendment Thereto And Issued As A Supplemental/bid Bulletin. 10. Clarification And Amendment Of Bidding Documents 10.1. Bidders Who Have Purchased The Bidding Documents May Request For Clarification(s) On Any Part Of The Bidding Documents Or For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.2. Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. 10.3. Any Supplemental/bid Bulletin Issued By The Bac Shall Also Be Posted On The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Concerned, If Available. Unless, Otherwise Provided In The Bds, It Shall Be The Responsibility Of All Bidders Who Secure The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Bac. However, Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids In Accordance With Itb Clause 23. C. Preparation Of Bids 11. Language Of Bids The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation In English Certified By The Appropriate Embassy Or Consulate In The Philippines, In Which Case The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 12. Documents Comprising The Bid: Eligibility And Technical Components 12.1. Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents – Class "a" Documents: (i) Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives, Or Any Proof Of Such Registration As Stated In The Bds; (ii) Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located; (iii) Statement Of All Its Ongoing And Completed Government And Private Contracts Within Ten (10) Years From The Submission Of Bids, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall Include, For Each Contract, The Following: (iii.1) Name Of The Contract; (iii.2) Date Of The Contract; (iii.3) Contract Duration; (iii.4) Owner’s Name And Address; (iii.5) Nature Of Work; (iii.6) Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (iii.7) Total Contract Value At Award; (iii.8) Date Of Completion Or Estimated Completion Time; (iii.9) Total Contract Value At Completion, If Applicable; (iii.10) Percentages Of Planned And Actual Accomplishments, If Applicable; (iii.11) Value Of Outstanding Works, If Applicable; (iii.12) The Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (iii.13) The Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; (iv) 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; (v) Audited Financial Statements, Showing, Among Others, The Prospective Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; (vi) Nfcc Computation Or Clc In Accordance With Itb Clause 5.5; And Class "b" Document: (vii) If Applicable, Valid Joint Venture Agreement (jva) Or, In Lieu Thereof, Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful Shall Be Included In The Bid. (b) Technical Documents – (i) Bid Security As Prescribed In Itb Clause 18. If The Bidder Opts To Submit The Bid Security In The Form Of: (i.1) A Bank Draft/guarantee Or An Irrevocable Letter Of Credit Issued By A Foreign Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank; Or (i.2) A Surety Bond Accompanied By A Certification Coming From An Authorized Insurance Commission That A Surety Or Insurance Company Is Authorized To Issue Such Instrument; (ii) Project Requirements, Which Shall Include The Following: (ii.1) Organizational Chart For The Contract To Be Bid; (ii.2) List Of Contractor’s Personnel (viz, Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; And (ii.3) List Of Contractor’s Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project; And (iii) Sworn Statement In Accordance With Section 25.2(b)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Ix. Bidding Forms. 13. Documents Comprising The Bid: Financial Component 13.1. Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form In Accordance With The Form Prescribed In Section Ix. Bidding Forms; And (b) Any Other Document Related To The Financial Component Of The Bid As Stated In The Bds. 13.2. (a) Unless Indicated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. (b) Unless Otherwise Indicated In The Bds, For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Following Conditions Are Met: (i) Bidding Documents Are Obtainable Free Of Charge On A Freely Accessible Website. If Payment Of Bidding Documents Is Required By The Procuring Entity, Payment Could Be Made Upon The Submission Of Bids. (ii) The Procuring Entity Has Procedures In Place To Ensure That The Abc Is Based On Recent Estimates Made By The Engineer Or The Responsible Unit Of The Procuring Entity And That The Estimates Are Based On Adequate Detailed Engineering (in The Case Of Works) And Reflect The Quality, Supervision And Risk And Inflationary Factors, As Well As Prevailing Market Prices, Associated With The Types Of Works Or Goods To Be Procured. (iii) The Procuring Entity Has Trained Cost Estimators On Estimating Prices And Analyzing Bid Variances. In The Case Of Infrastructure Projects, The Procuring Entity Must Also Have Trained Quantity Surveyors. (iv) The Procuring Entity Has Established A System To Monitor And Report Bid Prices Relative To Abc And Engineer’s/procuring Entity’s Estimate. (v) The Procuring Entity Has Established A Monitoring And Evaluation System For Contract Implementation To Provide A Feedback On Actual Total Costs Of Goods And Works. 14. Alternative Bids 14.1. Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 14.2. Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 14.3. Each Bidder Shall Submit Only One Bid, Either Individually Or As A Partner In A Jv. A Bidder Who Submits Or Participates In More Than One Bid (other Than As A Subcontractor If A Subcontractor Is Permitted To Participate In More Than One Bid) Will Cause All The Proposals With The Bidder’s Participation To Be Disqualified. This Shall Be Without Prejudice To Any Applicable Criminal, Civil And Administrative Penalties That May Be Imposed Upon The Persons And Entities Concerned. 15. Bid Prices 15.1. The Contract Shall Be For The Whole Works, As Described In Itb Clause 1.1, Based On The Priced Bill Of Quantities Submitted By The Bidder. 15.2. The Bidder Shall Fill In Rates And Prices For All Items Of The Works Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 15.3. All Duties, Taxes, And Other Levies Payable By The Contractor Under The Contract, Or For Any Other Cause, Prior To The Deadline For Submission Of Bids, Shall Be Included In The Rates, Prices, And Total Bid Price Submitted By The Bidder. 15.4. All Bid Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Specified In Gcc Clause 48. Price Escalation May Be Allowed In Extraordinary Circumstances As May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity. Furthermore, In Cases Where The Cost Of The Awarded Contract Is Affected By Any Applicable New Laws, Ordinances, Regulations, Or Other Acts Of The Gop, Promulgated After The Date Of Bid Opening, A Contract Price Adjustment Shall Be Made Or Appropriate Relief Shall Be Applied On A No Loss-no Gain Basis. 16. Bid Currencies 16.1. All Bid Prices Shall Be Quoted In Philippine Pesos Unless Otherwise Provided In The Bds. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate Prevailing On The Day Of The Bid Opening. 16.2. If So Allowed In Accordance With Itb Clause 16.1, The Procuring Entity For Purposes Of Bid Evaluation And Comparing The Bid Prices Will Convert The Amounts In Various Currencies In Which The Bid Price Is Expressed To Philippine Pesos At The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 16.3. Unless Otherwise Specified In The Bds, Payment Of The Contract Price Shall Be Made In Philippine Pesos. 17. Bid Validity 17.1. Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 17.2. In Exceptional Circumstances, Prior To The Expiration Of The Bid Validity Period, The Procuring Entity May Request Bidders To Extend The Period Of Validity Of Their Bids. The Request And The Responses Shall Be Made In Writing. The Bid Security Described In Itb Clause 18 Should Also Be Extended Corresponding To The Extension Of The Bid Validity Period At The Least. A Bidder May Refuse The Request Without Forfeiting Its Bid Security, But His Bid Shall No Longer Be Considered For Further Evaluation And Award. A Bidder Granting The Request Shall Not Be Required Or Permitted To Modify Its Bid. 18. Bid Security 18.1. The Bid Security In The Amount Stated In The Bds Shall Be Equal To The Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Two Percent (2%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Five Percent (5%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security For Biddings Conducted By Local Government Units, The Bidder May Also Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. 18.2. The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 18.3. No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In Itb Clause 18.2. 18.4. Upon Signing And Execution Of The Contract, Pursuant To Itb Clause 31, And The Posting Of The Performance Security, Pursuant To Itb Clause 32, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In Itb Clause 18.2. 18.5. 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 Against Their Veracity, As Stated In Itb Clause 28.2; (iv) Submission Of Eligibility Requirements Containing False Information Or Falsified Documents; (v) Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding; (vi) Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding; (vii) Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid; (viii) Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time; (ix) Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification; (x) Any Documented Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor; (xi) Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared Successful; Or (xii) All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. (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. 19. Format And Signing Of Bids 19.1. Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In Section Ix. Bidding Forms On Or Before The Deadline Specified In The Itb Clause 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. 19.2. Forms As Mentioned In Itb Clause 19.1 Must Be Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested. 19.3. The Bidder Shall Prepare An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In Addition, The Bidder Shall Submit Copies Of The First And Second Envelopes. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.4. The Bid, Except For Unamended Printed Literature, Shall Be Signed, And Each And Every Page Thereof Shall Be Initialed, By The Duly Authorized Representative/s Of The Bidder. 19.5. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 20. Sealing And Marking Of Bids 20.1. 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”. 20.2. Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 20.3. The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 20.4. All Envelopes Shall: (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac Identified In Itb Clause 10.1; (d) Bear The Specific Identification Of This Bidding Process Indicated In The Invitation To Bid; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 20.5. If Bids Are Not Sealed And Marked As Required, The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Bid. D. Submission And Opening Of Bids 21. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 22. Late Bids Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 21, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity. 23. Modification And Withdrawal Of Bids 23.1. The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 23.2. A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. 23.3. Bids Requested To Be Withdrawn In Accordance With Itb Clause 23.1 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 23.4. No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Financial Bid Form. Withdrawal Of A Bid During This Interval Shall Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To Itb Clause 18.5, And The Imposition Of Administrative, Civil, And Criminal Sanctions As Prescribed By Ra 9184 And Its Irr. 24. Opening And Preliminary Examination Of Bids 24.1. The Bac Shall Open The First Bid Envelopes Of Bidders In Public As Specified In The Bds To Determine Each Bidder’s Compliance With The Documents Prescribed In Itb Clause 12. For This Purpose, The Bac Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion. If A Bidder Submits The Required Document, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Bids That Fail To Include Any Requirement Or Are Incomplete Or Patently Insufficient Shall Be Considered As “failed”. Otherwise, The Bac Shall Rate The Said First Bid Envelope As “passed”. 24.2. Unless Otherwise Specified In The Bds, Immediately After Determining Compliance With The Requirements In The First Envelope, The Bac Shall Forthwith Open The Second Bid Envelope Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed”. The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc Unless Otherwise Provided In Itb Clause 13.1(b), The Bac Shall Rate The Bid Concerned As “failed”. Only Bids That Are Determined To Contain All The Bid Requirements For Both Components Shall Be Rated “passed” And Shall Immediately Be Considered For Evaluation And Comparison. 24.3. Letters Of Withdrawal Shall Be Read Out And Recorded During Bid Opening, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance, The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For The Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Authorization Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions. 24.4. If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Itb Clause 12.1(a), Items (i) To (vi). 24.5. In The Case Of An Eligible Foreign Bidder As Described In Itb Clause 5, The Class “a” Documents Enumerated In Itb Clause 12.1(a) May Be Substituted With The Appropriate Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder Concerned. 24.6. Each Partner Of A Joint Venture Agreement Shall Likewise Submit The Documents Required In Itb Clauses 12.1(a)(i) And 12.1(a)(ii). Submission Of Documents Required Under Itb Clauses 12.1(a)(iii) To 12.1(a)(vi) By Any Of The Joint Venture Partners Constitutes Compliance. 24.7. A Bidder Determined As “failed” Has Three (3) Calendar Days Upon Written Notice Or, If Present At The Time Of Bid Opening, Upon Verbal Notification Within Which To File A Request For Reconsideration With The Bac: Provided, However, That The Request For Reconsideration Shall Not Be Granted If It Is Established That The Finding Of Failure Is Due To The Fault Of The Bidder Concerned: Provided, Further, That The Bac Shall Decide On The Request For Reconsideration Within Seven (7) Calendar Days From Receipt Thereof. If A Failed Bidder Signifies His Intent To File A Request For Reconsideration, The Bac Shall Keep The Bid Envelopes Of The Said Failed Bidder Unopened And/or Duly Sealed Until Such Time That The Request For Reconsideration Or Protest Has Been Resolved. E. Evaluation And Comparison Of Bids 25. Process To Be Confidential 25.1. 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 N The Case Of Itb Clause 26. 25.2. Any Effort By A Bidder To Influence The Procuring Entity In The Procuring Entity’s Decision In Respect Of Bid Evaluation, Bid Comparison Or Contract Award Will Result In The Rejection Of The Bidder’s Bid. 26. Clarification Of Bids To Assist In The Evaluation, Comparison And Post-qualification Of The Bids, The Procuring Entity May Ask In Writing Any Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. Any Clarification Submitted By A Bidder In Respect To Its Bid And That Is Not In Response To A Request By The Procuring Entity Shall Not Be Considered 27. Detailed Evaluation And Comparison Of Bids 27.1. The Procuring Entity Will Undertake The Detailed Evaluation And Comparison Of Bids Which Have Passed The Opening And Preliminary Examination Of Bids, Pursuant To Itb Clause 24, In Order To Determine The Lowest Calculated Bid. 27.2. In Evaluating The Bids To Get The Lowest Calculated Bid, The Procuring Entity Shall Undertake The Following: (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 27.3. The Procuring Entity's Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary “pass/fail” Criterion. The Bac Shall Consider The Following In The Evaluation Of Bids: (a) Completeness Of The Bid. Unless The Itb Specifically Allows Partial Bids, Bids Not Addressing Or Providing All Of The Required Items In The Schedule Of Requirements Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "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 And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications If Expressly Allowed In The Bds. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 27.4. Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered, Unless Otherwise Indicated In The Bds. 27.5. The Procuring Entity’s Evaluation Of Bids Shall Only Be Based On The Bid Price Quoted In The Financial Bid Form 27.6. Bids Shall Be Evaluated On An Equal Footing To Ensure Fair Competition. For This Purpose, All Bidders Shall Be Required To Include In Their Bids The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 28. Post Qualification 28.1. The Procuring Entity Shall Determine To Its Satisfaction Whether The Bidder That Is Evaluated As Having Submitted The Lowest Calculated Bid (lcb) Complies With And Is Responsive To All The Requirements And Conditions Specified In Itb Clauses 5, 12, And 13. 28.2. Within A Non-extendible Period Of Three (3) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lcb, The Bidder Shall Submit The Following Documentary Requirements: (a) Tax Clearance Per Executive Order 398, Series Of 2005; (b) Latest Income And Business Tax Returns In The Form Specified In The Bds; (c) Certificate Of Philgeps Registration; And (d) Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Failure Of The Bidder Declared As Lcb To Duly Submit The Requirements Under This Clause Or A Finding Against The Veracity Of Such, Shall Be Ground For Forfeiture Of The Bid Security And Disqualification Of The Bidder For Award. 28.3. The Determination Shall Be Based Upon An Examination Of The Documentary Evidence Of The Bidder’s Qualifications Submitted Pursuant To Itb Clauses 12 And 13, As Well As Other Information As The Procuring Entity Deems Necessary And Appropriate, Using A Non-discretionary “pass/fail” Criterion. 28.4. If The Bac Determines That The Bidder With The Lowest Calculated Bid Passes All The Criteria For Post-qualification, It Shall Declare The Said Bid As The Lowest Calculated Responsive Bid, And Recommend To The Head Of The Procuring Entity The Award Of Contract To The Said Bidder At Its Submitted Price Or Its Calculated Bid Price, Whichever Is Lower, Subject To Itb Clause 30.3. 28.5. A Negative Determination Shall Result In Rejection Of The Bidder’s Bid, In Which Event The Procuring Entity Shall Proceed To The Next Lowest Calculated Bid To Make A Similar Determination Of That Bidder’s Capabilities To Perform Satisfactorily. If The Second Bidder, However, Fails The Post Qualification, The Procedure For Post Qualification Shall Be Repeated For The Bidder With The Next Lowest Calculated Bid, And So On Until The Lowest Calculated And Responsive Bid Is Determined For Contract Award. 28.6. Within A Period Not Exceeding Seven (7) Calendar Days From The Date Of Receipt Of The Recommendation Of The Bac, The Head Of The Procuring Entity Shall Approve Or Disapprove The Said Recommendation. In The Case Of Government Owned And Government-owned And/or -controlled Corporations (goccs) And Government Financial Institutions (gfis), The Period Provided Herein Shall Be Fifteen (15) Calendar Days. 29. Reservation Clause 29.1. Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 29.2. Based On The Following Grounds, The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding At Any Time Prior To The Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability, And Make No Assurance That A Contract Shall Be Entered Into As A Result Of The Bidding: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Procuring Entity’s Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Government As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 29.3. In Addition, The Procuring Entity May Likewise Declare A Failure Of Bidding When: (a) No Bids Are Received; (b) All Prospective Bidders Are Declared Ineligible; (c) All Bids Fail To Comply With All The Bid Requirements Or Fail Post-qualification; Or (d) The Bidder With The Lowest Calculated Responsive Bid Refuses, Without Justifiable Cause To Accept The Award Of Contract, And No Award Is Made. F. Award Of Contract 30. Contract Award 30.1. Subject To Itb Clause 28, The Procuring Entity Shall Award The Contract To The Bidder Whose Bid Has Been Determined To Be The Lowest Calculated And Responsive Bid (lcrb). 30.2. Prior To The Expiration Of The Period Of Bid Validity, The Procuring Entity Shall Notify The Successful Bidder In Writing That Its Bid Has Been Accepted, Through A Notice Of Award Received Personally Or Sent By Registered Mail Or Electronically, Receipt Of Which Must Be Confirmed In Writing Within Two (2) Days By The Lcrb And Submitted Personally Or Sent By Registered Mail Or Electronically To The Procuring Entity. 30.3. Notwithstanding The Issuance Of The Notice Of Award, Award Of Contract Shall Be Subject To The Following Conditions: (a) Submission Of The Following Documents Within The Prescribed Period From Receipt By The Bidder Of The Notice That It Has The Lowest Calculated And Responsive Bid: (i) Valid Jva, If Applicable, Within Ten (10) Calendar Days; (ii) Valid Pcab License And Registration For The Type And Cost Of The Contract To Be Bid For Foreign Bidders, Within Thirty (30) Calendar Days, If Allowed Under A Treaty Or International Or Executive Agreement Mentioned In Itb Clause 12.1(a)(iv); (b) Posting Of The Performance Security In Accordance With Itb Clause 32; (c) Signing Of The Contract As Provided In Itb Clause 31; And (d) Approval By Higher Authority, If Required. 31. Signing Of The Contract 31.1. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Contract Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 31.2. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, The Successful Bidder Shall Post The Required Performance Security, Sign And Date The Contract And Return It To The Procuring Entity. 31.3. The Procuring Entity Shall Enter Into Contract With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 31.4. The Following Documents Shall Form Part Of The Contract: (a) Contract Agreement; (b) Bidding Documents; (c) Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted; (d) Performance Security; (e) Credit Line In Accordance With Itb Clause 5.5, If Applicable; (f) Notice Of Award Of Contract; And (g) Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. 32. Performance Security 32.1. To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract. 32.2. The Performance Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity In An Amount Equal To The Percentage Of The Total Contract Price As Stated In The Bds In Accordance With The Following Schedule: 33. 33.1. Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Ten Percent (10%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Thirty Percent (30%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security 33.2. Failure Of The Successful Bidder To Comply With The Above-mentioned Requirement Shall Constitute Sufficient Ground For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lowest Calculated And Responsive Bid Is Identified And Selected For Contract Award. However If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 34. Notice To Proceed 34.1. Within Three (3) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed To The Bidder. 34.2. The Contract Effectivity Date Shall Be Provided In The Notice To Proceed By The Procuring Entity, Which Date Shall Not Be Later Than Seven (7) Calendar Days From The Issuance Of The Notice To Proceed. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Lgu- Mapanas, Northern Samar. The Name Of The Contract Is Concreting Of Farm To Market Road, Brgy. Magtaon, Mapanas N. Samar The Identification Number Of The Contract Is Pr No-2025-01-01_ 2 The Funding Source Is: Lgsf-sbdp For Fy 2024. The Name Of The Project Is: Concreting Of Farm To Market Road, Brgy. Magtaon, Mapanas N. Samar. 3.1 No Further Instructions. 5.1 No Further Instructions. 5.2 Bidding Is Restricted To Eligible Bidders As Defined In Itb Clause 5.1. 5.4 For This Purpose, Similar Contracts Shall Refer To Bidder’s Annual Turnover From All Works Average Over The Last Three Years Shall Be Equal To 50% Of The Estimated Cost Of The Contract Being Procured. The Bidder Must Have Completed, Within The Past Ten (10) Years From The Submission Of Bids, A Single Contract That Is Similar To This Project, Equivalent To At Least Eighty Percent (80%) Of The Abc. 8.1 “subcontracting Is Not Allowed.” 8.2 “not Applicable”. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 10, 2025 At 10:00 A.m. At Executive Conference 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar. 10.1 The Procuring Entity’s Address Is: The Municipality Of Mapanas, Province Of Northern Samar Ma. Teresa L. Minguez Lgu-bac Chairperson Tel. No. 09778033758 10.3 No Further Instructions. 12.1 Not Applicable 12.1(a)(i) “no Other Acceptable Proof Of Registration Is Recognized.” 12.1(a)(iv) No Further Instructions. 13.1 “no Additional Requirements” 13.1(b) The Abc Is Php4,999,889.04 Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 14.2 “no Further Instructions.” 15.4 No Further Instruction. 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 17.1 Bids Will Be Valid Until 60 Calendar Days After The Bid Submission Deadline Date As Prescribed By The Procuring Entity) 18.1 The Bid Security Shall Be In The Following Amount: 1. The Amount Of 99,997.78 If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of P249,994.45 If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. 18.2 The Bid Security Shall Be Valid Twenty Eight Days Beyond The Validity Period Of The Bid. 20.3 Each Bidder Shall Submit One Original And One Copy Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is Ma. Teresa L. Minguez Lgu-bac Chairperson Bac Office @ Mpdo, 1st Floor, New Municipal Bldg. Municipality Of Mapanas, Northern Samar The Deadline For Submission Of Bids Is 9:00 A.m. On January 21, 2025. 22 The Place Of Bid Opening Is Executive Conference Room, 2nd Floor, New Municipal Bldg. Municipality Of Mapanas, Northern Samar. The Date And Time Of Bid Opening Is January 21, 2025 At Exactly 10:00 A.m. 24.2 No Further Instructions. 27.3(b) Bid Modification Is Not Allowed. 27.4 No Further Instructions. 28.2(b) Bidders Have Option To Submit Manually Filed Tax Returns Or Tax Returns Filed Through The Electronic Filing And Payments System (efps). Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 28.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 1. Taxpayer’s Identification Number 2. Vat Registration 3. Philippine Contractors Accreditation Board (pcab) License The Requirements Are Applicable Only In A Case Where The Lowest Calculated Bid (lcb) Is Submitted By A Domestic Bidder, And If The Lowest Calculated Bid (lcb) Is Submitted By A Foreign Bidder, This Requirements Are Not Applicable 31.4(g) List Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Department Of Labor And Employment, And Pert/cpm. 32.2 The Performance Security Shall Be In The Following Amount: 1. The Amount Of 10% Of Contract If Performance Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of 30% Of Contract If Performance Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. Section Iv. General Conditions Of Contract Table Of Contents 1. Definitions 41 2. Interpretation 43 3. Governing Language And Law 43 4. Communications 43 5. Possession Of Site 43 6. The Contractor’s Obligations 44 7. Performance Security 45 8. Subcontracting 46 9. Liquidated Damages 46 10. Site Investigation Reports 47 11. The Procuring Entity, Licenses And Permits 47 12. Contractor’s Risk And Warranty Security 47 13. Liability Of The Contractor 49 14. Procuring Entity’s Risk 49 15. Insurance 49 16. Termination For Default Of Contractor 51 17. Termination For Default Of Procuring Entity 51 18. Termination For Other Causes 52 19. Procedures For Termination Of Contracts 53 20. Force Majeure, Release From Performance 56 21. Resolution Of Disputes 56 22. Suspension Of Loan, Credit, Grant, Or Appropriation 57 23. Procuring Entity’s Representative’s Decisions 57 24. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 57 25. Acceleration And Delays Ordered By The Procuring Entity’s Representative 58 26. Extension Of The Intended Completion Date 58 27. Right To Vary 58 28. Contractors Right To Claim 59 29. Dayworks 59 30. Early Warning 59 31. Program Of Work 59 32. Management Conferences 60 33. Bill Of Quantities 60 34. Instructions, Inspections And Audits 61 35. Identifying Defects 61 36. Cost Of Repairs 61 37. Correction Of Defects 61 38. Uncorrected Defects 62 39. Advance Payment 62 40. Progress Payments 62 41. Payment Certificates 63 42. Retention 63 43. Variation Orders 64 44. Contract Completion 66 45. Suspension Of Work 66 46. Payment On Termination 67 47. Extension Of Contract Time 67 48. Price Adjustment 68 49. Completion 68 50. Taking Over 69 51. Operating And Maintenance Manuals 69 1. Definitions For Purposes Of This Clause, Boldface Type Is Used To Identify Defined Terms. 1.1. The Arbiter Is The Person Appointed Jointly By The Procuring Entity And The Contractor To Resolve Disputes In The First Instance, As Provided For In Gcc Clause 21. 1.2. Bill Of Quantities Refers To A List Of The Specific Items Of The Work And Their Corresponding Unit Prices, Lump Sums, And/or Provisional Sums. 1.3. The Completion Date Is The Date Of Completion Of The Works As Certified By The Procuring Entity’s Representative, In Accordance With Gcc Clause 49. 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 Contractor’s 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 Contractor’s 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 Entity’s Representative Upon Correction Of Defects By The Contractor. 1.13. The Defects Liability Period Is The One Year Period Between Contract Completion And Final Acceptance Within Which The Contractor Assumes The Responsibility To Undertake The Repair Of Any Damage To The Works At His Own Expense. 1.14. 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 Entity’s 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 Entity’s Representative To The Contractor Requiring The Latter To Begin The Commencement Of The Work Not Later Than A Specified Or Determinable Date. 1.19. 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 Entity’s Representative Refers To The Head Of The Procuring Entity Or His Duly Authorized Representative, Identified In The Scc, Who Shall Be Responsible For Supervising The Execution Of The Works And Administering This Contract. 1.23. 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 Entity’s 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 Entity’s Representative; (iii) And The Carrying Out Of All Duties And Obligations Of The Contractor Imposed By This Contract As Described In The Scc. 2. Interpretation 2.1. In Interpreting The Conditions Of Contract, Singular Also Means Plural, Male Also Means Female Or Neuter, And The Other Way Around. Headings Have No Significance. Words Have Their Normal Meaning Under The Language Of This Contract Unless Specifically Defined. The Procuring Entity’s Representative Will Provide Instructions Clarifying Queries About The Conditions Of Contract. 2.2. If Sectional Completion Is Specified In The Scc, References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Governing Language And Law 3.1. This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Which Are Exchanged By The Parties Shall Be Written In English. 3.2. This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4. Communications Communications Between Parties That Are Referred To In The Conditions Shall Be Effective Only When In Writing. A Notice Shall Be Effective Only When It Is Received By The Concerned Party. 5. Possession Of Site 5.1. On The Date Specified In The Scc, The Procuring Entity Shall Grant The Contractor Possession Of So Much Of The Site As May Be Required To Enable It To Proceed With The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 5.2. If Possession Of A Portion Is Not Given By The Date Stated In The Scc Clause 5.1, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contact Time To Address Such Delay Shall Be In Accordance With Gcc Clause 47. 5.3. The Contractor Shall Bear All Costs And Charges For Special Or Temporary Right-of-way Required By It In Connection With Access To The Site. The Contractor Shall Also Provide At His Own Cost Any Additional Facilities Outside The Site Required By It For Purposes Of The Works. 5.4. The Contractor Shall Allow The Procuring Entity’s Representative And Any Person Authorized By The Procuring Entity’s Representative Access To The Site And To Any Place Where Work In Connection With This Contract Is Being Carried Out Or Is Intended To Be Carried Out. 6. The Contractor’s Obligations 6.1. The Contractor Shall Carry Out The Works Properly And In Accordance With This Contract. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Contractor's Equipment, Which May Be Required. All Materials And Plant On Site Shall Be Deemed To Be The Property Of The Procuring Entity. 6.2. The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Program Of Work Submitted By The Contractor, As Updated With The Approval Of The Procuring Entity’s Representative, And Complete Them By The Intended Completion Date. 6.3. The Contractor Shall Be Responsible For The Safety Of All Activities On The Site. 6.4. The Contractor Shall Carry Out All Instructions Of The Procuring Entity’s Representative That Comply With The Applicable Laws Where The Site Is Located. 6.5. The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel, As Referred To In The Scc, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 6.6. If The Procuring Entity’s Representative Asks The Contractor To Remove A Member Of The Contractor’s Staff Or Work Force, For Justifiable Cause, The Contractor Shall Ensure That The Person Leaves The Site Within Seven (7) Days And Has No Further Connection With The Work In This Contract. 6.7. During Contract Implementation, The Contractor And His Subcontractors Shall Abide At All Times By All Labor Laws, Including Child Labor Related Enactments, And Other Relevant Rules. 6.8. The Contractor Shall Submit To The Procuring Entity For Consent The Name And Particulars Of The Person Authorized To Receive Instructions On Behalf Of The Contractor. 6.9. The Contractor Shall Cooperate And Share The Site With Other Contractors, Public Authorities, Utilities, And The Procuring Entity Between The Dates Given In The Schedule Of Other Contractors Particularly When They Shall Require Access To The Site. The Contractor Shall Also Provide Facilities And Services For Them During This Period. The Procuring Entity May Modify The Schedule Of Other Contractors, And Shall Notify The Contractor Of Any Such Modification Thereto. 6.10. Should Anything Of Historical Or Other Interest Or Of Significant Value Be Unexpectedly Discovered On The Site, It Shall Be The Property Of The Procuring Entity. The Contractor Shall Notify The Procuring Entity’s Representative Of Such Discoveries And Carry Out The Procuring Entity’s Representative’s Instructions In Dealing With Them. 7. Performance Security 7.1. 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. 7.2. The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Contractor Is In Default In Any Of Its Obligations Under The Contract. 7.3. The Performance Security Shall Remain Valid Until Issuance By The Procuring Entity Of The Certificate Of Final Acceptance. 7.4. The Performance Security May Be Released By The Procuring Entity And Returned To The Contractor After The Issuance Of The Certificate Of Final Acceptance Subject To The Following Conditions: (a) There Are No Pending Claims Against The Contractor Or The Surety Company Filed By The Procuring Entity; (b) The Contractor Has No Pending Claims For Labor And Materials Filed Against It; And (c) Other Terms Specified In The Scc. 7.5. The Contractor Shall Post An Additional Performance Security Following The Amount And Form Specified In Itb Clause 32.2 To Cover Any Cumulative Increase Of More Than Ten Percent (10%) Over The Original Value Of The Contract As A Result Of Amendments To Order Or Change Orders, Extra Work Orders And Supplemental Agreements, As The Case May Be. The Contractor Shall Cause The Extension Of The Validity Of The Performance Security To Cover Approved Contract Time Extensions. 7.6. In Case Of A Reduction In The Contract Value Or For Partially Completed Works Under The Contract Which Are Usable And Accepted By The Procuring Entity The Use Of Which, In The Judgment Of The Implementing Agency Or The Procuring Entity, Will Not Affect The Structural Integrity Of The Entire Project, The Procuring Entity Shall Allow A Proportional Reduction In The Original Performance Security, Provided That Any Such Reduction Is More Than Ten Percent (10%) And That The Aggregate Of Such Reductions Is Not More Than Fifty Percent (50%) Of The Original Performance Security. 7.7. Unless Otherwise Indicated In The Scc, The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Act 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 8. Subcontracting 8.1. Unless Otherwise Indicated In The Scc, The Contractor Cannot Subcontract Works More Than The Percentage Specified In Itb Clause 8.1. 8.2. Subcontracting Of Any Portion Of The Works Does Not Relieve The Contractor Of Any Liability Or Obligation Under This Contract. The Contractor Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 8.3. Subcontractors Disclosed And Identified During The Bidding May Be Changed During The Implementation Of This Contract, Subject To Compliance With The Required Qualifications And The Approval Of The Procuring Entity. 9. Liquidated Damages 9.1. The Contractor Shall Pay Liquidated Damages To The Procuring Entity For Each Day That The Completion Date Is Later Than The Intended Completion Date. The Applicable Liquidated Damages Is At Least One-tenth (1/10) Of A Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Total Amount Of Liquidated Damages Shall Not Exceed Ten Percent (10%) Of The Amount Of The Contract. The Procuring Entity May Deduct Liquidated Damages From Payments Due To The Contractor. Payment Of Liquidated Damages Shall Not Affect The Contractor. 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. 9.2. If The Intended Completion Date Is Extended After Liquidated Damages Have Been Paid, The Engineer Of The Procuring Entity Shall Correct Any Overpayment Of Liquidated Damages By The Contractor By Adjusting The Next Payment Certificate. The Contractor Shall Be Paid Interest On The Overpayment, Calculated From The Date Of Payment To The Date Of Repayment, At The Rates Specified In Gcc Clause 40.3. 10. 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. 11. 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. 12. Contractor’s Risk And Warranty Security 12.1. The Contractor Shall Assume Full Responsibility For The Works From The Time Project Construction Commenced Up To Final Acceptance By The Procuring Entity And Shall Be Held Responsible For Any Damage Or Destruction Of The Works Except Those Occasioned By Force Majeure. The Contractor Shall Be Fully Responsible For The Safety, Protection, Security, And Convenience Of His Personnel, Third Parties, And The Public At Large, As Well As The Works, Equipment, Installation, And The Like To Be Affected By His Construction Work. 12.2. The Defects Liability Period For Infrastructure Projects Shall Be One Year From Contract Completion Up To Final Acceptance By The Procuring Entity. During This Period, The Contractor Shall Undertake The Repair Works, At His Own Expense, Of Any Damage To The Works On Account Of The Use Of Materials Of Inferior Quality Within Ninety (90) Days From The Time The Head Of The Procuring Entity Has Issued An Order To Undertake Repair. In Case Of Failure Or Refusal To Comply With This Mandate, The Procuring Entity Shall Undertake Such Repair Works And Shall Be Entitled To Full Reimbursement Of Expenses Incurred Therein Upon Demand. 12.3. Unless Otherwise Indicated In The Scc, In Case The Contractor Fails To Comply With The Preceding Paragraph, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property (ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 12.4. After Final Acceptance Of The Works By The Procuring Entity, The Contractor Shall Be Held Responsible For “structural Defects”, I.e., Major Faults/flaws/deficiencies In One Or More Key Structural Elements Of The Project Which May Lead To Structural Failure Of The Completed Elements Or Structure, Or “structural Failures”, I.e., Where One Or More Key Structural Elements In An Infrastructure Facility Fails Or Collapses, Thereby Rendering The Facility Or Part Thereof Incapable Of Withstanding The Design Loads, And/or Endangering The Safety Of The Users Or The General Public: (a) Contractor – Where Structural Defects/failures Arise Due To Faults Attributable To Improper Construction, Use Of Inferior Quality/substandard Materials, And Any Violation Of The Contract Plans And Specifications, The Contractor Shall Be Held Liable; (b) Consultants – Where Structural Defects/failures Arise Due To Faulty And/or Inadequate Design And Specifications As Well As Construction Supervision, Then The Consultant Who Prepared The Design Or Undertook Construction Supervision For The Project Shall Be Held Liable; (c) Procuring Entity’s Representatives/project Manager/construction Managers And Supervisors – The Project Owner’s Representative(s), Project Manager, Construction Manager, And Supervisor(s) Shall Be Held Liable In Cases Where The Structural Defects/failures Are Due To His/their Willful Intervention In Altering The Designs And Other Specifications; Negligence Or Omission In Not Approving Or Acting On Proposed Changes To Noted Defects Or Deficiencies In The Design And/or Specifications; And The Use Of Substandard Construction Materials In The Project; (d) Third Parties - Third Parties Shall Be Held Liable In Cases Where Structural Defects/failures Are Caused By Work Undertaken By Them Such As Leaking Pipes, Diggings Or Excavations, Underground Cables And Electrical Wires, Underground Tunnel, Mining Shaft And The Like, In Which Case The Applicable Warranty To Such Structure Should Be Levied To Third Parties For Their Construction Or Restoration Works. (e) Users - In Cases Where Structural Defects/failures Are Due To Abuse/misuse By The End User Of The Constructed Facility And/or Non–compliance By A User With The Technical Design Limits And/or Intended Purpose Of The Same, Then The User Concerned Shall Be Held Liable. 12.5. The Warranty Against Structural Defects/failures, Except Those Occasioned On Force Majeure, Shall Cover The Period Specified In The Scc Reckoned From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. 12.6. The Contractor Shall Be Required To Put Up A Warranty Security In The Form Of Cash, Bank Guarantee, Letter Of Credit, Gsis Or Surety Bond Callable On Demand, In Accordance With The Following Schedule: Form Of Warranty Minimum Amount In Percentage (%) Of Total Contract Price (a) Cash Or Letter Of Credit Issued By Universal Or Commercial Bank: Provided, However, That The Letter Of Credit Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank Five Percent (5%) (b) Bank Guarantee Confirmed By Universal Or Commercial Bank: Provided, However, That The Letter Of Credit Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank Ten Percent (10%) (c) Surety Bond Callable Upon Demand Issued By Gsis Or Any Surety Or Insurance Company Duly Certified By The Insurance Commission Thirty Percent (30%) 12.7. The Warranty Security Shall Be Stated In Philippine Pesos And Shall Remain Effective For One Year From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity, And Returned Only After The Lapse Of Said One Year Period. 12.8. In Case Of Structural Defects/failure Occurring During The Applicable Warranty Period Provided In Gcc Clause 12.5, The Procuring Entity Shall Undertake The Necessary Restoration Or Reconstruction Works And Shall Be Entitled To Full Reimbursement By The Parties Found To Be Liable For Expenses Incurred Therein Upon Demand, Without Prejudice To The Filing Of Appropriate Administrative, Civil, And/or Criminal Charges Against The Responsible Persons As Well As The Forfeiture Of The Warranty Security Posted In Favor Of The Procuring Entity. 13. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. 14. Procuring Entity’s Risk 14.1. From The Start Date Until The Certificate Of Final Acceptance Has Been Issued, The Following Are Risks Of The Procuring Entity: (a) The Risk Of Personal Injury, Death, Or Loss Of Or Damage To Property (excluding The Works, Plant, Materials, And Equipment), Which Are Due To: (i) Any Type Of Use Or Occupation Of The Site Authorized By The Procuring Entity After The Official Acceptance Of The Works; Or (ii) Negligence, Breach Of Statutory Duty, Or Interference With Any Legal Right By The Procuring Entity Or By Any Person Employed By Or Contracted To Him Except The Contractor. (b) The Risk Of Damage To The Works, Plant, Materials, And Equipment To The Extent That It Is Due To A Fault Of The Procuring Entity Or In The Procuring Entity’s Design, Or Due To War Or Radioactive Contamination Directly Affecting The Country Where The Works Are To Be Executed. 15. Insurance 15.1. The Contractor Shall, Under His Name And At His Own Expense, Obtain And Maintain, For The Duration Of This Contract, The Following Insurance Coverage: (a) Contractor’s All Risk Insurance; (b) Transportation To The Project Site Of Equipment, Machinery, And Supplies Owned By The Contractor; (c) Personal Injury Or Death Of Contractor’s Employees; And (d) Comprehensive Insurance For Third Party Liability To Contractor’s Direct Or Indirect Act Or Omission Causing Damage To Third Persons. 15.2. The Contractor Shall Provide Evidence To The Procuring Entity’s Representative That The Insurances Required Under This Contract Have Been Effected And Shall, Within A Reasonable Time, Provide Copies Of The Insurance Policies To The Procuring Entity’s Representative. Such Evidence And Such Policies Shall Be Provided To The Procuring Entity’s Through The Procuring Entity’s Representative. 15.3. The Contractor Shall Notify The Insurers Of Changes In The Nature, Extent, Or Program For The Execution Of The Works And Ensure The Adequacy Of The Insurances At All Times In Accordance With The Terms Of This Contract And Shall Produce To The Procuring Entity’s Representative The Insurance Policies In Force Including The Receipts For Payment Of The Current Premiums. The Above Insurance Policies Shall Be Obtained From Any Reputable Insurance Company Approved By The Procuring Entity’s Representative. 15.4. If The Contractor Fails To Obtain And Keep In Force The Insurances Referred To Herein Or Any Other Insurance Which He May Be Required To Obtain Under The Terms Of This Contract, The Procuring Entity May Obtain And Keep In Force Any Such Insurances And Pay Such Premiums As May Be Necessary For The Purpose. From Time To Time, The Procuring Entity May Deduct The Amount It Shall Pay For Said Premiums Including Twenty Five Percent (25%) Therein From Any Monies Due, Or Which May Become Due, To The Contractor, Without Prejudice To The Procuring Entity Exercising Its Right To Impose Other Sanctions Against The Contractor Pursuant To The Provisions Of This Contract. 15.5. In The Event The Contractor Fails To Observe The Above Safeguards, The Procuring Entity May, At The Contractor’s Expense, Take Whatever Measure Is Deemed Necessary For Its Protection And That Of The Contractor’s Personnel And Third Parties, And/or Order The Interruption Of Dangerous Works. In Addition, The Procuring Entity May Refuse To Make The Payments Under Gcc Clause 40 Until The Contractor Complies With This Clause. 15.6. The Contractor Shall Immediately Replace The Insurance Policy Obtained As Required In This Contract, Without Need Of The Procuring Entity’s Demand, With A New Policy Issued By A New Insurance Company Acceptable To The Procuring Entity For Any Of The Following Grounds: (a) The Issuer Of The Insurance Policy To Be Replaced Has: (i) Become Bankrupt; (ii) Been Placed Under Receivership Or Under A Management Committee; (iii) Been Sued For Suspension Of Payment; Or (iv) Been Suspended By The Insurance Commission And Its License To Engage In Business Or Its Authority To Issue Insurance Policies Cancelled; Or (v) Where Reasonable Grounds Exist That The Insurer May Not Be Able, Fully And Promptly, To Fulfill Its Obligation Under The Insurance Policy. 16. Termination For Default Of Contractor 16.1. The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attend Its Implementation: 16.2. Due To The Contractor’s Fault And While The Project Is On-going, It Has Incurred Negative Slippage Of Fifteen Percent (15%) Or More In Accordance With Presidential Decree 1870, Regardless Of Whether Or Not Previous Warnings And Notices Have Been Issued For The Contractor To Improve His Performance; 16.3. Due To Its Own Fault And After This Contract Time Has Expired, The Contractor Incurs Delay In The Completion Of The Work After This Contract Has Expired; Or 16.4. The Contractor: (a) Abandons The Contract Works, Refuses Or Fails To Comply With A Valid Instruction Of The Procuring Entity Or Fails To Proceed Expeditiously And Without Delay Despite A Written Notice By The Procuring Entity; (b) Does Not Actually Have On The Project Site The Minimum Essential Equipment Listed On The Bid Necessary To Prosecute The Works In Accordance With The Approved Program Of Work And Equipment Deployment Schedule As Required For The Project; (c) Does Not Execute The Works In Accordance With This Contract Or Persistently Or Flagrantly Neglects To Carry Out Its Obligations Under This Contract; (d) Neglects Or Refuses To Remove Materials Or To Perform A New Work That Has Been Rejected As Defective Or Unsuitable; Or (e) Sub-lets Any Part Of This Contract Without Approval By The Procuring Entity. 16.5. All Materials On The Site, Plant, Equipment, And Works Shall Be Deemed To Be The Property Of The Procuring Entity If This Contract Is Rescinded Because Of The Contractor’s Default. 17. Termination For Default Of Procuring Entity The Contractor May Terminate This Contract With The Procuring Entity If The Works Are Completely Stopped For A Continuous Period Of At Least Sixty (60) Calendar Days Through No Fault Of Its Own, Due To Any Of The Following Reasons: (a) Failure Of The Procuring Entity To Deliver, Within A Reasonable Time, Supplies, Materials, Right-of-way, Or Other Items It Is Obligated To Furnish Under The Terms Of This Contract; Or (b) The Prosecution Of The Work Is Disrupted By The Adverse Peace And Order Situation, As Certified By The Armed Forces Of The Philippines Provincial Commander And Approved By The Secretary Of National Defense. 18. Termination For Other Causes 18.1. The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate This Contract For The Convenience Of The Procuring Entity If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 18.2. The Procuring Entity Or The Contractor May Terminate This Contract If The Other Party Causes A Fundamental Breach Of This Contract. 18.3. Fundamental Breaches Of Contract Shall Include, But Shall Not Be Limited To, The Following: (a) The Contractor Stops Work For Twenty Eight (28) Days When No Stoppage Of Work Is Shown On The Current Program Of Work And The Stoppage Has Not Been Authorized By The Procuring Entity’s Representative; (b) The Procuring Entity’s Representative Instructs The Contractor To Delay The Progress Of The Works, And The Instruction Is Not Withdrawn Within Twenty Eight (28) Days; (c) The Procuring Entity Shall Terminate This Contract If The Contractor Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Contractor, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Contractor. In The Case Of The Contractor's Insolvency, Any Contractor's Equipment Which The Procuring Entity Instructs In The Notice Is To Be Used Until The Completion Of The Works; (d) A Payment Certified By The Procuring Entity’s Representative Is Not Paid By The Procuring Entity To The Contractor Within Eighty Four (84) Days From The Date Of The Procuring Entity’s Representative’s Certificate; (e) The Procuring Entity’s Representative Gives Notice That Failure To Correct A Particular Defect Is A Fundamental Breach Of Contract And The Contractor Fails To Correct It Within A Reasonable Period Of Time Determined By The Procuring Entity’s Representative; (f) The Contractor Does Not Maintain A Security, Which Is Required; (g) The Contractor Has Delayed The Completion Of The Works By The Number Of Days For Which The Maximum Amount Of Liquidated Damages Can Be Paid, As Defined In The Gcc Clause 9; And (h) In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To, The Following: (i) Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Defined In Itb Clause 3.1(a), Unless Otherwise Specified In The Scc; (ii) Drawing Up Or Using Forged Documents; (iii) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (iv) Any Other Act Analogous To The Foregoing. 18.4. The Funding Source Or The Procuring Entity, As Appropriate, Will Seek To Impose The Maximum Civil, Administrative And/or Criminal Penalties Available Under The Applicable Law On Individuals And Organizations Deemed To Be Involved With Corrupt, Fraudulent, Or Coercive Practices. 18.5. When Persons From Either Party To This Contract Gives Notice Of A Fundamental Breach To The Procuring Entity’s Representative In Order To Terminate The Existing Contract For A Cause Other Than Those Listed Under Gcc Clause 18.3, The Procuring Entity’s Representative Shall Decide Whether The Breach Is Fundamental Or Not. 18.6. If This Contract Is Terminated, The Contractor Shall Stop Work Immediately, Make The Site Safe And Secure, And Leave The Site As Soon As Reasonably Possible. 19. Procedures For Termination Of Contracts 19.1. The Following Provisions Shall Govern The Procedures For The Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Procuring Entity Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Procuring Entity, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Contractor Conveying The Termination Of This Contract. The Notice Shall State: (i) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (ii) The Extent Of Termination, Whether In Whole Or In Part; (iii) An Instruction To The Contractor To Show Cause As To Why This Contract Should Not Be Terminated; And (iv) Special Instructions Of The Procuring Entity, If Any. The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (c) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Contractor Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why The Contract Should Not Be Terminated. If The Contractor Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating The Contract; (d) The Procuring Entity May, At Anytime Before Receipt Of The Bidder’s Verified Position Paper Described In Item (c) Above Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Contractor’s Receipt Of The Notice; (e) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Contractor Of Its Decision And, Unless Otherwise Provided In The Said Notice, This Contract Is Deemed Terminated From Receipt Of The Contractor Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; And (f) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity. 19.2. Pursuant To Section 69(f) Of Ra 9184 And Without Prejudice To The Imposition Of Additional Administrative Sanctions As The Internal Rules Of The Agency May Provide And/or Further Criminal Prosecution As Provided By Applicable Laws, The Procuring Entity Shall Impose On Contractors After The Termination Of The Contract The Penalty Of Suspension For One (1) Year For The First Offense, Suspension For Two (2) Years For The Second Offense From Participating In The Public Bidding Process, For Violations Committed During The Contract Implementation Stage, Which Include But Not Limited To The Following: (a) Failure Of The Contractor, Due Solely To His Fault Or Negligence, To Mobilize And Start Work Or Performance Within The Specified Period In The Notice To Proceed (“ntp”); (b) Failure By The Contractor To Fully And Faithfully Comply With Its Contractual Obligations Without Valid Cause, Or Failure By The Contractor To Comply With Any Written Lawful Instruction Of The Procuring Entity Or Its Representative(s) Pursuant To The Implementation Of The Contract. For The Procurement Of Infrastructure Projects Or Consultancy Contracts, Lawful Instructions Include But Are Not Limited To The Following: (i) Employment Of Competent Technical Personnel, Competent Engineers And/or Work Supervisors; (ii) Provision Of Warning Signs And Barricades In Accordance With Approved Plans And Specifications And Contract Provisions; (iii) Stockpiling In Proper Places Of All Materials And Removal From The Project Site Of Waste And Excess Materials, Including Broken Pavement And Excavated Debris In Accordance With Approved Plans And Specifications And Contract Provisions; (iv) Deployment Of Committed Equipment, Facilities, Support Staff And Manpower; And (v) Renewal Of The Effectivity Dates Of The Performance Security After Its Expiration During The Course Of Contract Implementation. (c) Assignment And Subcontracting Of The Contract Or Any Part Thereof Or Substitution Of Key Personnel Named In The Proposal Without Prior Written Approval By The Procuring Entity. (d) Poor Performance By The Contractor Or Unsatisfactory Quality And/or Progress Of Work Arising From His Fault Or Negligence As Reflected In The Constructor's Performance Evaluation System (“cpes”) Rating Sheet. In The Absence Of The Cpes Rating Sheet, The Existing Performance Monitoring System Of The Procuring Entity Shall Be Applied. Any Of The Following Acts By The Contractor Shall Be Construed As Poor Performance: (i) Negative Slippage Of 15% And Above Within The Critical Path Of The Project Due Entirely To The Fault Or Negligence Of The Contractor; And (ii) Quality Of Materials And Workmanship Not Complying With The Approved Specifications Arising From The Contractor's Fault Or Negligence. (e) Willful Or Deliberate Abandonment Or Non-performance Of The Project Or Contract By The Contractor Resulting To Substantial Breach Thereof Without Lawful And/or Just Cause. In Addition To The Penalty Of Suspension, The Performance Security Posted By The Contractor Shall Also Be Forfeited. 20. Force Majeure, Release From Performance 20.1. For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 20.2. If This Contract Is Discontinued By An Outbreak Of War Or By Any Other Event Entirely Outside The Control Of Either The Procuring Entity Or The Contractor, The Procuring Entity’s Representative Shall Certify That This Contract Has Been Discontinued. The Contractor Shall Make The Site Safe And Stop Work As Quickly As Possible After Receiving This Certificate And Shall Be Paid For All Works Carried Out Before Receiving It And For Any Work Carried Out Afterwards To Which A Commitment Was Made. 20.3. If The Event Continues For A Period Of Eighty Four (84) Days, Either Party May Then Give Notice Of Termination, Which Shall Take Effect Twenty Eight (28) Days After The Giving Of The Notice. 20.4. After Termination, The Contractor Shall Be Entitled To Payment Of The Unpaid Balance Of The Value Of The Works Executed And Of The Materials And Plant Reasonably Delivered To The Site, Adjusted By The Following: (a) Any Sum To Which The Contractor Is Entitled Under Gcc Clause 28; (b) The Cost Of His Suspension And Demobilization; (c) Any Sum To Which The Procuring Entity Is Entitled. 20.5. The Net Balance Due Shall Be Paid Or Repaid Within A Reasonable Time Period From The Time Of The Notice Of Termination. 21. Resolution Of Disputes 21.1. If Any Dispute Or Difference Of Any Kind Whatsoever Shall Arise Between The Parties In Connection With The Implementation Of The Contract Covered By The Act And This Irr, The Parties Shall Make Every Effort To Resolve Amicably Such Dispute Or Difference By Mutual Consultation. 21.2. If The Contractor Believes That A Decision Taken By The Procuring Entity’s Representative Was Either Outside The Authority Given To The Procuring Entity’s Representative By This Contract Or That The Decision Was Wrongly Taken, The Decision Shall Be Referred To The Arbiter Indicated In The Scc Within Fourteen (14) Days Of The Notification Of The Procuring Entity’s Representative’s Decision. 21.3. Any And All Disputes Arising From The Implementation Of This Contract Covered By The R.a. 9184 And Its Irr Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Republic Act No. 876, Otherwise Known As The “ Arbitration Law” And Republic Act 9285, Otherwise Known As The “alternative Dispute Resolution Act Of 2004”: Provided, However, That, Disputes That Are Within The Competence Of The Construction Industry Arbitration Commission To Resolve Shall Be Referred Thereto. The Process Of Arbitration Shall Be Incorporated As A Provision In This Contract That Will Be Executed Pursuant To The Provisions Of The Act And Its Irr: Provided, Further, That, By Mutual Agreement, The Parties May Agree In Writing To Resort To Other Alternative Modes Of Dispute Resolution. 22. Suspension Of Loan, Credit, Grant, Or Appropriation In The Event That The Funding Source Suspends The Loan, Credit, Grant, Or Appropriation To The Procuring Entity, From Which Part Of The Payments To The Contractor Are Being Made: (a) The Procuring Entity Is Obligated To Notify The Contractor Of Such Suspension Within Seven (7) Days Of Having Received The Suspension Notice. (b) If The Contractor Has Not Received Sums Due It For Work Already Done Within Forty Five (45) Days From The Time The Contractor’s Claim For Payment Has Been Certified By The Procuring Entity’s Representative, The Contractor May Immediately Issue A Suspension Of Work Notice In Accordance With Gcc Clause 45.2. 23. Procuring Entity’s Representative’s Decisions 23.1. Except Where Otherwise Specifically Stated, The Procuring Entity’s Representative Will Decide Contractual Matters Between The Procuring Entity And The Contractor In The Role Representing The Procuring Entity. 23.2. The Procuring Entity’s Representative May Delegate Any Of His Duties And Responsibilities To Other People, Except To The Arbiter, After Notifying The Contractor, And May Cancel Any Delegation After Notifying The Contractor. 24. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 24.1. All Drawings Prepared By The Contractor For The Execution Of The Temporary Works, Are Subject To Prior Approval By The Procuring Entity’s Representative Before Its Use. 24.2. The Contractor Shall Be Responsible For Design Of Temporary Works. 24.3. The Procuring Entity’s Representative’s Approval Shall Not Alter The Contractor’s Responsibility For Design Of The Temporary Works. 24.4. The Contractor Shall Obtain Approval Of Third Parties To The Design Of The Temporary Works, When Required By The Procuring Entity. 25. Acceleration And Delays Ordered By The Procuring Entity’s Representative 25.1. When The Procuring Entity Wants The Contractor To Finish Before The Intended Completion Date, The Procuring Entity’s Representative Will Obtain Priced Proposals For Achieving The Necessary Acceleration From The Contractor. If The Procuring Entity Accepts These Proposals, The Intended Completion Date Will Be Adjusted Accordingly And Confirmed By Both The Procuring Entity And The Contractor. 25.2. If The Contractor’s Financial Proposals For An Acceleration Are Accepted By The Procuring Entity, They Are Incorporated In The Contract Price And Treated As A Variation. 26. Extension Of The Intended Completion Date 26.1. The Procuring Entity’s Representative Shall Extend The Intended Completion Date If A Variation Is Issued Which Makes It Impossible For The Intended Completion Date To Be Achieved By The Contractor Without Taking Steps To Accelerate The Remaining Work, Which Would Cause The Contractor To Incur Additional Costs. No Payment Shall Be Made For Any Event Which May Warrant The Extension Of The Intended Completion Date. 26.2. The Procuring Entity’s Representative Shall Decide Whether And By How Much To Extend The Intended Completion Date Within Twenty One (21) Days Of The Contractor Asking The Procuring Entity’s Representative For A Decision Thereto After Fully Submitting All Supporting Information. If The Contractor Has Failed To Give Early Warning Of A Delay Or Has Failed To Cooperate In Dealing With A Delay, The Delay By This Failure Shall Not Be Considered In Assessing The New Intended Completion Date. 27. Right To Vary 27.1. The Procuring Entity’s Representative With The Prior Approval Of The Procuring Entity May Instruct Variations, Up To A Maximum Cumulative Amount Of Ten Percent (10%) Of The Original Contract Cost. 27.2. Variations Shall Be Valued As Follows: (a) At A Lump Sum Price Agreed Between The Parties; (b) Where Appropriate, At Rates In This Contract; (c) In The Absence Of Appropriate Rates, The Rates In This Contract Shall Be Used As The Basis For Valuation; Or Failing Which (d) At Appropriate New Rates, Equal To Or Lower Than Current Industry Rates And To Be Agreed Upon By Both Parties And Approved By The Head Of The Procuring Entity. 28. Contractor's Right To Claim If The Contractor Incurs Cost As A Result Of Any Of The Events Under Gcc Clause 13, The Contractor Shall Be Entitled To The Amount Of Such Cost. If As A Result Of Any Of The Said Events, It Is Necessary To Change The Works, This Shall Be Dealt With As A Variation. 29. Dayworks 29.1. Subject To Gcc Clause 43 On Variation Order, And If Applicable As Indicated In The Scc, The Day Works Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 29.2. All Work To Be Paid For As Day Works Shall Be Recorded By The Contractor On Forms Approved By The Procuring Entity’s Representative. Each Completed Form Shall Be Verified And Signed By The Procuring Entity’s Representative Within Two Days Of The Work Being Done. 29.3. The Contractor Shall Be Paid For Day Works Subject To Obtaining Signed Dayworks Forms. 30. Early Warning 30.1. The Contractor Shall Warn The Procuring Entity’s Representative At The Earliest Opportunity Of Specific Likely Future Events Or Circumstances That May Adversely Affect The Quality Of The Work, Increase The Contract Price, Or Delay The Execution Of The Works. The Procuring Entity’s Representative May Require The Contractor To Provide An Estimate Of The Expected Effect Of The Future Event Or Circumstance On The Contract Price And Completion Date. The Estimate Shall Be Provided By The Contractor As Soon As Reasonably Possible. 30.2. The Contractor Shall Cooperate With The Procuring Entity’s Representative In Making And Considering Proposals For How The Effect Of Such An Event Or Circumstance Can Be Avoided Or Reduced By Anyone Involved In The Work And In Carrying Out Any Resulting Instruction Of The Procuring Entity’s Representative. 31. Program Of Work 31.1. Within The Time Stated In The Scc, The Contractor Shall Submit To The Procuring Entity’s Representative For Approval A Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. 31.2. An Update Of The Program Of Work Shall The Show The Actual Progress Achieved On Each Activity And The Effect Of The Progress Achieved On The Timing Of The Remaining Work, Including Any Changes To The Sequence Of The Activities. 31.3. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 31.4. The Procuring Entity’s Representative’s Approval Of The Program Of Work Shall Not Alter The Contractor’s Obligations. The Contractor May Revise The Program Of Work And Submit It To The Procuring Entity’s Representative Again At Any Time. A Revised Program Of Work Shall Show The Effect Of Any Approved Variations. 31.5. When The Program Of Work Is Updated, The Contractor Shall Provide The Procuring Entity’s Representative With An Updated Cash Flow Forecast. The Cash Flow Forecast Shall Include Different Currencies, As Defined In The Contract, Converted As Necessary Using The Contract Exchange Rates. 31.6. All Variations Shall Be Included In Updated Program Of Work Produced By The Contractor. 32. Management Conferences 32.1. Either The Procuring Entity’s Representative Or The Contractor May Require The Other To Attend A Management Conference. The Management Conference Shall Review The Plans For Remaining Work And Deal With Matters Raised In Accordance With The Early Warning Procedure. 32.2. The Procuring Entity’s Representative Shall Record The Business Of Management Conferences And Provide Copies Of The Record To Those Attending The Conference And To The Procuring Entity . The Responsibility Of The Parties For Actions To Be Taken Shall Be Decided By The Procuring Entity’s Representative Either At The Management Conference Or After The Management Conference And Stated In Writing To All Who Attended The Conference. 33. Bill Of Quantities 33.1. The Bill Of Quantities Shall Contain Items Of Work For The Construction, Installation, Testing, And Commissioning Of Work To Be Done By The Contractor. 33.2. The Bill Of Quantities Is Used To Calculate The Contract Price. The Contractor Is Paid For The Quantity Of The Work Done At The Rate In The Bill Of Quantities For Each Item. 33.3. If The Final Quantity Of Any Work Done Differs From The Quantity In The Bill Of Quantities For The Particular Item And Is Not More Than Twenty Five Percent (25%) Of The Original Quantity, Provided The Aggregate Changes For All Items Do Not Exceed Ten Percent (10%) Of The Contract Price, The Procuring Entity’s Representative Shall Make The Necessary Adjustments To Allow For The Changes Subject To Applicable Laws, Rules, And Regulations. 33.4. If Requested By The Procuring Entity’s Representative, The Contractor Shall Provide The Procuring Entity’s Representative With A Detailed Cost Breakdown Of Any Rate In The Bill Of Quantities. 34. Instructions, Inspections And Audits 34.1. The Procuring Entity’s Personnel Shall At All Reasonable Times During Construction Of The Work Be Entitled To Examine, Inspect, Measure And Test The Materials And Workmanship, And To Check The Progress Of The Construction. 34.2. If The Procuring Entity’s Representative Instructs The Contractor To Carry Out A Test Not Specified In The Specification To Check Whether Any Work Has A Defect And The Test Shows That It Does, The Contractor Shall Pay For The Test And Any Samples. If There Is No Defect, The Test Shall Be A Compensation Event. 34.3. The Contractor Shall Permit The Funding Source Named In The Scc To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 35. Identifying Defects The Procuring Entity’s Representative Shall Check The Contractor’s Work And Notify The Contractor Of Any Defects That Are Found. Such Checking Shall Not Affect The Contractor’s Responsibilities. The Procuring Entity’s Representative May Instruct The Contractor To Search Uncover Defects And Test Any Work That The Procuring Entity’s Representative Considers Below Standards And Defective. 36. Cost Of Repairs Loss Or Damage To The Works Or Materials To Be Incorporated In The Works Between The Start Date And The End Of The Defects Liability Periods Shall Be Remedied By The Contractor At The Contractor’s Cost If The Loss Or Damage Arises From The Contractor’s Acts Or Omissions. 37. Correction Of Defects 37.1. The Procuring Entity’s Representative Shall Give Notice To The Contractor Of Any Defects Before The End Of The Defects Liability Period, Which Isone (1) Year From Project Completion Up To Final Acceptance By The Procuring Entity’s. 37.2. Every Time Notice Of A Defect Is Given, The Contractor Shall Correct The Notified Defect Within The Length Of Time Specified In The Procuring Entity’s Representative’s Notice. 37.3. The Contractor Shall Correct The Defects Which He Notices Himself Before The End Of The Defects Liability Period. 37.4. The Procuring Entity Shall Certify That All Defects Have Been Corrected. If The Procuring Entity Considers That Correction Of A Defect Is Not Essential, He Can Request The Contractor To Submit A Quotation For The Corresponding Reduction In The Contract Price. If The Procuring Entity Accepts The Quotation, The Corresponding Change In The Scc Is A Variation. 38. Uncorrected Defects 38.1. The Procuring Entity Shall Give The Contractor At Least Fourteen (14) Days Notice Of His Intention To Use A Third Party To Correct A Defect. If The Contractor Does Not Correct The Defect Himself Within The Period, The Procuring Entity May Have The Defect Corrected By The Third Party. The Cost Of The Correction Will Be Deducted From The Contract Price. 38.2. The Use Of A Third Party To Correct Defects That Are Uncorrected By The Contractor Will In No Way Relieve The Contractor Of Its Liabilities And Warranties Under The Contract. 39. Advance Payment 39.1. The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum Or, At The Most Two, Installments According To A Schedule Specified In The Scc. 39.2. The Advance Payment Shall Be Made Only Upon The Submission To And Acceptance By The Procuring Entity Of An Irrevocable Standby Letter Of Credit Of Equivalent Value From A Commercial Bank, A Bank Guarantee Or A Surety Bond Callable Upon Demand, Issued By A Surety Or Insurance Company Duly Licensed By The Insurance Commission And Confirmed By The Procuring Entity. 39.3. The Advance Payment Shall Be Repaid By The Contractor By An Amount Equal To The Percentage Of The Total Contract Price Used For The Advance Payment. 39.4. The Contractor May Reduce His Standby Letter Of Credit Or Guarantee Instrument By The Amounts Refunded By The Monthly Certificates In The Advance Payment. 39.5. The Procuring Entity Will Provide An Advance Payment On The Contract Price As Stipulated In The Conditions Of Contract, Subject To The Maximum Amount Stated In Scc Clause 39.1. 40. Progress Payments 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 Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 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. 40.3. Payments Shall Be Adjusted By Deducting There From The Amounts For Advance Payments And Retention. The Procuring Entity Shall Pay The Contractor The Amounts Certified By The Procuring Entity’s Representative Within Twenty Eight (28) Days From The Date Each Certificate Was Issued. No Payment Of Interest For Delayed Payments And Adjustments Shall Be Made By The Procuring Entity. 40.4. The First Progress Payment May Be Paid By The Procuring Entity To The Contractor Provided That At Least Twenty Percent (20%) Of The Work Has Been Accomplished As Certified By The Procuring Entity’s Representative. 40.5. Items Of The Works For Which A Price Of “0” (zero) Has Been Entered Will Not Be Paid For By The Procuring Entity And Shall Be Deemed Covered By Other Rates And Prices In The Contract. 41. Payment Certificates 41.1. The Contractor Shall Submit To The Procuring Entity’s Representative Monthly Statements Of The Estimated Value Of The Work Executed Less The Cumulative Amount Certified Previously. 41.2. The Procuring Entity’s Representative Shall Check The Contractor’s Monthly Statement And Certify The Amount To Be Paid To The Contractor. 41.3. The Value Of Work Executed Shall: (a) Be Determined By The Procuring Entity’s Representative; (b) Comprise The Value Of The Quantities Of The Items In The Bill Of Quantities Completed; And (c) Include The Valuations Of Approved Variations. 41.4. The Procuring Entity’s Representative May Exclude Any Item Certified In A Previous Certificate Or Reduce The Proportion Of Any Item Previously Certified In Any Certificate In The Light Of Later Information. 42. Retention 42.1. The Procuring Entity Shall Retain From Each Payment Due To The Contractor An Amount Equal To A Percentage Thereof Using The Rate As Specified In Itb Sub-clause 42.2. 42.2. Progress Payments Are Subject To Retention Of Ten Percent (10%), Referred To As The “retention Money.” Such Retention Shall Be Based On The Total Amount Due To The Contractor Prior To Any Deduction And Shall Be Retained From Every Progress Payment Until Fifty Percent (50%) Of The Value Of Works, As Determined By The Procuring Entity, Are Completed. If, After Fifty Percent (50%) Completion, The Work Is Satisfactorily Done And On Schedule, No Additional Retention Shall Be Made; Otherwise, The Ten Percent (10%) Retention Shall Again Be Imposed Using The Rate Specified Therefore. 42.3. The Total “retention Money” Shall Be Due For Release Upon Final Acceptance Of The Works. The Contractor May, However, Request The Substitution Of The Retention Money For Each Progress Billing With Irrevocable Standby Letters Of Credit From A Commercial Bank, Bank Guarantees Or Surety Bonds Callable On Demand, Of Amounts Equivalent To The Retention Money Substituted For And Acceptable To The Procuring Entity, Provided That The Project Is On Schedule And Is Satisfactorily Undertaken. Otherwise, The Ten (10%) Percent Retention Shall Be Made. Said Irrevocable Standby Letters Of Credit, Bank Guarantees And/or Surety Bonds, To Be Posted In Favor Of The Government Shall Be Valid For A Duration To Be Determined By The Concerned Implementing Office/agency Or Procuring Entity And Will Answer For The Purpose For Which The Ten (10%) Percent Retention Is Intended, I.e., To Cover Uncorrected Discovered Defects And Third Party Liabilities. 42.4. On Completion Of The Whole Works, The Contractor May Substitute Retention Money With An “on Demand” Bank Guarantee In A Form Acceptable To The Procuring Entity. 43. Variation Orders 43.1. Variation Orders May Be Issued By The Procuring Entity To Cover Any Increase/decrease In Quantities, Including The Introduction Of New Work Items That Are Not Included In The Original Contract Or Reclassification Of Work Items That Are Either Due To Change Of Plans, Design Or Alignment To Suit Actual Field Conditions Resulting In Disparity Between The Preconstruction Plans Used For Purposes Of Bidding And The “as Staked Plans” Or Construction Drawings Prepared After A Joint Survey By The Contractor And The Procuring Entity After Award Of The Contract, Provided That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. The Addition/deletion Of Works Should Be Within The General Scope Of The Project As Bid And Awarded. The Scope Of Works Shall Not Be Reduced So As To Accommodate A Positive Variation Order. A Variation Order May Either Be In The Form Of A Change Order Or Extra Work Order. 43.2. A Change Order May Be Issued By The Procuring Entity To Cover Any Increase/decrease In Quantities Of Original Work Items In The Contract. 43.3. An Extra Work Order May Be Issued By The Procuring Entity To Cover The Introduction Of New Work Necessary For The Completion, Improvement Or Protection Of The Project Which Were Not Included As Items Of Work In The Original Contract, Such As, Where There Are Subsurface Or Latent Physical Conditions At The Site Differing Materially From Those Indicated In The Contract, Or Where There Are Duly Unknown Physical Conditions At The Site Of An Unusual Nature Differing Materially From Those Ordinarily Encountered And Generally Recognized As Inherent In The Work Or Character Provided For In The Contract. 43.4. Any Cumulative Variation Order Beyond Ten Percent (10%) Shall Be Subject Of Another Contract To Be Bid Out If The Works Are Separable From The Original Contract. In Exceptional Cases Where It Is Urgently Necessary To Complete The Original Scope Of Work, The Head Of The Procuring Entity May Authorize A Positive Variation Order Go Beyond Ten Percent (10%) But Not More Than Twenty Percent (20%) Of The Original Contract Price, Subject To The Guidelines To Be Determined By The Gppb: Provided, However, That Appropriate Sanctions Shall Be Imposed On The Designer, Consultant Or Official Responsible For The Original Detailed Engineering Design Which Failed To Consider The Variation Order Beyond Ten Percent (10%). 43.5. In Claiming For Any Variation Order, The Contractor Shall, Within Seven (7) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Condition(s) Leading To The Extra Cost, And Within Twenty-eight (28) Calendar Days Deliver A Written Communication Giving Full And Detailed Particulars Of Any Extra Cost In Order That It May Be Investigated At That Time. Failure To Provide Either Of Such Notices In The Time Stipulated Shall Constitute A Waiver By The Contractor For Any Claim. The Preparation And Submission Of Variation Orders Are As Follows: (a) If The Procuring Entity’s Representative/project Engineer Believes That A Change Order Or Extra Work Order Should Be Issued, He Shall Prepare The Proposed Order Accompanied With The Notices Submitted By The Contractor, The Plans Therefore, His Computations As To The Quantities Of The Additional Works Involved Per Item Indicating The Specific Stations Where Such Works Are Needed, The Date Of His Inspections And Investigations Thereon, And The Log Book Thereof, And A Detailed Estimate Of The Unit Cost Of Such Items Of Work, Together With His Justifications For The Need Of Such Change Order Or Extra Work Order, And Shall Submit The Same To The Head Of The Procuring Entity For Approval. (b) The Head Of The Procuring Entity Or His Duly Authorized Representative, Upon Receipt Of The Proposed Change Order Or Extra Work Order Shall Immediately Instruct The Technical Staff Of The Procuring Entity’s To Conduct An On-the-spot Investigation To Verify The Need For The Work To Be Prosecuted. A Report Of Such Verification Shall Be Submitted Directly To The Head Of The Procuring Entity Or His Duly Authorized Representative. (c) The, Head Of The Procuring Entity Or His Duly Authorized Representative, After Being Satisfied That Such Change Order Or Extra Work Order Is Justified And Necessary, Shall Review The Estimated Quantities And Prices And Forward The Proposal With The Supporting Documentation To The Head Of Procuring Entity For Consideration. (d) If, After Review Of The Plans, Quantities And Estimated Unit Cost Of The Items Of Work Involved, The Proper Office Of The Procuring Entity Empowered To Review And Evaluate Change Orders Or Extra Work Orders Recommends Approval Thereof, Head Of The Procuring Entity Or His Duly Authorized Representative, Believing The Change Order Or Extra Work Order To Be In Order, Shall Approve The Same. (e) The Timeframe For The Processing Of Variation Orders From The Preparation Up To The Approval By The Head Of The Procuring Entity Concerned Shall Not Exceed Thirty (30) Calendar Days. 44. Contract Completion Once The Project Reaches An Accomplishment Of Ninety Five (95%) Of The Total Contract Amount, The Procuring Entity May Create An Inspectorate Team To Make Preliminary Inspection And Submit A Punch-list To The Contractor In Preparation For The Final Turnover Of The Project. Said Punch-list Will Contain, Among Others, The Remaining Works, Work Deficiencies For Necessary Corrections, And The Specific Duration/time To Fully Complete The Project Considering The Approved Remaining Contract Time. This, However, Shall Not Preclude The Claim Of The Procuring Entity For Liquidated Damages. 45. Suspension Of Work 45.1. The Procuring Entity Shall Have The Authority To Suspend The Work Wholly Or Partly By Written Order For Such Period As May Be Deemed Necessary, Due To Force Majeure Or Any Fortuitous Events Or For Failure On The Part Of The Contractor To Correct Bad Conditions Which Are Unsafe For Workers Or For The General Public, To Carry Out Valid Orders Given By The Procuring Entity Or To Perform Any Provisions Of The Contract, Or Due To Adjustment Of Plans To Suit Field Conditions As Found Necessary During Construction. The Contractor Shall Immediately Comply With Such Order To Suspend The Work Wholly Or Partly. 45.2. The Contractor Or Its Duly Authorized Representative Shall Have The Right To Suspend Work Operation On Any Or All Projects/activities Along The Critical Path Of Activities After Fifteen (15) Calendar Days From Date Of Receipt Of Written Notice From The Contractor To The District Engineer/regional Director/consultant Or Equivalent Official, As The Case May Be, Due To The Following: (a) There Exist Right-of-way Problems Which Prohibit The Contractor From Performing Work In Accordance With The Approved Construction Schedule. (b) Requisite Construction Plans Which Must Be Owner-furnished Are Not Issued To The Contractor Precluding Any Work Called For By Such Plans. (c) Peace And Order Conditions Make It Extremely Dangerous, If Not Possible, To Work. However, This Condition Must Be Certified In Writing By The Philippine National Police (pnp) Station Which Has Responsibility Over The Affected Area And Confirmed By The Department Of Interior And Local Government (dilg) Regional Director. (d) There Is Failure On The Part Of The Procuring Entity To Deliver Government-furnished Materials And Equipment As Stipulated In The Contract. (e) Delay In The Payment Of Contractor’s Claim For Progress Billing Beyond Forty-five (45) Calendar Days From The Time The Contractor’s Claim Has Been Certified To By The Procuring Entity’s Authorized Representative That The Documents Are Complete Unless There Are Justifiable Reasons Thereof Which Shall Be Communicated In Writing To The Contractor. 45.3. In Case Of Total Suspension, Or Suspension Of Activities Along The Critical Path, Which Is Not Due To Any Fault Of The Contractor, The Elapsed Time Between The Effective Order Of Suspending Operation And The Order To Resume Work Shall Be Allowed The Contractor By Adjusting The Contract Time Accordingly. 46. Payment On Termination 46.1. If The Contract Is Terminated Because Of A Fundamental Breach Of Contract By The Contractor, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done And Materials Ordered Less Advance Payments Received Up To The Date Of The Issue Of The Certificate And Less The Percentage To Apply To The Value Of The Work Not Completed, As Indicated In The Scc. Additional Liquidated Damages Shall Not Apply. If The Total Amount Due To The Procuring Entity Exceeds Any Payment Due To The Contractor, The Difference Shall Be A Debt Payable To The Procuring Entity. 46.2. If The Contract Is Terminated For The Procuring Entity’s Convenience Or Because Of A Fundamental Breach Of Contract By The Procuring Entity, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done, Materials Ordered, The Reasonable Cost Of Removal Of Equipment, Repatriation Of The Contractor’s Personnel Employed Solely On The Works, And The Contractor’s Costs Of Protecting And Securing The Works, And Less Advance Payments Received Up To The Date Of The Certificate. 46.3. The Net Balance Due Shall Be Paid Or Repaid Within Twenty Eight (28) Days From The Notice Of Termination. 46.4. If The Contractor Has Terminated The Contract Under Gcc Clauses 17 Or 18, The Procuring Entity Shall Promptly Return The Performance Security To The Contractor. 47. Extension Of Contract Time 47.1. Should The Amount Of Additional Work Of Any Kind Or Other Special Circumstances Of Any Kind Whatsoever Occur Such As To Fairly Entitle The Contractor To An Extension Of Contract Time, The Procuring Entity Shall Determine The Amount Of Such Extension; Provided That The Procuring Entity Is Not Bound To Take Into Account Any Claim For An Extension Of Time Unless The Contractor Has, Prior To The Expiration Of The Contract Time And Within Thirty (30) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Claim Have Arisen, Delivered To The Procuring Entity Notices In Order That It Could Have Investigated Them At That Time. Failure To Provide Such Notice Shall Constitute A Waiver By The Contractor Of Any Claim. Upon Receipt Of Full And Detailed Particulars, The Procuring Entity Shall Examine The Facts And Extent Of The Delay And Shall Extend The Contract Time Completing The Contract Work When, In The Procuring Entity’s Opinion, The Findings Of Facts Justify An Extension. 47.2. No Extension Of Contract Time Shall Be Granted The Contractor Due To (a) Ordinary Unfavorable Weather Conditions And (b) Inexcusable Failure Or Negligence Of Contractor To Provide The Required Equipment, Supplies Or Materials. 47.3. Extension Of Contract Time May Be Granted Only When The Affected Activities Fall Within The Critical Path Of The Pert/cpm Network. 47.4. No Extension Of Contract Time Shall Be Granted When The Reason Given To Support The Request For Extension Was Already Considered In The Determination Of The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection. 47.5. Extension Of Contract Time Shall Be Granted For Rainy/unworkable Days Considered Unfavorable For The Prosecution Of The Works At The Site, Based On The Actual Conditions Obtained At The Site, In Excess Of The Number Of Rainy/unworkable Days Pre-determined By The Procuring Entity In Relation To The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection, And/or For Equivalent Period Of Delay Due To Major Calamities Such As Exceptionally Destructive Typhoons, Floods And Earthquakes, And Epidemics, And For Causes Such As Non-delivery On Time Of Materials, Working Drawings, Or Written Information To Be Furnished By The Procuring Entity, Non-acquisition Of Permit To Enter Private Properties Within The Right-of-way Resulting In Complete Paralyzation Of Construction Activities, And Other Meritorious Causes As Determined By The Procuring Entity’s Representative And Approved By The Head Of The Procuring Entity. Shortage Of Construction Materials, General Labor Strikes, And Peace And Order Problems That Disrupt Construction Operations Through No Fault Of The Contractor May Be Considered As Additional Grounds For Extension Of Contract Time Provided They Are Publicly Felt And Certified By Appropriate Government Agencies Such As Dti, Dole, Dilg, And Dnd, Among Others. The Written Consent Of Bondsmen Must Be Attached To Any Request Of The Contractor For Extension Of Contract Time And Submitted To The Procuring Entity For Consideration And The Validity Of The Performance Security Shall Be Correspondingly Extended. 48. Price Adjustment Except For Extraordinary Circumstances As Determined By Neda And Approved By The Gppb, No Price Adjustment Shall Be Allowed. Nevertheless, In Cases Where The Cost Of The Awarded Contract Is Affected By Any Applicable New Laws, Ordinances, Regulations, Or Other Acts Of The Gop, Promulgated After The Date Of Bid Opening, A Contract Price Adjustment Shall Be Made Or Appropriate Relief Shall Be Applied On A No Loss-no Gain Basis. 49. Completion The Contractor Shall Request The Procuring Entity’s Representative To Issue A Certificate Of Completion Of The Works, And The Procuring Entity’s Representative Will Do So Upon Deciding That The Work Is Completed. 50. Taking Over The Procuring Entity Shall Take Over The Site And The Works Within Seven (7) Days From The Date The Procuring Entity’s Representative Issues A Certificate Of Completion. 51. Operating And Maintenance Manuals 51.1. If “as Built” Drawings And/or Operating And Maintenance Manuals Are Required, The Contractor Shall Supply Them By The Dates Stated In The Scc. 51.2. If The Contractor Does Not Supply The Drawings And/or Manuals By The Dates Stated In The Scc, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative Shall Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Gcc Clause 1.16 The Intended Completion Date Is 90 Cd From Ntp. 1.21 The Procuring Entity Is Lgu- Mapanas, Northern Samar. 1.22 The Procuring Entity’s Representative Is Atty. Ronn Michael L. Tejano Municipal Mayor Municipality Of Mapanas Province Of Northern Samar 1.23 The Site Is Located At Mapanas, Northern Samar. 1.27 The Start Date Is: Upon Receipt Of Notice To Proceed. 1.30 The Works Consist Of: Item No. Scope Of Work Quantity Unit Concreting Of Farm To Market Road, Brgy. Magtaon, Mapanas Northern Samar B.5 Project Billboard/sign Board 1.00 Each Each B.7(2) Occupational Safety And Health Program 1.00 I.s. Is B.9 Mobilization/demobilization 1.00 I.s. Is Part C Earthworks 100(1) Clearing & Grubbing 0.08 Ha. 101(1)d Removal Of Concrete Drainage Structures 5.40 Cu.m 102(2)b Surplus Common Excavation 1087.52 Cu.m Cu.m. 104(1)a Embankment From Roadway Excavation (common Soil) 226.00 Cu.m. Cu.m. 105(1) Subgrade Preparation (common Material) 1440.00 Sq.m. Sq.m. Part D Subbase And Base Course 200(1) Aggregate Subbase Course 231.50 Cu.m Cu.m. 201(1) Aggregate Base Course 288.00 Cu.m. Cu.m. Part E Surface Courses 311(1)a2 Pcc Pavement (plain) Conventional Method, 200mm Thk. 1200.00 Sq.m. Sq.m. Part F Drainage Structures 404(1) A Reinforcing Steel, Grade 40 2,578.75 Kg. 405(1)a1 Structural Concrete, 20.68mpa Class A, 7 Days 36.47 Cu.m. 2.2 Note: The Items To Follow 5.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon The Issuance Of Notice To Proceed. 6.5 The Contractor Shall Employ The Following Key Personnel: Key Personnel Number Civil Engineer 1 Construction Foreman 1 Labor Workers 3 7.4(c) “no Further Instructions”. 7.7 No Further Instructions. 8.1 No Further Instructions. 10 The Site Investigation Reports Are: None 12.3 No Further Instructions. 12.5 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) Years. 13 “no Additional Provision.” 18.3(h)(i) No Further Instructions. 21.2 The Arbiter Is: Construction Industry Arbitration Commission 29.1 No Day Works Are Applicable To The Contract. 31.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within 15days Of Delivery Of The Letter Of Acceptance. 31.3 The Period Between Program Of Work Updates Is 15days. The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is P 1,000.00. 34.3 The Funding Source Is Coming From Nia 39.1 The Amount Of The Advance Payment Is 15% Of The Contract Price (lump Sum) And Shall Be Release Once Upon Presentation Of The Following Documents As Required: 1. Letter Request For Advance Payment From The Contractor 2. Bank Guarantee For Advance Payment 40.1 Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Be Included For Payment. 51.1 The Date By Which Operating And Maintenance Manuals Are Required Is Not Applicable. The Date By Which “as Built” Drawings Are Required Is 20 Days Upon Completion Of The Subproject. 51.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is P1,000.00. Section Vi. Specifications Project Name: Concreting Of Farm To Market Road Location : Brgy. Magtaon, Mapanas, Northern Samar Item No. Description Qty. Unit. B.5 Project Billboard/signboard 1.00 Each Labor A. Construction Foreman 4.00 1 B. Skilled Laborer 4.00 1 C. Unskilled Laborer 4.00 2 A. 2 Material A. Tarpaulin (8’x8’) 1.00 Pc B. Coco Lumber 84.00 Bd.ft. C. Plywood Marine (0.0125mx1.2mx2.44m) 2.00 Pc D. Common Nails Assorted 0.50 Kg B.7(2) Occupational Safety And Health Program A. Safety Practitioner (part Time) 23.00 1 B. B. Health Personnel (full Time) 90.00 1 C. Equipment D. A. Safety Shoes 159.00 Man-day E. B. Safety Helmet 159.00 Man-day F. C. Safety/working Gloves 159.00 Man-day G. D. Safety/working Gloves 159.00 Man-day H. E. Rubber Boots 159.00 Man-day F. Rain Coats (30% Of The Duration) Optional 48.00 Man-day Equipment A.dumptruck (12 Cu. Yd.) 16.00 2 B.payloader (1.5 Cu.m.).lx80-2c 16.00 1 C. Bulldozer, D6h Series Ii Psds/do 16.00 1 E. Backhoe W/ Breaker (0.80 Cu.m.) 16.00 1 100(1) Clearing & Grubbing 0.08 Ha. A. 1 Labor A. Construction Foreman 1.00 1 B. Unskilled Laborer 1.00 2 Name And Capacity Equipment A. Dump Truck (12 Cu. Yd.) 1.00 2 B. Payloader (1.5 Cu.m.) 1.00 1 C. Bulldozer, D6h Series Ii Psds/ 1.00 1 101(1)d Removal Of Concrete Drainage Structures 5.40 Cu.m A. Construction Foreman 1.00 1 B. Skilled Laborer 1.00 1 C. Unskilled Laborer 1.00 2 Equipment A. Backhoe W/ Breaker (0.80 Cu.m) 0.50 1 B. Backhoe (0.80 Cu.m.)-for Loading 0.25 1 C. Dump Truck (12 Cu. Yd.) 0.50 1 D.cutting Outfit 1.00 1 102(2)b Surplus Common Excavation 1,087.52 Labor A. Construction Foreman 1.00 1 B. Unskilled Laborer 1.00 2 Equipment A. Bulldozer, D6h Series Ii Psds/dd 1.00 1 B. Payloader (1.50 Cu.m.), Lx80-2c 1.00 1 C. Pay Loader (1.5 Cu.m.) 0.30 1 D. Dump Truck (12 Cu.yd.) 1.0 3 E.back Hoe (0.80 Cu.m) 1.00 1 104(1) A Embankment From Roadway Excavation (common Soil) 226.00 Cu.m. Labor A.construction Foreman 0.83 1 B.unskilled Laborer 0.83 2 Spreading & Compaction A.construction Foreman 1.00 1 B.unskilled Laborer 1.00 2 Equipment A.bulldozer, Dh6 Series Ii Psds/dd 0.83 1 B.payloader (1.50 Cu.m.), Lx80-2c 0.83 1 C.dump Truck (12 Cu.yd.) 2 Spreading & Compaction: A.motorized Road Grader (140 Hp) G710a 1.00 1 B.vibratory Roller (10m.l.), Sd100dc 1.00 1 C.water Truck/pump (16000 L) 0.25 1 105(1) Subgrade Preparation (common Material) 1,440.00 Sq.m. Labor A.construction Foreman 1.00 1 B.unskilled Laborer 1.00 2 Equipment A.motorized Road Grader, G710a 1.00 1 B.vibratory Roller (10 M.t), Sd100c 1.00 1 C.water Truck/pump (16000 L) 0.25 1 201(1) Aggregate Base Course Labor A. Construction Foreman 1.00 1 B. Unskilled 1.00 2 Equipment A. Motorized Road Grader, G710a 1.00 1 B. Vibratory Roller (10 M.t.), Sd 1.00 1 C.water Truck/pump (16000 L) 0.25 1 Materials A.aggregate Subbase Course (w/ 15% Shrinkage Factor) 1.15 Cu.m. 311(1)a.2 Pcc Pavement (palin)-conventional Method, 200mm Thk. 1,200.00 Sq.m. Labor A.construction Foreman 1.00 1 B.skilled Laborer 1.00 4 C.unskilled Laborer 1.00 12 Equipment A.transit Mixer (5-6 Cu.yd) 1.00 4 B.concrete Vibrator 1.00 2 C.concrete Batch (30 Cu.m.) 1.00 1 D.payloader (1.50 Cu.m)lx80-2c 1.00 1 E.concrete Screeder (5.5 Hp) 1.00 1 F.water Truck/pump (16000l) 1.00 1 G.concrete Saw, Blade 0/ 14” (7.5 Hp) 1.00 1 H.bar Cutter, Single Phase 0.10 1 I.joint Sealer Machine 0.25 1 Materials A.reinforcing Steel Bar, Grade 40 0.39 Kg. B.curing Compound 0.29 Lit C.asphalt Sealant 0.12 Lit. D.steel Forms (rental) 0.46 I.m. E.sand 0.1100 Cu.m F.gravel 0.20 Cu.m G.portland Cement Type 1 1.90 Bag H.concrete Saw (diamond Blade 14”) 0.00015 Pc I.pipe Sleeve, 2” Dia 0.0086 I.m. J. Greasse/tar 0.0056 Lit. 404(1)a Reinforcing Steel, Grade 40 2,578.75 Kg. Labor A.construction Foreman 1.00 1 B.skilled Laborer 1.00 2 C.unskilled Laborer 8.00 1 Equipment A.bar Cutter 0.50 1 B.bar Bender 0.50 1 C. Cargo Truck (9-10ml) 0.15 1 405(1)a1 Labor A.construction Foreman 1.00 1 B.skilled Laborer 1.00 4 D. Unskilled Worker 1.00 8 Installation & Removal Of Form Works/false Work A. Skilled Laborer 1.00 4 B. Unskilled Laborer 1.00 8 Equipment A. One Bagger Mixer 1.00 1 B. Concrete Vibrator 1.00 1 C. Water Truck (16000 L) 0.10 1 Materials A.lumber, Good- 4 Uses 70 Bd.ft. B. Plywood (1/2’ X 4’ X 8’) 1.60 Pc. C. Assorted Cwn (1 Kg/100 Bd. Ft. Of Lumber) 0.70 Kg. D. Portland Cement 9.50 Bags E. Sand 0.50 Cu.m. F. Gravel 1.00 Cu.m. G. Curing Compound 1.00 Lit. H. Concrete Admixture Accelerator 1.00 Lit I.gravel Bedding 0.091 Cu.m. J. Pvc Pipe (76 Mm D) 0.13 Pc. Section Vii. Drawings Bill Of Quantities Item No. Scope Of Work Quantity Unit Unit Cost Total Amount 1.) Concreting Of Farm To Market Road, Brgy. Magtaon, Mapanas, N. Samar B.5 Project Billboard/signboard 1.00 Each 10,959.69 10,959.69 B.7 (2) Occupational Safety And Health Program 1.00 I.s. 77,257.97 77,257.97 B.9 Mobilization/demobilization 1.00 I.s. 38,981.41 38,981.41 Part C Earthworks 100(1) Clearing & Grubbing 0.08 Ha. 220,840.18 17,313.87 101(1)d Removal Of Concrete Drainage Structures 5.40 Cu.m. 1,909.79 10,312.87 102(2)b Surplus Common Excavation 1087.52 Cu.m. 204.24 222,115.08 104(1)a Embankment From Roadway Excavation (common Soil) 226.00 Cu.m. 310.07 70,075.82 105(1) Subgrade Preparation (common Material) 1440.00 Sq.m. 21.14 30,441.60 Part D Subbase And Base Course 200(1) Aggregate Subbase Course 231.50 Cu.m. 1,632.38 377,895.98 201(1) Aggregate Base Course 226.20 Cu.m. 2,843.65 818,971.20 Part E 311(1)a2 Pcc Pavement (plain) Conventional Method, 200mm Thk 1200.00 Sq.m. 2,160.51 2,592,612.00 Part F Drainage Structures 404(1)a Reinforcing Steel, Grade 40 2,578.75 Kg. 98.12 253,027.15 405(1)a1 Structural Concrete, 220.68mpa.class A, 7 Days 36.47 Cu.m. 13,160.44 479,924.40 Total 4,999,889.04 Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form 79 Form Of Contract Agreement 81 Omnibus Sworn Statement 83 Bid Form Date: Iaeb No: To: Lgu-mapanas Northern Samar Address: Mapanas Northern Samar We, The Undersigned, Declare That: We Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract Concreting Of Farm To Market Road , Barangay Magtaon , Mapanas N. Samar (a) We Offer To Execute The Works For This Contract In Accordance With The Bid And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid; The Total Price Of Our Bid, Excluding Any Discounts Offered In Item (d) Below Is: [insert Information]; The Discounts Offered And The Methodology For Their Application Are: [insert Information]; (b) Our Bid Shall Be Valid For A Period Of 120 Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; (c) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract; (d) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries: [insert Information]; (e) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (f) 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; (g) 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 (h) 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 Of: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Form Of Contract Agreement This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity](hereinafter Called The “entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) General And Special Conditions Of Contract; (b) Drawings/plans; (c) Specifications; (d) Invitation To Apply For Eligibility And To Bid; (e) Instructions To Bidders; (f) Bid Data Sheet; (g) Addenda And/or Supplemental/bid Bulletins, If Any; (h) Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes; (i) Eligibility Requirements, Documents And/or Statements; (j) Performance Security; (k) Credit Line Issued By A Licensed Bank, If Any; (l) Notice Of Award Of Contract And The Bidder’s Conforme Thereto; (m) Other Contract Documents That May Be Required By Existing Laws And/or The Entity. 3. In Consideration Of The Payments To Be Made By The Entity To The Contractor As Hereinafter Mentioned, The Contractor Hereby Covenants With The Entity To Execute And Complete The Works And Remedy Any Defects Therein In Conformity With The Provisions Of This Contract In All Respects. 4. The Entity Hereby Covenants To Pay The Contractor In Consideration Of The Execution And Completion Of The Works And The Remedying Of Defects Wherein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Times And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Contractor). Binding Signature Of Procuring Entity ________________________________________________ Binding Signature Of Contractor _____________________________________________ [addendum Showing The Corrections, If Any, Made During The Bid Evaluation Should Be Attached With This Agreement] Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder]is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [jurat] * This Form Will Not Apply For Wb Funded Projects.
Closing Date21 Jan 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)

Municipality Of Mapanas, Northern Samar Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Bidding Documents Procurement Of Infrastructure Projects Name Of Project: Rehabilitation Of Farm To Market Road At Brgy. Santa Potenciana Barangay Santa Potenciana, Mapanas Northern Samar Contract Reference No. 2025-02-11 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 7 Section Iii. Bid Data Sheet 35 Section Iv. General Conditions Of Contract 38 Section V. Special Conditions Of Contract 70 Section Vi. Specifications 72 Section Vii. Drawings 75 Section Viii. Bill Of Quantities Error! Bookmark Not Defined. Section Ix. Bidding Forms 77 Section X. Foreign-assisted Projects Error! Bookmark Not Defined. Section I. Invitation To Bid Bid Notice Abstract Invitation To Bid (itb) Republic Of The Philippines Province Of Northern Samar Municipality Of Mapanas Invitation To Bid For Project: Rehabilitation Of Farm To Market Road, Brgy. Santa Potenciana, Mapanas, Northern Samar The Lgu- Mapanas, Northern Samar, Through The Lgsf-sbdp Of Fy 2024 Intends To Apply The Sum Of Four Million Nine Hundred Ninety Nine Thousand Nine Hundred Ninety Nine Pesos 08/100 Only (p4,999,999.08) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For : Rehabilitation Of Farm To Market Road, Brgy. Santa Potenciana, Mapanas, Northern Samar Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Lgu- Mapanas, Northern Samar Now Invites Bids For The Following Description Of Works To Be Procured: Item No. Scope Of Work Quantity Unit Rehabilitation Of Farm To Market Road, Brgy. Santa Potenciana, Mapanas, Northern Samar B.5 Project Billboard/sign Board 1.00 Each B.7(2) Occupational Safety And Health Program 1.00 I.s. B.9 Mobilization/demobilization 1.00 I.s. Part C Earthworks 100(1) Cleaning & Grubbing 0.08 Ha. 100(3)a2 Individual Removal Of Trees (small, Above 300 Mm Dia. Up To 500 Mm Dia.) 6.00 Each 101(3)a2 Removal Of Existing Pcc Pavement, 0.2m Thk, Pccp (for Reblocking At Intermittent Section 667.50 Sq.m. 102(2)b Surplus Common Excavation 597.15 Cu.m. 104(1)a Embankment From Roadway Excavation (common Soil) 331.10 Cu.m. 105(1) Subgrade Preparation (common Material) 1377.00 Sq.m. Part D Subbase And Base Course 200(1) Aggregate Subbase Course 311.24 Cu.m. 201(1) Aggregate Base Course 275.40 Cu.m. Part E Surface Courses 311(1)a2 Pcc Pavement (plain) Conventional Method, 200mm Thk. 1147.50 Sq.m. Part F Drainage Structures 404(1)a Reinforcing Steel Grade 40 2,077.92 Kg. 405(1)a1 Structural Concrete 20.68mpa, Class A, 7 Days 35.64 Cu.m Completion Of The Works Is Required 90 Calendar Days. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Lgu- Bac Mapanas, Northern Samar And Inspect The Bidding Documents At The Address Given Below From February 18 To March 07, 2025, 8:00 A.m. To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 5. The Lgu- Mapana, Northern Samar Will Hold A Pre-bid Conference On February 27, 2025 At 10:00 A.m. At Executive Conference, 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 6. Bids Must Be Delivered To The Address Below On Or Before 9:00 A.m. Of March 10, 2025 At Bac Office, @ Municipal Planning & Development Office (mpdo), Mapanas, Northern Samar. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Bidder May Request That The Bid Documents Be Sent To Them By Mail Or Courier, And For This, The Bidder Shall Pay The Amount In Philippine Peso To Cover The Cost Of Mail Or Courier Delivery. The Fee For Obtaining A Copy Of The Bid Documents And The Cost Of Mail Or Courier Shall Be Paid By The Bidder Thru S Cashier’s Check Or Manager’s Check Issued In Favor Of The Municipality Of Mapanas. 7. The Lgu- Mapanas, Northern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Reno C. Salazar Bac Secretary Mapanas, Northern Samar Mobile # 09459852914 Ma. Teresa L. Minguez Bac Chairperson Mapanas, Northern Samar Mobile # 09778033758 Section Ii. Instructions To Bidders 1. The Bids Must Be Delivered On Or Before March 10, 2025 At 9:00 A.m And Failure To Submit The Bid Proposal May Ground For Disqualification Of The Bid. 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Lgu- Mapanas, Northern Samar Now Invites Bids For The Following Description Of Works To Be Procured: Item No. Scope Of Work Quantity Unit Rehabilitation Of Farm To Market Road, Brgy. Santa Potenciana, Mapanas, Northern Samar B.5 Project Billboard/sign Board 1.00 Each B.7(2) Occupational Safety And Health Program 1.00 I.s. B.9 Mobilization/demobilization 1.00 I.s. Part C Earthworks 100(1) Cleaning & Grubbing 0.08 Ha. 100(3)a2 Individual Removal Of Trees (small, Above 300 Mm Dia. Up To 500 Mm Dia.) 6.00 Each 101(3)a2 Removal Of Existing Pcc Pavement, 0.2m Thk, Pccp (for Reblocking At Intermittent Section 667.50 Sq.m. 102(2)b Surplus Common Excavation 597.15 Cu.m. 104(1)a Embankment From Roadway Excavation (common Soil) 331.10 Cu.m. 105(1) Subgrade Preparation (common Material) 1377.00 Sq.m. Part D Subbase And Base Course 200(1) Aggregate Subbase Course 311.24 Cu.m. 201(1) Aggregate Base Course 275.40 Cu.m. Part E Surface Courses 311(1)a2 Pcc Pavement (plain) Conventional Method, 200mm Thk. 1147.50 Sq.m. Part F Drainage Structures 404(1)a Reinforcing Steel Grade 40 2,077.92 Kg. 405(1)a1 Structural Concrete 20.68mpa, Class A, 7 Days 35.64 Cu.m Completion Of The Works Is Required 90 Calendar Days. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 3. Interested Bidders May Obtain Further Information From Lgu- Bac Mapanas, Northern Samar And Inspect The Bidding Documents At The Address Given Below From February 18 To March 07, 2025, 8:00 A.m. To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 4. The Lgu- Mapanas, Northern Samar Will Hold A Pre-bid Conference On February 27, 2025 At 10:00 A.m. At Executive Conference, 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 5. Bids Must Be Delivered To The Address Below On Or Before 9:00 A.m. Of March 10 ,2025 At Bac Office, Mapanas, Northern Samar. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Bidder May Request That The Bid Documents Be Sent To Them By Mail Or Courier, And For This, The Bidder Shall Pay The Amount In Philippine Peso To Cover The Cost Of Mail Or Courier Delivery. The Fee For Obtaining A Copy Of The Bid Documents And The Cost Of Mail Or Courier Shall Be Paid By The Bidder Thru S Cashier’s Check Or Manager’s Check Issued In Favor Of The Municipality Of Mapanas. 6. The Lgu- Mapanas, Northern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Please Refer To: Reno C. Salazar Bac Secretary Mapanas, Northern Samar Mobile # 09459852914 Ma. Teresa L. Minguez Bac Chairperson Mapanas N. Samar Mobile # 09778033758 Table Of Contents A. General 11 1. Scope Of Bid 11 2. Source Of Funds 11 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 11 4. Conflict Of Interest 12 5. Eligible Bidders 14 6. Bidder’s Responsibilities 15 7. Origin Of Goods And Services 17 8. Subcontracts 17 B. Contents Of Bidding Documents 17 9. Pre-bid Conference 17 10. Clarification And Amendment Of Bidding Documents 18 C. Preparation Of Bids 18 11. Language Of Bids 18 12. Documents Comprising The Bid: Eligibility And Technical Components 18 13. Documents Comprising The Bid: Financial Component 21 14. Alternative Bids 21 15. Bid Prices 22 16. Bid Currencies 22 17. Bid Validity 23 18. Bid Security 23 19. Format And Signing Of Bids 25 20. Sealing And Marking Of Bids 26 D. Submission And Opening Of Bids 26 21. Deadline For Submission Of Bids 26 22. Late Bids 26 23. Modification And Withdrawal Of Bids 27 24. Opening And Preliminary Examination Of Bids 27 E. Evaluation And Comparison Of Bids 28 25. Process To Be Confidential 28 26. Clarification Of Bids 29 27. Detailed Evaluation And Comparison Of Bids 29 28. Post Qualification 30 29. Reservation Clause 31 F. Award Of Contract 32 30. Contract Award 32 31. Signing Of The Contract 33 32. Performance Security 33 33. Notice To Proceed 34 A. General 1. Scope Of Bid 1.1. The Procuring Entity As Defined In The Bds, Invites Bids For The Construction Of Works, As Described In Section Vi. Specifications. The Name And Identification Number Of The Contract Is Provided In The Bds. 1.2. The Successful Bidder Will Be Expected To Complete The Works By The Intended Completion Date Specified In Scc Clause 1.16. 2. Source Of Funds The Procuring Entity Has A Budget Or Has Applied For Or Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract For The Works. 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 3.1. Unless Otherwise Specified In The Bds, The Procuring Entity, As Well As Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. In Pursuance Of This Policy, The Funding Source: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows: (i) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Procuring Entity, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019; (ii) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition; (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels; And (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Collusive Practice; And/or Threatening, Harassing Or Intimidating Any Party To Prevent It From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Corrupt Or Fraudulent Practices In Competing For The Contract; And (c) Will Declare A Firm Ineligible, Either Indefinitely Or For A Stated Period Of Time, To Be Awarded Contract Funded By The Funding Source If It At Any Time Determines That The Firm Has Engaged In Corrupt Or Fraudulent Practices In Competing Or, Or In Executing, A Contract Funded By The Funding Source. 3.2. Further, The Procuring Entity Will Seek To Impose The Maximum Civil, Administrative, And/or Criminal Penalties Available Under The Applicable Laws On Individuals And Organizations Deemed To Be Involved In Any Of The Practices Mentioned In Itb Clause 3.1(a). 3.3. Furthermore, The Funding Source And The Procuring Entity Reserve The Right To Inspect And Audit Records And Accounts Of A Contractor In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 34. 4. Conflict Of Interest 4.1. All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (g) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; (f) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid; Or (g) A Bidder Who Lends, Or Temporary Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 4.2. In Accordance With Section 47 Of The Irr Of Ra 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), Members Of The Technical Working Group (twg), Members Of The Bac Secretariat, The Head Of The Project Management Office (pmo) Or The End-user Unit, And The Project Consultants, By Consanguinity Or Affinity Up To The Third Civil Degree. On The Part Of The Bidder, This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And (d) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate. Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 5. Eligible Bidders 5.1. Unless Otherwise Indicated In The Bds, The Following Persons Shall Be Eligible To Participate In This Bidding: (a) Duly Licensed Filipino Citizens/sole Proprietorships; (b) Partnerships Duly Organized Under The Laws Of The Philippines And Of Which At Least Seventy Five Percent (75%) Of The Interest Belongs To Citizens Of The Philippines; (c) Corporations Duly Organized Under The Laws Of The Philippines, And Of Which At Least Seventy Five Percent (75%) Of The Outstanding Capital Stock Belongs To Citizens Of The Philippines; (d) Cooperatives Duly Organized Under The Laws Of The Philippines, And Of Which At Least Seventy Five Percent (75%) Of The Interest Belongs To Citizens Of The Philippines; And (e) Persons/entities Forming Themselves Into A Jv, I.e., A Group Of Two (2) Or More Persons/entities That Intend To Be Jointly And Severally Responsible Or Liable For A Particular Contract: Provided, However, That, In Accordance With Letter Of Instructions No. 630, Filipino Ownership Or Interest Of The Joint Venture Concerned Shall Be At Least Seventy Five Percent (75%): Provided, Further, That Joint Ventures In Which Filipino Ownership Or Interest Is Less Than Seventy Five Percent (75%) May Be Eligible Where The Structures To Be Built Require The Application Of Techniques And/or Technologies Which Are Not Adequately Possessed By A Person/entity Meeting The Seventy Five Percent (75%) Filipino Ownership Requirement: Provided, Finally, That In The Latter Case, Filipino Ownership Or Interest Shall Not Be Less Than Twenty Five Percent (25%). For This Purpose Filipino Ownership Or Interest Shall Be Based On The Contributions Of Each Of The Members Of The Joint Venture As Specified In Their Jva. 5.2. The Procuring Entity May Also Invite Foreign Bidders When Provided For Under Any Treaty Or International Or Executive Agreement As Specified In The Bds. 5.3. Government Corporate Entities May Be Eligible To Participate Only If They Can Establish That They (a) Are Legally And Financially Autonomous, (b) Operate Under Commercial Law, And (c) Are Not Dependent Agencies Of The Gop Or The Procuring Entity. 5.4. (a) Unless Otherwise Provided In The Bds, 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 Adjusted To Current Prices Using The National Statistics Office Consumer Price Index. (b) For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bds. For This Purpose, Contracts Similar To The Project Shall Be Those Described In Thebds, And Completed Within The Period Stated In The Invitation To Bid And Itb Clause 12.1(a)(iii). 5.5. 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 Following 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 A Contract Duration Of One Year Or Less, 15 For A Contract Duration Of More Than One Year Up To Two Years, And 20 For A Contract Duration Of More Than Two Years. 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 Or 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. 6. Bidder’s Responsibilities 6.1. The Bidder Or Its Duly Authorized Representative Shall Submit A Sworn Statement In The Form Prescribed In Section Ix. Bidding Forms As Required In Itb Clause 12.1(b)(iii). 6.2. The Bidder Is Responsible For The Following: (a) Having Taken Steps To Carefully Examine All Of The Bidding Documents; (b) Having Acknowledged All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; (c) Having Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; (d) Having Complied With Its Responsibility To Inquire Or Secure Supplemental/bid Bulletin/s As Provided Under Itb Clause 10.3. (e) Ensuring That It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb; (f) Ensuring That Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; (g) Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative/s To Verify All The Documents Submitted; (h) Ensuring That The Signatory Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Bidder In The Bidding, With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture; (i) Complying With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Republic Act 3019; And (j) Complying With Existing Labor Laws And Standards, If Applicable. Failure To Observe Any Of The Above Responsibilities Shall Be At The Risk Of The Bidder Concerned. 6.3. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contract Works And The Conditions For This Project And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 6.4. It Shall Be The Sole Responsibility Of The Prospective Bidder To Determine And To Satisfy Itself By Such Means As It Considers Necessary Or Desirable As To All Matters Pertaining To This Project, Including: (a) The Location And The Nature Of The Contract, Project, Or Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work. 6.5. The Procuring Entity Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions By The Prospective Or Eligible Bidder Out Of The Data Furnished By The Procuring Entity. 6.6. Before Submitting Their Bids, The Bidders Are Deemed To Have Become Familiar With All Existing Laws, Decrees, Ordinances, Acts And Regulations Of The Philippines Which May Affect The Contract In Any Way. 6.7. The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. 6.8. Bidders Should Note That The Procuring Entity Will Only Accept Bids Only From Those That Have Paid The Nonrefundable Fee For The Bidding Documents At The Office Indicated In The Invitation To Bid. 7. Origin Of Goods And Services There Is No Restriction On The Origin Of Goods, Or Contracting Of Works Or Services Other Than Those Prohibited By A Decision Of The United Nations Security Council Taken Under Chapter Vii Of The Charter Of The United Nations. 8. Subcontracts 8.1. Unless Otherwise Specified In The Bds, The Bidder May Subcontract Portions Of The Works To An Extent As May Be Approved By The Procuring Entity And Stated In The Bds. However, Subcontracting Of Any Portion Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From The Contract For This Project. 8.2. Subcontractors Must Submit The Documentary Requirements Under Itb Clause 12 And Comply With The Eligibility Criteria Specified In The Bds. In The Event That Any Subcontractor Is Found By The Procuring Entity To Be Ineligible, The Subcontracting Of Such Portion Of The Works Shall Be Disallowed. 8.3. The Bidder May Identify The Subcontractor To Whom A Portion Of The Works Will Be Subcontracted At Any Stage Of The Bidding Process Or During Contract Implementation. If The Bidder Opts To Disclose The Name Of The Subcontractor During Bid Submission, The Bidder Shall Include The Required Documents As Part Of The Technical Component Of Its Bid. B. Contents Of Bidding Documents 9. Pre-bid Conference 9.1. (a) If So Specified In The Bds, A Pre-bid Conference Shall Be Held At The Venue And On The Date Indicated Therein, To Clarify And Address The Bidders’ Questions On The Technical And Financial Components Of This Project. (b) The Pre-bid Conference Shall Be Held At Least Twelve (12) Calendar Days Before The Deadline For The Submission Of And Receipt Of Bids. If The Procuring Entity Determines That, By Reason Of The Method, Nature, Or Complexity Of The Contract To Be Bid, Or When International Participation Will Be More Advantageous To The Gop, A Longer Period For The Preparation Of Bids Is Necessary, The Pre-bid Conference Shall Be Held At Least Thirty (30) Calendar Days Before The Deadline For The Submission And Receipt Of Bids, As Specified In The Bds. 9.2. Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Will In No Way Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents As Recorded In The Minutes Of The Pre-bid Conference And The Supplemental/bid Bulletin. 9.3. Any Statement Made At The Pre-bid Conference Shall Not Modify The Terms Of The Bidding Documents Unless Such Statement Is Specifically Identified In Writing As An Amendment Thereto And Issued As A Supplemental/bid Bulletin. 10. Clarification And Amendment Of Bidding Documents 10.1. Bidders Who Have Purchased The Bidding Documents May Request For Clarification(s) On Any Part Of The Bidding Documents Or For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.2. Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. 10.3. Any Supplemental/bid Bulletin Issued By The Bac Shall Also Be Posted On The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Concerned, If Available. Unless, Otherwise Provided In The Bds, It Shall Be The Responsibility Of All Bidders Who Secure The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Bac. However, Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids In Accordance With Itb Clause 23. C. Preparation Of Bids 11. Language Of Bids The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation In English Certified By The Appropriate Embassy Or Consulate In The Philippines, In Which Case The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 12. Documents Comprising The Bid: Eligibility And Technical Components 12.1. Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents – Class "a" Documents: (i) Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives, Or Any Proof Of Such Registration As Stated In The Bds; (ii) Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located; (iii) Statement Of All Its Ongoing And Completed Government And Private Contracts Within Ten (10) Years From The Submission Of Bids, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall Include, For Each Contract, The Following: (iii.1) Name Of The Contract; (iii.2) Date Of The Contract; (iii.3) Contract Duration; (iii.4) Owner’s Name And Address; (iii.5) Nature Of Work; (iii.6) Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (iii.7) Total Contract Value At Award; (iii.8) Date Of Completion Or Estimated Completion Time; (iii.9) Total Contract Value At Completion, If Applicable; (iii.10) Percentages Of Planned And Actual Accomplishments, If Applicable; (iii.11) Value Of Outstanding Works, If Applicable; (iii.12) The Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (iii.13) The Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; (iv) 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; (v) Audited Financial Statements, Showing, Among Others, The Prospective Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; (vi) Nfcc Computation Or Clc In Accordance With Itb Clause 5.5; And Class "b" Document: (vii) If Applicable, Valid Joint Venture Agreement (jva) Or, In Lieu Thereof, Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful Shall Be Included In The Bid. (b) Technical Documents – (i) Bid Security As Prescribed In Itb Clause 18. If The Bidder Opts To Submit The Bid Security In The Form Of: (i.1) A Bank Draft/guarantee Or An Irrevocable Letter Of Credit Issued By A Foreign Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank; Or (i.2) A Surety Bond Accompanied By A Certification Coming From An Authorized Insurance Commission That A Surety Or Insurance Company Is Authorized To Issue Such Instrument; (ii) Project Requirements, Which Shall Include The Following: (ii.1) Organizational Chart For The Contract To Be Bid; (ii.2) List Of Contractor’s Personnel (viz, Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; And (ii.3) List Of Contractor’s Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project; And (iii) Sworn Statement In Accordance With Section 25.2(b)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Ix. Bidding Forms. 13. Documents Comprising The Bid: Financial Component 13.1. Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form In Accordance With The Form Prescribed In Section Ix. Bidding Forms; And (b) Any Other Document Related To The Financial Component Of The Bid As Stated In The Bds. 13.2. (a) Unless Indicated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. (b) Unless Otherwise Indicated In The Bds, For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Following Conditions Are Met: (i) Bidding Documents Are Obtainable Free Of Charge On A Freely Accessible Website. If Payment Of Bidding Documents Is Required By The Procuring Entity, Payment Could Be Made Upon The Submission Of Bids. (ii) The Procuring Entity Has Procedures In Place To Ensure That The Abc Is Based On Recent Estimates Made By The Engineer Or The Responsible Unit Of The Procuring Entity And That The Estimates Are Based On Adequate Detailed Engineering (in The Case Of Works) And Reflect The Quality, Supervision And Risk And Inflationary Factors, As Well As Prevailing Market Prices, Associated With The Types Of Works Or Goods To Be Procured. (iii) The Procuring Entity Has Trained Cost Estimators On Estimating Prices And Analyzing Bid Variances. In The Case Of Infrastructure Projects, The Procuring Entity Must Also Have Trained Quantity Surveyors. (iv) The Procuring Entity Has Established A System To Monitor And Report Bid Prices Relative To Abc And Engineer’s/procuring Entity’s Estimate. (v) The Procuring Entity Has Established A Monitoring And Evaluation System For Contract Implementation To Provide A Feedback On Actual Total Costs Of Goods And Works. 14. Alternative Bids 14.1. Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 14.2. Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 14.3. Each Bidder Shall Submit Only One Bid, Either Individually Or As A Partner In A Jv. A Bidder Who Submits Or Participates In More Than One Bid (other Than As A Subcontractor If A Subcontractor Is Permitted To Participate In More Than One Bid) Will Cause All The Proposals With The Bidder’s Participation To Be Disqualified. This Shall Be Without Prejudice To Any Applicable Criminal, Civil And Administrative Penalties That May Be Imposed Upon The Persons And Entities Concerned. 15. Bid Prices 15.1. The Contract Shall Be For The Whole Works, As Described In Itb Clause 1.1, Based On The Priced Bill Of Quantities Submitted By The Bidder. 15.2. The Bidder Shall Fill In Rates And Prices For All Items Of The Works Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 15.3. All Duties, Taxes, And Other Levies Payable By The Contractor Under The Contract, Or For Any Other Cause, Prior To The Deadline For Submission Of Bids, Shall Be Included In The Rates, Prices, And Total Bid Price Submitted By The Bidder. 15.4. All Bid Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Specified In Gcc Clause 48. Price Escalation May Be Allowed In Extraordinary Circumstances As May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity. Furthermore, In Cases Where The Cost Of The Awarded Contract Is Affected By Any Applicable New Laws, Ordinances, Regulations, Or Other Acts Of The Gop, Promulgated After The Date Of Bid Opening, A Contract Price Adjustment Shall Be Made Or Appropriate Relief Shall Be Applied On A No Loss-no Gain Basis. 16. Bid Currencies 16.1. All Bid Prices Shall Be Quoted In Philippine Pesos Unless Otherwise Provided In The Bds. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate Prevailing On The Day Of The Bid Opening. 16.2. If So Allowed In Accordance With Itb Clause 16.1, The Procuring Entity For Purposes Of Bid Evaluation And Comparing The Bid Prices Will Convert The Amounts In Various Currencies In Which The Bid Price Is Expressed To Philippine Pesos At The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 16.3. Unless Otherwise Specified In The Bds, Payment Of The Contract Price Shall Be Made In Philippine Pesos. 17. Bid Validity 17.1. Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 17.2. In Exceptional Circumstances, Prior To The Expiration Of The Bid Validity Period, The Procuring Entity May Request Bidders To Extend The Period Of Validity Of Their Bids. The Request And The Responses Shall Be Made In Writing. The Bid Security Described In Itb Clause 18 Should Also Be Extended Corresponding To The Extension Of The Bid Validity Period At The Least. A Bidder May Refuse The Request Without Forfeiting Its Bid Security, But His Bid Shall No Longer Be Considered For Further Evaluation And Award. A Bidder Granting The Request Shall Not Be Required Or Permitted To Modify Its Bid. 18. Bid Security 18.1. The Bid Security In The Amount Stated In The Bds Shall Be Equal To The Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Two Percent (2%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Five Percent (5%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security For Biddings Conducted By Local Government Units, The Bidder May Also Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. 18.2. The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 18.3. No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In Itb Clause 18.2. 18.4. Upon Signing And Execution Of The Contract, Pursuant To Itb Clause 31, And The Posting Of The Performance Security, Pursuant To Itb Clause 32, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In Itb Clause 18.2. 18.5. 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 Against Their Veracity, As Stated In Itb Clause 28.2; (iv) Submission Of Eligibility Requirements Containing False Information Or Falsified Documents; (v) Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding; (vi) Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding; (vii) Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid; (viii) Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time; (ix) Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification; (x) Any Documented Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor; (xi) Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared Successful; Or (xii) All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. (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. 19. Format And Signing Of Bids 19.1. Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In Section Ix. Bidding Forms On Or Before The Deadline Specified In The Itb Clause 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. 19.2. Forms As Mentioned In Itb Clause 19.1 Must Be Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested. 19.3. The Bidder Shall Prepare An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In Addition, The Bidder Shall Submit Copies Of The First And Second Envelopes. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.4. The Bid, Except For Unamended Printed Literature, Shall Be Signed, And Each And Every Page Thereof Shall Be Initialed, By The Duly Authorized Representative/s Of The Bidder. 19.5. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 20. Sealing And Marking Of Bids 20.1. 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”. 20.2. Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 20.3. The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 20.4. All Envelopes Shall: (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac Identified In Itb Clause 10.1; (d) Bear The Specific Identification Of This Bidding Process Indicated In The Invitation To Bid; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 20.5. If Bids Are Not Sealed And Marked As Required, The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Bid. D. Submission And Opening Of Bids 21. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 22. Late Bids Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 21, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity. 23. Modification And Withdrawal Of Bids 23.1. The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 23.2. A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. 23.3. Bids Requested To Be Withdrawn In Accordance With Itb Clause 23.1 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 23.4. No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Financial Bid Form. Withdrawal Of A Bid During This Interval Shall Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To Itb Clause 18.5, And The Imposition Of Administrative, Civil, And Criminal Sanctions As Prescribed By Ra 9184 And Its Irr. 24. Opening And Preliminary Examination Of Bids 24.1. The Bac Shall Open The First Bid Envelopes Of Bidders In Public As Specified In The Bds To Determine Each Bidder’s Compliance With The Documents Prescribed In Itb Clause 12. For This Purpose, The Bac Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion. If A Bidder Submits The Required Document, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Bids That Fail To Include Any Requirement Or Are Incomplete Or Patently Insufficient Shall Be Considered As “failed”. Otherwise, The Bac Shall Rate The Said First Bid Envelope As “passed”. 24.2. Unless Otherwise Specified In The Bds, Immediately After Determining Compliance With The Requirements In The First Envelope, The Bac Shall Forthwith Open The Second Bid Envelope Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed”. The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc Unless Otherwise Provided In Itb Clause 13.1(b), The Bac Shall Rate The Bid Concerned As “failed”. Only Bids That Are Determined To Contain All The Bid Requirements For Both Components Shall Be Rated “passed” And Shall Immediately Be Considered For Evaluation And Comparison. 24.3. Letters Of Withdrawal Shall Be Read Out And Recorded During Bid Opening, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance, The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For The Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Authorization Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions. 24.4. If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Itb Clause 12.1(a), Items (i) To (vi). 24.5. In The Case Of An Eligible Foreign Bidder As Described In Itb Clause 5, The Class “a” Documents Enumerated In Itb Clause 12.1(a) May Be Substituted With The Appropriate Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder Concerned. 24.6. Each Partner Of A Joint Venture Agreement Shall Likewise Submit The Documents Required In Itb Clauses 12.1(a)(i) And 12.1(a)(ii). Submission Of Documents Required Under Itb Clauses 12.1(a)(iii) To 12.1(a)(vi) By Any Of The Joint Venture Partners Constitutes Compliance. 24.7. A Bidder Determined As “failed” Has Three (3) Calendar Days Upon Written Notice Or, If Present At The Time Of Bid Opening, Upon Verbal Notification Within Which To File A Request For Reconsideration With The Bac: Provided, However, That The Request For Reconsideration Shall Not Be Granted If It Is Established That The Finding Of Failure Is Due To The Fault Of The Bidder Concerned: Provided, Further, That The Bac Shall Decide On The Request For Reconsideration Within Seven (7) Calendar Days From Receipt Thereof. If A Failed Bidder Signifies His Intent To File A Request For Reconsideration, The Bac Shall Keep The Bid Envelopes Of The Said Failed Bidder Unopened And/or Duly Sealed Until Such Time That The Request For Reconsideration Or Protest Has Been Resolved. E. Evaluation And Comparison Of Bids 25. Process To Be Confidential 25.1. 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 N The Case Of Itb Clause 26. 25.2. Any Effort By A Bidder To Influence The Procuring Entity In The Procuring Entity’s Decision In Respect Of Bid Evaluation, Bid Comparison Or Contract Award Will Result In The Rejection Of The Bidder’s Bid. 26. Clarification Of Bids To Assist In The Evaluation, Comparison And Post-qualification Of The Bids, The Procuring Entity May Ask In Writing Any Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. Any Clarification Submitted By A Bidder In Respect To Its Bid And That Is Not In Response To A Request By The Procuring Entity Shall Not Be Considered 27. Detailed Evaluation And Comparison Of Bids 27.1. The Procuring Entity Will Undertake The Detailed Evaluation And Comparison Of Bids Which Have Passed The Opening And Preliminary Examination Of Bids, Pursuant To Itb Clause 24, In Order To Determine The Lowest Calculated Bid. 27.2. In Evaluating The Bids To Get The Lowest Calculated Bid, The Procuring Entity Shall Undertake The Following: (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 27.3. The Procuring Entity's Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary “pass/fail” Criterion. The Bac Shall Consider The Following In The Evaluation Of Bids: (a) Completeness Of The Bid. Unless The Itb Specifically Allows Partial Bids, Bids Not Addressing Or Providing All Of The Required Items In The Schedule Of Requirements Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "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 And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications If Expressly Allowed In The Bds. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 27.4. Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered, Unless Otherwise Indicated In The Bds. 27.5. The Procuring Entity’s Evaluation Of Bids Shall Only Be Based On The Bid Price Quoted In The Financial Bid Form 27.6. Bids Shall Be Evaluated On An Equal Footing To Ensure Fair Competition. For This Purpose, All Bidders Shall Be Required To Include In Their Bids The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 28. Post Qualification 28.1. The Procuring Entity Shall Determine To Its Satisfaction Whether The Bidder That Is Evaluated As Having Submitted The Lowest Calculated Bid (lcb) Complies With And Is Responsive To All The Requirements And Conditions Specified In Itb Clauses 5, 12, And 13. 28.2. Within A Non-extendible Period Of Three (3) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lcb, The Bidder Shall Submit The Following Documentary Requirements: (a) Tax Clearance Per Executive Order 398, Series Of 2005; (b) Latest Income And Business Tax Returns In The Form Specified In The Bds; (c) Certificate Of Philgeps Registration; And (d) Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Failure Of The Bidder Declared As Lcb To Duly Submit The Requirements Under This Clause Or A Finding Against The Veracity Of Such, Shall Be Ground For Forfeiture Of The Bid Security And Disqualification Of The Bidder For Award. 28.3. The Determination Shall Be Based Upon An Examination Of The Documentary Evidence Of The Bidder’s Qualifications Submitted Pursuant To Itb Clauses 12 And 13, As Well As Other Information As The Procuring Entity Deems Necessary And Appropriate, Using A Non-discretionary “pass/fail” Criterion. 28.4. If The Bac Determines That The Bidder With The Lowest Calculated Bid Passes All The Criteria For Post-qualification, It Shall Declare The Said Bid As The Lowest Calculated Responsive Bid, And Recommend To The Head Of The Procuring Entity The Award Of Contract To The Said Bidder At Its Submitted Price Or Its Calculated Bid Price, Whichever Is Lower, Subject To Itb Clause 30.3. 28.5. A Negative Determination Shall Result In Rejection Of The Bidder’s Bid, In Which Event The Procuring Entity Shall Proceed To The Next Lowest Calculated Bid To Make A Similar Determination Of That Bidder’s Capabilities To Perform Satisfactorily. If The Second Bidder, However, Fails The Post Qualification, The Procedure For Post Qualification Shall Be Repeated For The Bidder With The Next Lowest Calculated Bid, And So On Until The Lowest Calculated And Responsive Bid Is Determined For Contract Award. 28.6. Within A Period Not Exceeding Seven (7) Calendar Days From The Date Of Receipt Of The Recommendation Of The Bac, The Head Of The Procuring Entity Shall Approve Or Disapprove The Said Recommendation. In The Case Of Government Owned And Government-owned And/or -controlled Corporations (goccs) And Government Financial Institutions (gfis), The Period Provided Herein Shall Be Fifteen (15) Calendar Days. 29. Reservation Clause 29.1. Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 29.2. Based On The Following Grounds, The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding At Any Time Prior To The Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability, And Make No Assurance That A Contract Shall Be Entered Into As A Result Of The Bidding: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Procuring Entity’s Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Government As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 29.3. In Addition, The Procuring Entity May Likewise Declare A Failure Of Bidding When: (a) No Bids Are Received; (b) All Prospective Bidders Are Declared Ineligible; (c) All Bids Fail To Comply With All The Bid Requirements Or Fail Post-qualification; Or (d) The Bidder With The Lowest Calculated Responsive Bid Refuses, Without Justifiable Cause To Accept The Award Of Contract, And No Award Is Made. F. Award Of Contract 30. Contract Award 30.1. Subject To Itb Clause 28, The Procuring Entity Shall Award The Contract To The Bidder Whose Bid Has Been Determined To Be The Lowest Calculated And Responsive Bid (lcrb). 30.2. Prior To The Expiration Of The Period Of Bid Validity, The Procuring Entity Shall Notify The Successful Bidder In Writing That Its Bid Has Been Accepted, Through A Notice Of Award Received Personally Or Sent By Registered Mail Or Electronically, Receipt Of Which Must Be Confirmed In Writing Within Two (2) Days By The Lcrb And Submitted Personally Or Sent By Registered Mail Or Electronically To The Procuring Entity. 30.3. Notwithstanding The Issuance Of The Notice Of Award, Award Of Contract Shall Be Subject To The Following Conditions: (a) Submission Of The Following Documents Within The Prescribed Period From Receipt By The Bidder Of The Notice That It Has The Lowest Calculated And Responsive Bid: (i) Valid Jva, If Applicable, Within Ten (10) Calendar Days; (ii) Valid Pcab License And Registration For The Type And Cost Of The Contract To Be Bid For Foreign Bidders, Within Thirty (30) Calendar Days, If Allowed Under A Treaty Or International Or Executive Agreement Mentioned In Itb Clause 12.1(a)(iv); (b) Posting Of The Performance Security In Accordance With Itb Clause 32; (c) Signing Of The Contract As Provided In Itb Clause 31; And (d) Approval By Higher Authority, If Required. 31. Signing Of The Contract 31.1. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Contract Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 31.2. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, The Successful Bidder Shall Post The Required Performance Security, Sign And Date The Contract And Return It To The Procuring Entity. 31.3. The Procuring Entity Shall Enter Into Contract With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 31.4. The Following Documents Shall Form Part Of The Contract: (a) Contract Agreement; (b) Bidding Documents; (c) Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted; (d) Performance Security; (e) Credit Line In Accordance With Itb Clause 5.5, If Applicable; (f) Notice Of Award Of Contract; And (g) Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. 32. Performance Security 32.1. To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract. 32.2. The Performance Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity In An Amount Equal To The Percentage Of The Total Contract Price As Stated In The Bds In Accordance With The Following Schedule: 33. 33.1. Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Ten Percent (10%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Thirty Percent (30%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security 33.2. Failure Of The Successful Bidder To Comply With The Above-mentioned Requirement Shall Constitute Sufficient Ground For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lowest Calculated And Responsive Bid Is Identified And Selected For Contract Award. However If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 34. Notice To Proceed 34.1. Within Three (3) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed To The Bidder. 34.2. The Contract Effectivity Date Shall Be Provided In The Notice To Proceed By The Procuring Entity, Which Date Shall Not Be Later Than Seven (7) Calendar Days From The Issuance Of The Notice To Proceed. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Lgu- Mapanas, Northern Samar. The Name Of The Contract Is Rehabilitation Of Farm To Market Road, Brgy. Santa Potenciana, Mapanas N. Samar The Identification Number Of The Contract Is Pr No-2025-02-11_ 2 The Funding Source Is: Lgsf-sbdp For Fy 2024. The Name Of The Project Is: Rehabilitation Of Farm To Market Road, Brgy. Santa Potenciana, Mapanas N. Samar. 3.1 No Further Instructions. 5.1 No Further Instructions. 5.2 Bidding Is Restricted To Eligible Bidders As Defined In Itb Clause 5.1. 5.4 For This Purpose, Similar Contracts Shall Refer To Bidder’s Annual Turnover From All Works Average Over The Last Three Years Shall Be Equal To 50% Of The Estimated Cost Of The Contract Being Procured. The Bidder Must Have Completed, Within The Past Ten (10) Years From The Submission Of Bids, A Single Contract That Is Similar To This Project, Equivalent To At Least Eighty Percent (80%) Of The Abc. 8.1 “subcontracting Is Not Allowed.” 8.2 “not Applicable”. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On February 27, 2025 At 10:00 A.m. At Executive Conference 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar. 10.1 The Procuring Entity’s Address Is: The Municipality Of Mapanas, Province Of Northern Samar Ma. Teresa L. Minguez Lgu-bac Chairperson Tel. No. 09778033758 10.3 No Further Instructions. 12.1 Not Applicable 12.1(a)(i) “no Other Acceptable Proof Of Registration Is Recognized.” 12.1(a)(iv) No Further Instructions. 13.1 “no Additional Requirements” 13.1(b) The Abc Is Php4,999,999.08 Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 14.2 “no Further Instructions.” 15.4 No Further Instruction. 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 17.1 Bids Will Be Valid Until 60 Calendar Days After The Bid Submission Deadline Date As Prescribed By The Procuring Entity) 18.1 The Bid Security Shall Be In The Following Amount: 1. The Amount Of 99,999.98 If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of P250,000.00 If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. 18.2 The Bid Security Shall Be Valid Twenty Eight Days Beyond The Validity Period Of The Bid. 20.3 Each Bidder Shall Submit One Original And One Copy Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is Ma. Teresa L. Minguez Lgu-bac Chairperson Bac Office @ Mpdo, 1st Floor, New Municipal Bldg. Municipality Of Mapanas, Northern Samar The Deadline For Submission Of Bids Is 9:00 A.m. On March 10, 2025. 22 The Place Of Bid Opening Is Executive Conference Room, 2nd Floor, New Municipal Bldg. Municipality Of Mapanas, Northern Samar. The Date And Time Of Bid Opening Is March 10, 2025 At Exactly 10:00 A.m. 24.2 No Further Instructions. 27.3(b) Bid Modification Is Not Allowed. 27.4 No Further Instructions. 28.2(b) Bidders Have Option To Submit Manually Filed Tax Returns Or Tax Returns Filed Through The Electronic Filing And Payments System (efps). Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 28.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 1. Taxpayer’s Identification Number 2. Vat Registration 3. Philippine Contractors Accreditation Board (pcab) License The Requirements Are Applicable Only In A Case Where The Lowest Calculated Bid (lcb) Is Submitted By A Domestic Bidder, And If The Lowest Calculated Bid (lcb) Is Submitted By A Foreign Bidder, This Requirements Are Not Applicable 31.4(g) List Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Department Of Labor And Employment, And Pert/cpm. 32.2 The Performance Security Shall Be In The Following Amount: 1. The Amount Of 10% Of Contract If Performance Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of 30% Of Contract If Performance Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. Section Iv. General Conditions Of Contract Table Of Contents 1. Definitions 41 2. Interpretation 43 3. Governing Language And Law 43 4. Communications 43 5. Possession Of Site 43 6. The Contractor’s Obligations 44 7. Performance Security 45 8. Subcontracting 46 9. Liquidated Damages 46 10. Site Investigation Reports 47 11. The Procuring Entity, Licenses And Permits 47 12. Contractor’s Risk And Warranty Security 47 13. Liability Of The Contractor 49 14. Procuring Entity’s Risk 49 15. Insurance 49 16. Termination For Default Of Contractor 51 17. Termination For Default Of Procuring Entity 51 18. Termination For Other Causes 52 19. Procedures For Termination Of Contracts 53 20. Force Majeure, Release From Performance 56 21. Resolution Of Disputes 56 22. Suspension Of Loan, Credit, Grant, Or Appropriation 57 23. Procuring Entity’s Representative’s Decisions 57 24. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 57 25. Acceleration And Delays Ordered By The Procuring Entity’s Representative 58 26. Extension Of The Intended Completion Date 58 27. Right To Vary 58 28. Contractors Right To Claim 59 29. Dayworks 59 30. Early Warning 59 31. Program Of Work 59 32. Management Conferences 60 33. Bill Of Quantities 60 34. Instructions, Inspections And Audits 61 35. Identifying Defects 61 36. Cost Of Repairs 61 37. Correction Of Defects 61 38. Uncorrected Defects 62 39. Advance Payment 62 40. Progress Payments 62 41. Payment Certificates 63 42. Retention 63 43. Variation Orders 64 44. Contract Completion 66 45. Suspension Of Work 66 46. Payment On Termination 67 47. Extension Of Contract Time 67 48. Price Adjustment 68 49. Completion 68 50. Taking Over 69 51. Operating And Maintenance Manuals 69 1. Definitions For Purposes Of This Clause, Boldface Type Is Used To Identify Defined Terms. 1.1. The Arbiter Is The Person Appointed Jointly By The Procuring Entity And The Contractor To Resolve Disputes In The First Instance, As Provided For In Gcc Clause 21. 1.2. Bill Of Quantities Refers To A List Of The Specific Items Of The Work And Their Corresponding Unit Prices, Lump Sums, And/or Provisional Sums. 1.3. The Completion Date Is The Date Of Completion Of The Works As Certified By The Procuring Entity’s Representative, In Accordance With Gcc Clause 49. 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 Contractor’s 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 Contractor’s 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 Entity’s Representative Upon Correction Of Defects By The Contractor. 1.13. The Defects Liability Period Is The One Year Period Between Contract Completion And Final Acceptance Within Which The Contractor Assumes The Responsibility To Undertake The Repair Of Any Damage To The Works At His Own Expense. 1.14. 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 Entity’s 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 Entity’s Representative To The Contractor Requiring The Latter To Begin The Commencement Of The Work Not Later Than A Specified Or Determinable Date. 1.19. 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 Entity’s Representative Refers To The Head Of The Procuring Entity Or His Duly Authorized Representative, Identified In The Scc, Who Shall Be Responsible For Supervising The Execution Of The Works And Administering This Contract. 1.23. 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 Entity’s 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 Entity’s Representative; (iii) And The Carrying Out Of All Duties And Obligations Of The Contractor Imposed By This Contract As Described In The Scc. 2. Interpretation 2.1. In Interpreting The Conditions Of Contract, Singular Also Means Plural, Male Also Means Female Or Neuter, And The Other Way Around. Headings Have No Significance. Words Have Their Normal Meaning Under The Language Of This Contract Unless Specifically Defined. The Procuring Entity’s Representative Will Provide Instructions Clarifying Queries About The Conditions Of Contract. 2.2. If Sectional Completion Is Specified In The Scc, References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Governing Language And Law 3.1. This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Which Are Exchanged By The Parties Shall Be Written In English. 3.2. This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4. Communications Communications Between Parties That Are Referred To In The Conditions Shall Be Effective Only When In Writing. A Notice Shall Be Effective Only When It Is Received By The Concerned Party. 5. Possession Of Site 5.1. On The Date Specified In The Scc, The Procuring Entity Shall Grant The Contractor Possession Of So Much Of The Site As May Be Required To Enable It To Proceed With The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 5.2. If Possession Of A Portion Is Not Given By The Date Stated In The Scc Clause 5.1, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contact Time To Address Such Delay Shall Be In Accordance With Gcc Clause 47. 5.3. The Contractor Shall Bear All Costs And Charges For Special Or Temporary Right-of-way Required By It In Connection With Access To The Site. The Contractor Shall Also Provide At His Own Cost Any Additional Facilities Outside The Site Required By It For Purposes Of The Works. 5.4. The Contractor Shall Allow The Procuring Entity’s Representative And Any Person Authorized By The Procuring Entity’s Representative Access To The Site And To Any Place Where Work In Connection With This Contract Is Being Carried Out Or Is Intended To Be Carried Out. 6. The Contractor’s Obligations 6.1. The Contractor Shall Carry Out The Works Properly And In Accordance With This Contract. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Contractor's Equipment, Which May Be Required. All Materials And Plant On Site Shall Be Deemed To Be The Property Of The Procuring Entity. 6.2. The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Program Of Work Submitted By The Contractor, As Updated With The Approval Of The Procuring Entity’s Representative, And Complete Them By The Intended Completion Date. 6.3. The Contractor Shall Be Responsible For The Safety Of All Activities On The Site. 6.4. The Contractor Shall Carry Out All Instructions Of The Procuring Entity’s Representative That Comply With The Applicable Laws Where The Site Is Located. 6.5. The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel, As Referred To In The Scc, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 6.6. If The Procuring Entity’s Representative Asks The Contractor To Remove A Member Of The Contractor’s Staff Or Work Force, For Justifiable Cause, The Contractor Shall Ensure That The Person Leaves The Site Within Seven (7) Days And Has No Further Connection With The Work In This Contract. 6.7. During Contract Implementation, The Contractor And His Subcontractors Shall Abide At All Times By All Labor Laws, Including Child Labor Related Enactments, And Other Relevant Rules. 6.8. The Contractor Shall Submit To The Procuring Entity For Consent The Name And Particulars Of The Person Authorized To Receive Instructions On Behalf Of The Contractor. 6.9. The Contractor Shall Cooperate And Share The Site With Other Contractors, Public Authorities, Utilities, And The Procuring Entity Between The Dates Given In The Schedule Of Other Contractors Particularly When They Shall Require Access To The Site. The Contractor Shall Also Provide Facilities And Services For Them During This Period. The Procuring Entity May Modify The Schedule Of Other Contractors, And Shall Notify The Contractor Of Any Such Modification Thereto. 6.10. Should Anything Of Historical Or Other Interest Or Of Significant Value Be Unexpectedly Discovered On The Site, It Shall Be The Property Of The Procuring Entity. The Contractor Shall Notify The Procuring Entity’s Representative Of Such Discoveries And Carry Out The Procuring Entity’s Representative’s Instructions In Dealing With Them. 7. Performance Security 7.1. 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. 7.2. The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Contractor Is In Default In Any Of Its Obligations Under The Contract. 7.3. The Performance Security Shall Remain Valid Until Issuance By The Procuring Entity Of The Certificate Of Final Acceptance. 7.4. The Performance Security May Be Released By The Procuring Entity And Returned To The Contractor After The Issuance Of The Certificate Of Final Acceptance Subject To The Following Conditions: (a) There Are No Pending Claims Against The Contractor Or The Surety Company Filed By The Procuring Entity; (b) The Contractor Has No Pending Claims For Labor And Materials Filed Against It; And (c) Other Terms Specified In The Scc. 7.5. The Contractor Shall Post An Additional Performance Security Following The Amount And Form Specified In Itb Clause 32.2 To Cover Any Cumulative Increase Of More Than Ten Percent (10%) Over The Original Value Of The Contract As A Result Of Amendments To Order Or Change Orders, Extra Work Orders And Supplemental Agreements, As The Case May Be. The Contractor Shall Cause The Extension Of The Validity Of The Performance Security To Cover Approved Contract Time Extensions. 7.6. In Case Of A Reduction In The Contract Value Or For Partially Completed Works Under The Contract Which Are Usable And Accepted By The Procuring Entity The Use Of Which, In The Judgment Of The Implementing Agency Or The Procuring Entity, Will Not Affect The Structural Integrity Of The Entire Project, The Procuring Entity Shall Allow A Proportional Reduction In The Original Performance Security, Provided That Any Such Reduction Is More Than Ten Percent (10%) And That The Aggregate Of Such Reductions Is Not More Than Fifty Percent (50%) Of The Original Performance Security. 7.7. Unless Otherwise Indicated In The Scc, The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Act 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 8. Subcontracting 8.1. Unless Otherwise Indicated In The Scc, The Contractor Cannot Subcontract Works More Than The Percentage Specified In Itb Clause 8.1. 8.2. Subcontracting Of Any Portion Of The Works Does Not Relieve The Contractor Of Any Liability Or Obligation Under This Contract. The Contractor Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 8.3. Subcontractors Disclosed And Identified During The Bidding May Be Changed During The Implementation Of This Contract, Subject To Compliance With The Required Qualifications And The Approval Of The Procuring Entity. 9. Liquidated Damages 9.1. The Contractor Shall Pay Liquidated Damages To The Procuring Entity For Each Day That The Completion Date Is Later Than The Intended Completion Date. The Applicable Liquidated Damages Is At Least One-tenth (1/10) Of A Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Total Amount Of Liquidated Damages Shall Not Exceed Ten Percent (10%) Of The Amount Of The Contract. The Procuring Entity May Deduct Liquidated Damages From Payments Due To The Contractor. Payment Of Liquidated Damages Shall Not Affect The Contractor. 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. 9.2. If The Intended Completion Date Is Extended After Liquidated Damages Have Been Paid, The Engineer Of The Procuring Entity Shall Correct Any Overpayment Of Liquidated Damages By The Contractor By Adjusting The Next Payment Certificate. The Contractor Shall Be Paid Interest On The Overpayment, Calculated From The Date Of Payment To The Date Of Repayment, At The Rates Specified In Gcc Clause 40.3. 10. 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. 11. 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. 12. Contractor’s Risk And Warranty Security 12.1. The Contractor Shall Assume Full Responsibility For The Works From The Time Project Construction Commenced Up To Final Acceptance By The Procuring Entity And Shall Be Held Responsible For Any Damage Or Destruction Of The Works Except Those Occasioned By Force Majeure. The Contractor Shall Be Fully Responsible For The Safety, Protection, Security, And Convenience Of His Personnel, Third Parties, And The Public At Large, As Well As The Works, Equipment, Installation, And The Like To Be Affected By His Construction Work. 12.2. The Defects Liability Period For Infrastructure Projects Shall Be One Year From Contract Completion Up To Final Acceptance By The Procuring Entity. During This Period, The Contractor Shall Undertake The Repair Works, At His Own Expense, Of Any Damage To The Works On Account Of The Use Of Materials Of Inferior Quality Within Ninety (90) Days From The Time The Head Of The Procuring Entity Has Issued An Order To Undertake Repair. In Case Of Failure Or Refusal To Comply With This Mandate, The Procuring Entity Shall Undertake Such Repair Works And Shall Be Entitled To Full Reimbursement Of Expenses Incurred Therein Upon Demand. 12.3. Unless Otherwise Indicated In The Scc, In Case The Contractor Fails To Comply With The Preceding Paragraph, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property (ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 12.4. After Final Acceptance Of The Works By The Procuring Entity, The Contractor Shall Be Held Responsible For “structural Defects”, I.e., Major Faults/flaws/deficiencies In One Or More Key Structural Elements Of The Project Which May Lead To Structural Failure Of The Completed Elements Or Structure, Or “structural Failures”, I.e., Where One Or More Key Structural Elements In An Infrastructure Facility Fails Or Collapses, Thereby Rendering The Facility Or Part Thereof Incapable Of Withstanding The Design Loads, And/or Endangering The Safety Of The Users Or The General Public: (a) Contractor – Where Structural Defects/failures Arise Due To Faults Attributable To Improper Construction, Use Of Inferior Quality/substandard Materials, And Any Violation Of The Contract Plans And Specifications, The Contractor Shall Be Held Liable; (b) Consultants – Where Structural Defects/failures Arise Due To Faulty And/or Inadequate Design And Specifications As Well As Construction Supervision, Then The Consultant Who Prepared The Design Or Undertook Construction Supervision For The Project Shall Be Held Liable; (c) Procuring Entity’s Representatives/project Manager/construction Managers And Supervisors – The Project Owner’s Representative(s), Project Manager, Construction Manager, And Supervisor(s) Shall Be Held Liable In Cases Where The Structural Defects/failures Are Due To His/their Willful Intervention In Altering The Designs And Other Specifications; Negligence Or Omission In Not Approving Or Acting On Proposed Changes To Noted Defects Or Deficiencies In The Design And/or Specifications; And The Use Of Substandard Construction Materials In The Project; (d) Third Parties - Third Parties Shall Be Held Liable In Cases Where Structural Defects/failures Are Caused By Work Undertaken By Them Such As Leaking Pipes, Diggings Or Excavations, Underground Cables And Electrical Wires, Underground Tunnel, Mining Shaft And The Like, In Which Case The Applicable Warranty To Such Structure Should Be Levied To Third Parties For Their Construction Or Restoration Works. (e) Users - In Cases Where Structural Defects/failures Are Due To Abuse/misuse By The End User Of The Constructed Facility And/or Non–compliance By A User With The Technical Design Limits And/or Intended Purpose Of The Same, Then The User Concerned Shall Be Held Liable. 12.5. The Warranty Against Structural Defects/failures, Except Those Occasioned On Force Majeure, Shall Cover The Period Specified In The Scc Reckoned From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. 12.6. The Contractor Shall Be Required To Put Up A Warranty Security In The Form Of Cash, Bank Guarantee, Letter Of Credit, Gsis Or Surety Bond Callable On Demand, In Accordance With The Following Schedule: Form Of Warranty Minimum Amount In Percentage (%) Of Total Contract Price (a) Cash Or Letter Of Credit Issued By Universal Or Commercial Bank: Provided, However, That The Letter Of Credit Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank Five Percent (5%) (b) Bank Guarantee Confirmed By Universal Or Commercial Bank: Provided, However, That The Letter Of Credit Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank Ten Percent (10%) (c) Surety Bond Callable Upon Demand Issued By Gsis Or Any Surety Or Insurance Company Duly Certified By The Insurance Commission Thirty Percent (30%) 12.7. The Warranty Security Shall Be Stated In Philippine Pesos And Shall Remain Effective For One Year From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity, And Returned Only After The Lapse Of Said One Year Period. 12.8. In Case Of Structural Defects/failure Occurring During The Applicable Warranty Period Provided In Gcc Clause 12.5, The Procuring Entity Shall Undertake The Necessary Restoration Or Reconstruction Works And Shall Be Entitled To Full Reimbursement By The Parties Found To Be Liable For Expenses Incurred Therein Upon Demand, Without Prejudice To The Filing Of Appropriate Administrative, Civil, And/or Criminal Charges Against The Responsible Persons As Well As The Forfeiture Of The Warranty Security Posted In Favor Of The Procuring Entity. 13. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. 14. Procuring Entity’s Risk 14.1. From The Start Date Until The Certificate Of Final Acceptance Has Been Issued, The Following Are Risks Of The Procuring Entity: (a) The Risk Of Personal Injury, Death, Or Loss Of Or Damage To Property (excluding The Works, Plant, Materials, And Equipment), Which Are Due To: (i) Any Type Of Use Or Occupation Of The Site Authorized By The Procuring Entity After The Official Acceptance Of The Works; Or (ii) Negligence, Breach Of Statutory Duty, Or Interference With Any Legal Right By The Procuring Entity Or By Any Person Employed By Or Contracted To Him Except The Contractor. (b) The Risk Of Damage To The Works, Plant, Materials, And Equipment To The Extent That It Is Due To A Fault Of The Procuring Entity Or In The Procuring Entity’s Design, Or Due To War Or Radioactive Contamination Directly Affecting The Country Where The Works Are To Be Executed. 15. Insurance 15.1. The Contractor Shall, Under His Name And At His Own Expense, Obtain And Maintain, For The Duration Of This Contract, The Following Insurance Coverage: (a) Contractor’s All Risk Insurance; (b) Transportation To The Project Site Of Equipment, Machinery, And Supplies Owned By The Contractor; (c) Personal Injury Or Death Of Contractor’s Employees; And (d) Comprehensive Insurance For Third Party Liability To Contractor’s Direct Or Indirect Act Or Omission Causing Damage To Third Persons. 15.2. The Contractor Shall Provide Evidence To The Procuring Entity’s Representative That The Insurances Required Under This Contract Have Been Effected And Shall, Within A Reasonable Time, Provide Copies Of The Insurance Policies To The Procuring Entity’s Representative. Such Evidence And Such Policies Shall Be Provided To The Procuring Entity’s Through The Procuring Entity’s Representative. 15.3. The Contractor Shall Notify The Insurers Of Changes In The Nature, Extent, Or Program For The Execution Of The Works And Ensure The Adequacy Of The Insurances At All Times In Accordance With The Terms Of This Contract And Shall Produce To The Procuring Entity’s Representative The Insurance Policies In Force Including The Receipts For Payment Of The Current Premiums. The Above Insurance Policies Shall Be Obtained From Any Reputable Insurance Company Approved By The Procuring Entity’s Representative. 15.4. If The Contractor Fails To Obtain And Keep In Force The Insurances Referred To Herein Or Any Other Insurance Which He May Be Required To Obtain Under The Terms Of This Contract, The Procuring Entity May Obtain And Keep In Force Any Such Insurances And Pay Such Premiums As May Be Necessary For The Purpose. From Time To Time, The Procuring Entity May Deduct The Amount It Shall Pay For Said Premiums Including Twenty Five Percent (25%) Therein From Any Monies Due, Or Which May Become Due, To The Contractor, Without Prejudice To The Procuring Entity Exercising Its Right To Impose Other Sanctions Against The Contractor Pursuant To The Provisions Of This Contract. 15.5. In The Event The Contractor Fails To Observe The Above Safeguards, The Procuring Entity May, At The Contractor’s Expense, Take Whatever Measure Is Deemed Necessary For Its Protection And That Of The Contractor’s Personnel And Third Parties, And/or Order The Interruption Of Dangerous Works. In Addition, The Procuring Entity May Refuse To Make The Payments Under Gcc Clause 40 Until The Contractor Complies With This Clause. 15.6. The Contractor Shall Immediately Replace The Insurance Policy Obtained As Required In This Contract, Without Need Of The Procuring Entity’s Demand, With A New Policy Issued By A New Insurance Company Acceptable To The Procuring Entity For Any Of The Following Grounds: (a) The Issuer Of The Insurance Policy To Be Replaced Has: (i) Become Bankrupt; (ii) Been Placed Under Receivership Or Under A Management Committee; (iii) Been Sued For Suspension Of Payment; Or (iv) Been Suspended By The Insurance Commission And Its License To Engage In Business Or Its Authority To Issue Insurance Policies Cancelled; Or (v) Where Reasonable Grounds Exist That The Insurer May Not Be Able, Fully And Promptly, To Fulfill Its Obligation Under The Insurance Policy. 16. Termination For Default Of Contractor 16.1. The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attend Its Implementation: 16.2. Due To The Contractor’s Fault And While The Project Is On-going, It Has Incurred Negative Slippage Of Fifteen Percent (15%) Or More In Accordance With Presidential Decree 1870, Regardless Of Whether Or Not Previous Warnings And Notices Have Been Issued For The Contractor To Improve His Performance; 16.3. Due To Its Own Fault And After This Contract Time Has Expired, The Contractor Incurs Delay In The Completion Of The Work After This Contract Has Expired; Or 16.4. The Contractor: (a) Abandons The Contract Works, Refuses Or Fails To Comply With A Valid Instruction Of The Procuring Entity Or Fails To Proceed Expeditiously And Without Delay Despite A Written Notice By The Procuring Entity; (b) Does Not Actually Have On The Project Site The Minimum Essential Equipment Listed On The Bid Necessary To Prosecute The Works In Accordance With The Approved Program Of Work And Equipment Deployment Schedule As Required For The Project; (c) Does Not Execute The Works In Accordance With This Contract Or Persistently Or Flagrantly Neglects To Carry Out Its Obligations Under This Contract; (d) Neglects Or Refuses To Remove Materials Or To Perform A New Work That Has Been Rejected As Defective Or Unsuitable; Or (e) Sub-lets Any Part Of This Contract Without Approval By The Procuring Entity. 16.5. All Materials On The Site, Plant, Equipment, And Works Shall Be Deemed To Be The Property Of The Procuring Entity If This Contract Is Rescinded Because Of The Contractor’s Default. 17. Termination For Default Of Procuring Entity The Contractor May Terminate This Contract With The Procuring Entity If The Works Are Completely Stopped For A Continuous Period Of At Least Sixty (60) Calendar Days Through No Fault Of Its Own, Due To Any Of The Following Reasons: (a) Failure Of The Procuring Entity To Deliver, Within A Reasonable Time, Supplies, Materials, Right-of-way, Or Other Items It Is Obligated To Furnish Under The Terms Of This Contract; Or (b) The Prosecution Of The Work Is Disrupted By The Adverse Peace And Order Situation, As Certified By The Armed Forces Of The Philippines Provincial Commander And Approved By The Secretary Of National Defense. 18. Termination For Other Causes 18.1. The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate This Contract For The Convenience Of The Procuring Entity If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 18.2. The Procuring Entity Or The Contractor May Terminate This Contract If The Other Party Causes A Fundamental Breach Of This Contract. 18.3. Fundamental Breaches Of Contract Shall Include, But Shall Not Be Limited To, The Following: (a) The Contractor Stops Work For Twenty Eight (28) Days When No Stoppage Of Work Is Shown On The Current Program Of Work And The Stoppage Has Not Been Authorized By The Procuring Entity’s Representative; (b) The Procuring Entity’s Representative Instructs The Contractor To Delay The Progress Of The Works, And The Instruction Is Not Withdrawn Within Twenty Eight (28) Days; (c) The Procuring Entity Shall Terminate This Contract If The Contractor Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Contractor, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Contractor. In The Case Of The Contractor's Insolvency, Any Contractor's Equipment Which The Procuring Entity Instructs In The Notice Is To Be Used Until The Completion Of The Works; (d) A Payment Certified By The Procuring Entity’s Representative Is Not Paid By The Procuring Entity To The Contractor Within Eighty Four (84) Days From The Date Of The Procuring Entity’s Representative’s Certificate; (e) The Procuring Entity’s Representative Gives Notice That Failure To Correct A Particular Defect Is A Fundamental Breach Of Contract And The Contractor Fails To Correct It Within A Reasonable Period Of Time Determined By The Procuring Entity’s Representative; (f) The Contractor Does Not Maintain A Security, Which Is Required; (g) The Contractor Has Delayed The Completion Of The Works By The Number Of Days For Which The Maximum Amount Of Liquidated Damages Can Be Paid, As Defined In The Gcc Clause 9; And (h) In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To, The Following: (i) Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Defined In Itb Clause 3.1(a), Unless Otherwise Specified In The Scc; (ii) Drawing Up Or Using Forged Documents; (iii) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (iv) Any Other Act Analogous To The Foregoing. 18.4. The Funding Source Or The Procuring Entity, As Appropriate, Will Seek To Impose The Maximum Civil, Administrative And/or Criminal Penalties Available Under The Applicable Law On Individuals And Organizations Deemed To Be Involved With Corrupt, Fraudulent, Or Coercive Practices. 18.5. When Persons From Either Party To This Contract Gives Notice Of A Fundamental Breach To The Procuring Entity’s Representative In Order To Terminate The Existing Contract For A Cause Other Than Those Listed Under Gcc Clause 18.3, The Procuring Entity’s Representative Shall Decide Whether The Breach Is Fundamental Or Not. 18.6. If This Contract Is Terminated, The Contractor Shall Stop Work Immediately, Make The Site Safe And Secure, And Leave The Site As Soon As Reasonably Possible. 19. Procedures For Termination Of Contracts 19.1. The Following Provisions Shall Govern The Procedures For The Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Procuring Entity Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Procuring Entity, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Contractor Conveying The Termination Of This Contract. The Notice Shall State: (i) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (ii) The Extent Of Termination, Whether In Whole Or In Part; (iii) An Instruction To The Contractor To Show Cause As To Why This Contract Should Not Be Terminated; And (iv) Special Instructions Of The Procuring Entity, If Any. The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (c) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Contractor Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why The Contract Should Not Be Terminated. If The Contractor Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating The Contract; (d) The Procuring Entity May, At Anytime Before Receipt Of The Bidder’s Verified Position Paper Described In Item (c) Above Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Contractor’s Receipt Of The Notice; (e) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Contractor Of Its Decision And, Unless Otherwise Provided In The Said Notice, This Contract Is Deemed Terminated From Receipt Of The Contractor Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; And (f) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity. 19.2. Pursuant To Section 69(f) Of Ra 9184 And Without Prejudice To The Imposition Of Additional Administrative Sanctions As The Internal Rules Of The Agency May Provide And/or Further Criminal Prosecution As Provided By Applicable Laws, The Procuring Entity Shall Impose On Contractors After The Termination Of The Contract The Penalty Of Suspension For One (1) Year For The First Offense, Suspension For Two (2) Years For The Second Offense From Participating In The Public Bidding Process, For Violations Committed During The Contract Implementation Stage, Which Include But Not Limited To The Following: (a) Failure Of The Contractor, Due Solely To His Fault Or Negligence, To Mobilize And Start Work Or Performance Within The Specified Period In The Notice To Proceed (“ntp”); (b) Failure By The Contractor To Fully And Faithfully Comply With Its Contractual Obligations Without Valid Cause, Or Failure By The Contractor To Comply With Any Written Lawful Instruction Of The Procuring Entity Or Its Representative(s) Pursuant To The Implementation Of The Contract. For The Procurement Of Infrastructure Projects Or Consultancy Contracts, Lawful Instructions Include But Are Not Limited To The Following: (i) Employment Of Competent Technical Personnel, Competent Engineers And/or Work Supervisors; (ii) Provision Of Warning Signs And Barricades In Accordance With Approved Plans And Specifications And Contract Provisions; (iii) Stockpiling In Proper Places Of All Materials And Removal From The Project Site Of Waste And Excess Materials, Including Broken Pavement And Excavated Debris In Accordance With Approved Plans And Specifications And Contract Provisions; (iv) Deployment Of Committed Equipment, Facilities, Support Staff And Manpower; And (v) Renewal Of The Effectivity Dates Of The Performance Security After Its Expiration During The Course Of Contract Implementation. (c) Assignment And Subcontracting Of The Contract Or Any Part Thereof Or Substitution Of Key Personnel Named In The Proposal Without Prior Written Approval By The Procuring Entity. (d) Poor Performance By The Contractor Or Unsatisfactory Quality And/or Progress Of Work Arising From His Fault Or Negligence As Reflected In The Constructor's Performance Evaluation System (“cpes”) Rating Sheet. In The Absence Of The Cpes Rating Sheet, The Existing Performance Monitoring System Of The Procuring Entity Shall Be Applied. Any Of The Following Acts By The Contractor Shall Be Construed As Poor Performance: (i) Negative Slippage Of 15% And Above Within The Critical Path Of The Project Due Entirely To The Fault Or Negligence Of The Contractor; And (ii) Quality Of Materials And Workmanship Not Complying With The Approved Specifications Arising From The Contractor's Fault Or Negligence. (e) Willful Or Deliberate Abandonment Or Non-performance Of The Project Or Contract By The Contractor Resulting To Substantial Breach Thereof Without Lawful And/or Just Cause. In Addition To The Penalty Of Suspension, The Performance Security Posted By The Contractor Shall Also Be Forfeited. 20. Force Majeure, Release From Performance 20.1. For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 20.2. If This Contract Is Discontinued By An Outbreak Of War Or By Any Other Event Entirely Outside The Control Of Either The Procuring Entity Or The Contractor, The Procuring Entity’s Representative Shall Certify That This Contract Has Been Discontinued. The Contractor Shall Make The Site Safe And Stop Work As Quickly As Possible After Receiving This Certificate And Shall Be Paid For All Works Carried Out Before Receiving It And For Any Work Carried Out Afterwards To Which A Commitment Was Made. 20.3. If The Event Continues For A Period Of Eighty Four (84) Days, Either Party May Then Give Notice Of Termination, Which Shall Take Effect Twenty Eight (28) Days After The Giving Of The Notice. 20.4. After Termination, The Contractor Shall Be Entitled To Payment Of The Unpaid Balance Of The Value Of The Works Executed And Of The Materials And Plant Reasonably Delivered To The Site, Adjusted By The Following: (a) Any Sum To Which The Contractor Is Entitled Under Gcc Clause 28; (b) The Cost Of His Suspension And Demobilization; (c) Any Sum To Which The Procuring Entity Is Entitled. 20.5. The Net Balance Due Shall Be Paid Or Repaid Within A Reasonable Time Period From The Time Of The Notice Of Termination. 21. Resolution Of Disputes 21.1. If Any Dispute Or Difference Of Any Kind Whatsoever Shall Arise Between The Parties In Connection With The Implementation Of The Contract Covered By The Act And This Irr, The Parties Shall Make Every Effort To Resolve Amicably Such Dispute Or Difference By Mutual Consultation. 21.2. If The Contractor Believes That A Decision Taken By The Procuring Entity’s Representative Was Either Outside The Authority Given To The Procuring Entity’s Representative By This Contract Or That The Decision Was Wrongly Taken, The Decision Shall Be Referred To The Arbiter Indicated In The Scc Within Fourteen (14) Days Of The Notification Of The Procuring Entity’s Representative’s Decision. 21.3. Any And All Disputes Arising From The Implementation Of This Contract Covered By The R.a. 9184 And Its Irr Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Republic Act No. 876, Otherwise Known As The “ Arbitration Law” And Republic Act 9285, Otherwise Known As The “alternative Dispute Resolution Act Of 2004”: Provided, However, That, Disputes That Are Within The Competence Of The Construction Industry Arbitration Commission To Resolve Shall Be Referred Thereto. The Process Of Arbitration Shall Be Incorporated As A Provision In This Contract That Will Be Executed Pursuant To The Provisions Of The Act And Its Irr: Provided, Further, That, By Mutual Agreement, The Parties May Agree In Writing To Resort To Other Alternative Modes Of Dispute Resolution. 22. Suspension Of Loan, Credit, Grant, Or Appropriation In The Event That The Funding Source Suspends The Loan, Credit, Grant, Or Appropriation To The Procuring Entity, From Which Part Of The Payments To The Contractor Are Being Made: (a) The Procuring Entity Is Obligated To Notify The Contractor Of Such Suspension Within Seven (7) Days Of Having Received The Suspension Notice. (b) If The Contractor Has Not Received Sums Due It For Work Already Done Within Forty Five (45) Days From The Time The Contractor’s Claim For Payment Has Been Certified By The Procuring Entity’s Representative, The Contractor May Immediately Issue A Suspension Of Work Notice In Accordance With Gcc Clause 45.2. 23. Procuring Entity’s Representative’s Decisions 23.1. Except Where Otherwise Specifically Stated, The Procuring Entity’s Representative Will Decide Contractual Matters Between The Procuring Entity And The Contractor In The Role Representing The Procuring Entity. 23.2. The Procuring Entity’s Representative May Delegate Any Of His Duties And Responsibilities To Other People, Except To The Arbiter, After Notifying The Contractor, And May Cancel Any Delegation After Notifying The Contractor. 24. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 24.1. All Drawings Prepared By The Contractor For The Execution Of The Temporary Works, Are Subject To Prior Approval By The Procuring Entity’s Representative Before Its Use. 24.2. The Contractor Shall Be Responsible For Design Of Temporary Works. 24.3. The Procuring Entity’s Representative’s Approval Shall Not Alter The Contractor’s Responsibility For Design Of The Temporary Works. 24.4. The Contractor Shall Obtain Approval Of Third Parties To The Design Of The Temporary Works, When Required By The Procuring Entity. 25. Acceleration And Delays Ordered By The Procuring Entity’s Representative 25.1. When The Procuring Entity Wants The Contractor To Finish Before The Intended Completion Date, The Procuring Entity’s Representative Will Obtain Priced Proposals For Achieving The Necessary Acceleration From The Contractor. If The Procuring Entity Accepts These Proposals, The Intended Completion Date Will Be Adjusted Accordingly And Confirmed By Both The Procuring Entity And The Contractor. 25.2. If The Contractor’s Financial Proposals For An Acceleration Are Accepted By The Procuring Entity, They Are Incorporated In The Contract Price And Treated As A Variation. 26. Extension Of The Intended Completion Date 26.1. The Procuring Entity’s Representative Shall Extend The Intended Completion Date If A Variation Is Issued Which Makes It Impossible For The Intended Completion Date To Be Achieved By The Contractor Without Taking Steps To Accelerate The Remaining Work, Which Would Cause The Contractor To Incur Additional Costs. No Payment Shall Be Made For Any Event Which May Warrant The Extension Of The Intended Completion Date. 26.2. The Procuring Entity’s Representative Shall Decide Whether And By How Much To Extend The Intended Completion Date Within Twenty One (21) Days Of The Contractor Asking The Procuring Entity’s Representative For A Decision Thereto After Fully Submitting All Supporting Information. If The Contractor Has Failed To Give Early Warning Of A Delay Or Has Failed To Cooperate In Dealing With A Delay, The Delay By This Failure Shall Not Be Considered In Assessing The New Intended Completion Date. 27. Right To Vary 27.1. The Procuring Entity’s Representative With The Prior Approval Of The Procuring Entity May Instruct Variations, Up To A Maximum Cumulative Amount Of Ten Percent (10%) Of The Original Contract Cost. 27.2. Variations Shall Be Valued As Follows: (a) At A Lump Sum Price Agreed Between The Parties; (b) Where Appropriate, At Rates In This Contract; (c) In The Absence Of Appropriate Rates, The Rates In This Contract Shall Be Used As The Basis For Valuation; Or Failing Which (d) At Appropriate New Rates, Equal To Or Lower Than Current Industry Rates And To Be Agreed Upon By Both Parties And Approved By The Head Of The Procuring Entity. 28. Contractor's Right To Claim If The Contractor Incurs Cost As A Result Of Any Of The Events Under Gcc Clause 13, The Contractor Shall Be Entitled To The Amount Of Such Cost. If As A Result Of Any Of The Said Events, It Is Necessary To Change The Works, This Shall Be Dealt With As A Variation. 29. Dayworks 29.1. Subject To Gcc Clause 43 On Variation Order, And If Applicable As Indicated In The Scc, The Day Works Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 29.2. All Work To Be Paid For As Day Works Shall Be Recorded By The Contractor On Forms Approved By The Procuring Entity’s Representative. Each Completed Form Shall Be Verified And Signed By The Procuring Entity’s Representative Within Two Days Of The Work Being Done. 29.3. The Contractor Shall Be Paid For Day Works Subject To Obtaining Signed Dayworks Forms. 30. Early Warning 30.1. The Contractor Shall Warn The Procuring Entity’s Representative At The Earliest Opportunity Of Specific Likely Future Events Or Circumstances That May Adversely Affect The Quality Of The Work, Increase The Contract Price, Or Delay The Execution Of The Works. The Procuring Entity’s Representative May Require The Contractor To Provide An Estimate Of The Expected Effect Of The Future Event Or Circumstance On The Contract Price And Completion Date. The Estimate Shall Be Provided By The Contractor As Soon As Reasonably Possible. 30.2. The Contractor Shall Cooperate With The Procuring Entity’s Representative In Making And Considering Proposals For How The Effect Of Such An Event Or Circumstance Can Be Avoided Or Reduced By Anyone Involved In The Work And In Carrying Out Any Resulting Instruction Of The Procuring Entity’s Representative. 31. Program Of Work 31.1. Within The Time Stated In The Scc, The Contractor Shall Submit To The Procuring Entity’s Representative For Approval A Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. 31.2. An Update Of The Program Of Work Shall The Show The Actual Progress Achieved On Each Activity And The Effect Of The Progress Achieved On The Timing Of The Remaining Work, Including Any Changes To The Sequence Of The Activities. 31.3. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 31.4. The Procuring Entity’s Representative’s Approval Of The Program Of Work Shall Not Alter The Contractor’s Obligations. The Contractor May Revise The Program Of Work And Submit It To The Procuring Entity’s Representative Again At Any Time. A Revised Program Of Work Shall Show The Effect Of Any Approved Variations. 31.5. When The Program Of Work Is Updated, The Contractor Shall Provide The Procuring Entity’s Representative With An Updated Cash Flow Forecast. The Cash Flow Forecast Shall Include Different Currencies, As Defined In The Contract, Converted As Necessary Using The Contract Exchange Rates. 31.6. All Variations Shall Be Included In Updated Program Of Work Produced By The Contractor. 32. Management Conferences 32.1. Either The Procuring Entity’s Representative Or The Contractor May Require The Other To Attend A Management Conference. The Management Conference Shall Review The Plans For Remaining Work And Deal With Matters Raised In Accordance With The Early Warning Procedure. 32.2. The Procuring Entity’s Representative Shall Record The Business Of Management Conferences And Provide Copies Of The Record To Those Attending The Conference And To The Procuring Entity . The Responsibility Of The Parties For Actions To Be Taken Shall Be Decided By The Procuring Entity’s Representative Either At The Management Conference Or After The Management Conference And Stated In Writing To All Who Attended The Conference. 33. Bill Of Quantities 33.1. The Bill Of Quantities Shall Contain Items Of Work For The Construction, Installation, Testing, And Commissioning Of Work To Be Done By The Contractor. 33.2. The Bill Of Quantities Is Used To Calculate The Contract Price. The Contractor Is Paid For The Quantity Of The Work Done At The Rate In The Bill Of Quantities For Each Item. 33.3. If The Final Quantity Of Any Work Done Differs From The Quantity In The Bill Of Quantities For The Particular Item And Is Not More Than Twenty Five Percent (25%) Of The Original Quantity, Provided The Aggregate Changes For All Items Do Not Exceed Ten Percent (10%) Of The Contract Price, The Procuring Entity’s Representative Shall Make The Necessary Adjustments To Allow For The Changes Subject To Applicable Laws, Rules, And Regulations. 33.4. If Requested By The Procuring Entity’s Representative, The Contractor Shall Provide The Procuring Entity’s Representative With A Detailed Cost Breakdown Of Any Rate In The Bill Of Quantities. 34. Instructions, Inspections And Audits 34.1. The Procuring Entity’s Personnel Shall At All Reasonable Times During Construction Of The Work Be Entitled To Examine, Inspect, Measure And Test The Materials And Workmanship, And To Check The Progress Of The Construction. 34.2. If The Procuring Entity’s Representative Instructs The Contractor To Carry Out A Test Not Specified In The Specification To Check Whether Any Work Has A Defect And The Test Shows That It Does, The Contractor Shall Pay For The Test And Any Samples. If There Is No Defect, The Test Shall Be A Compensation Event. 34.3. The Contractor Shall Permit The Funding Source Named In The Scc To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 35. Identifying Defects The Procuring Entity’s Representative Shall Check The Contractor’s Work And Notify The Contractor Of Any Defects That Are Found. Such Checking Shall Not Affect The Contractor’s Responsibilities. The Procuring Entity’s Representative May Instruct The Contractor To Search Uncover Defects And Test Any Work That The Procuring Entity’s Representative Considers Below Standards And Defective. 36. Cost Of Repairs Loss Or Damage To The Works Or Materials To Be Incorporated In The Works Between The Start Date And The End Of The Defects Liability Periods Shall Be Remedied By The Contractor At The Contractor’s Cost If The Loss Or Damage Arises From The Contractor’s Acts Or Omissions. 37. Correction Of Defects 37.1. The Procuring Entity’s Representative Shall Give Notice To The Contractor Of Any Defects Before The End Of The Defects Liability Period, Which Isone (1) Year From Project Completion Up To Final Acceptance By The Procuring Entity’s. 37.2. Every Time Notice Of A Defect Is Given, The Contractor Shall Correct The Notified Defect Within The Length Of Time Specified In The Procuring Entity’s Representative’s Notice. 37.3. The Contractor Shall Correct The Defects Which He Notices Himself Before The End Of The Defects Liability Period. 37.4. The Procuring Entity Shall Certify That All Defects Have Been Corrected. If The Procuring Entity Considers That Correction Of A Defect Is Not Essential, He Can Request The Contractor To Submit A Quotation For The Corresponding Reduction In The Contract Price. If The Procuring Entity Accepts The Quotation, The Corresponding Change In The Scc Is A Variation. 38. Uncorrected Defects 38.1. The Procuring Entity Shall Give The Contractor At Least Fourteen (14) Days Notice Of His Intention To Use A Third Party To Correct A Defect. If The Contractor Does Not Correct The Defect Himself Within The Period, The Procuring Entity May Have The Defect Corrected By The Third Party. The Cost Of The Correction Will Be Deducted From The Contract Price. 38.2. The Use Of A Third Party To Correct Defects That Are Uncorrected By The Contractor Will In No Way Relieve The Contractor Of Its Liabilities And Warranties Under The Contract. 39. Advance Payment 39.1. The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum Or, At The Most Two, Installments According To A Schedule Specified In The Scc. 39.2. The Advance Payment Shall Be Made Only Upon The Submission To And Acceptance By The Procuring Entity Of An Irrevocable Standby Letter Of Credit Of Equivalent Value From A Commercial Bank, A Bank Guarantee Or A Surety Bond Callable Upon Demand, Issued By A Surety Or Insurance Company Duly Licensed By The Insurance Commission And Confirmed By The Procuring Entity. 39.3. The Advance Payment Shall Be Repaid By The Contractor By An Amount Equal To The Percentage Of The Total Contract Price Used For The Advance Payment. 39.4. The Contractor May Reduce His Standby Letter Of Credit Or Guarantee Instrument By The Amounts Refunded By The Monthly Certificates In The Advance Payment. 39.5. The Procuring Entity Will Provide An Advance Payment On The Contract Price As Stipulated In The Conditions Of Contract, Subject To The Maximum Amount Stated In Scc Clause 39.1. 40. Progress Payments 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 Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 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. 40.3. Payments Shall Be Adjusted By Deducting There From The Amounts For Advance Payments And Retention. The Procuring Entity Shall Pay The Contractor The Amounts Certified By The Procuring Entity’s Representative Within Twenty Eight (28) Days From The Date Each Certificate Was Issued. No Payment Of Interest For Delayed Payments And Adjustments Shall Be Made By The Procuring Entity. 40.4. The First Progress Payment May Be Paid By The Procuring Entity To The Contractor Provided That At Least Twenty Percent (20%) Of The Work Has Been Accomplished As Certified By The Procuring Entity’s Representative. 40.5. Items Of The Works For Which A Price Of “0” (zero) Has Been Entered Will Not Be Paid For By The Procuring Entity And Shall Be Deemed Covered By Other Rates And Prices In The Contract. 41. Payment Certificates 41.1. The Contractor Shall Submit To The Procuring Entity’s Representative Monthly Statements Of The Estimated Value Of The Work Executed Less The Cumulative Amount Certified Previously. 41.2. The Procuring Entity’s Representative Shall Check The Contractor’s Monthly Statement And Certify The Amount To Be Paid To The Contractor. 41.3. The Value Of Work Executed Shall: (a) Be Determined By The Procuring Entity’s Representative; (b) Comprise The Value Of The Quantities Of The Items In The Bill Of Quantities Completed; And (c) Include The Valuations Of Approved Variations. 41.4. The Procuring Entity’s Representative May Exclude Any Item Certified In A Previous Certificate Or Reduce The Proportion Of Any Item Previously Certified In Any Certificate In The Light Of Later Information. 42. Retention 42.1. The Procuring Entity Shall Retain From Each Payment Due To The Contractor An Amount Equal To A Percentage Thereof Using The Rate As Specified In Itb Sub-clause 42.2. 42.2. Progress Payments Are Subject To Retention Of Ten Percent (10%), Referred To As The “retention Money.” Such Retention Shall Be Based On The Total Amount Due To The Contractor Prior To Any Deduction And Shall Be Retained From Every Progress Payment Until Fifty Percent (50%) Of The Value Of Works, As Determined By The Procuring Entity, Are Completed. If, After Fifty Percent (50%) Completion, The Work Is Satisfactorily Done And On Schedule, No Additional Retention Shall Be Made; Otherwise, The Ten Percent (10%) Retention Shall Again Be Imposed Using The Rate Specified Therefore. 42.3. The Total “retention Money” Shall Be Due For Release Upon Final Acceptance Of The Works. The Contractor May, However, Request The Substitution Of The Retention Money For Each Progress Billing With Irrevocable Standby Letters Of Credit From A Commercial Bank, Bank Guarantees Or Surety Bonds Callable On Demand, Of Amounts Equivalent To The Retention Money Substituted For And Acceptable To The Procuring Entity, Provided That The Project Is On Schedule And Is Satisfactorily Undertaken. Otherwise, The Ten (10%) Percent Retention Shall Be Made. Said Irrevocable Standby Letters Of Credit, Bank Guarantees And/or Surety Bonds, To Be Posted In Favor Of The Government Shall Be Valid For A Duration To Be Determined By The Concerned Implementing Office/agency Or Procuring Entity And Will Answer For The Purpose For Which The Ten (10%) Percent Retention Is Intended, I.e., To Cover Uncorrected Discovered Defects And Third Party Liabilities. 42.4. On Completion Of The Whole Works, The Contractor May Substitute Retention Money With An “on Demand” Bank Guarantee In A Form Acceptable To The Procuring Entity. 43. Variation Orders 43.1. Variation Orders May Be Issued By The Procuring Entity To Cover Any Increase/decrease In Quantities, Including The Introduction Of New Work Items That Are Not Included In The Original Contract Or Reclassification Of Work Items That Are Either Due To Change Of Plans, Design Or Alignment To Suit Actual Field Conditions Resulting In Disparity Between The Preconstruction Plans Used For Purposes Of Bidding And The “as Staked Plans” Or Construction Drawings Prepared After A Joint Survey By The Contractor And The Procuring Entity After Award Of The Contract, Provided That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. The Addition/deletion Of Works Should Be Within The General Scope Of The Project As Bid And Awarded. The Scope Of Works Shall Not Be Reduced So As To Accommodate A Positive Variation Order. A Variation Order May Either Be In The Form Of A Change Order Or Extra Work Order. 43.2. A Change Order May Be Issued By The Procuring Entity To Cover Any Increase/decrease In Quantities Of Original Work Items In The Contract. 43.3. An Extra Work Order May Be Issued By The Procuring Entity To Cover The Introduction Of New Work Necessary For The Completion, Improvement Or Protection Of The Project Which Were Not Included As Items Of Work In The Original Contract, Such As, Where There Are Subsurface Or Latent Physical Conditions At The Site Differing Materially From Those Indicated In The Contract, Or Where There Are Duly Unknown Physical Conditions At The Site Of An Unusual Nature Differing Materially From Those Ordinarily Encountered And Generally Recognized As Inherent In The Work Or Character Provided For In The Contract. 43.4. Any Cumulative Variation Order Beyond Ten Percent (10%) Shall Be Subject Of Another Contract To Be Bid Out If The Works Are Separable From The Original Contract. In Exceptional Cases Where It Is Urgently Necessary To Complete The Original Scope Of Work, The Head Of The Procuring Entity May Authorize A Positive Variation Order Go Beyond Ten Percent (10%) But Not More Than Twenty Percent (20%) Of The Original Contract Price, Subject To The Guidelines To Be Determined By The Gppb: Provided, However, That Appropriate Sanctions Shall Be Imposed On The Designer, Consultant Or Official Responsible For The Original Detailed Engineering Design Which Failed To Consider The Variation Order Beyond Ten Percent (10%). 43.5. In Claiming For Any Variation Order, The Contractor Shall, Within Seven (7) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Condition(s) Leading To The Extra Cost, And Within Twenty-eight (28) Calendar Days Deliver A Written Communication Giving Full And Detailed Particulars Of Any Extra Cost In Order That It May Be Investigated At That Time. Failure To Provide Either Of Such Notices In The Time Stipulated Shall Constitute A Waiver By The Contractor For Any Claim. The Preparation And Submission Of Variation Orders Are As Follows: (a) If The Procuring Entity’s Representative/project Engineer Believes That A Change Order Or Extra Work Order Should Be Issued, He Shall Prepare The Proposed Order Accompanied With The Notices Submitted By The Contractor, The Plans Therefore, His Computations As To The Quantities Of The Additional Works Involved Per Item Indicating The Specific Stations Where Such Works Are Needed, The Date Of His Inspections And Investigations Thereon, And The Log Book Thereof, And A Detailed Estimate Of The Unit Cost Of Such Items Of Work, Together With His Justifications For The Need Of Such Change Order Or Extra Work Order, And Shall Submit The Same To The Head Of The Procuring Entity For Approval. (b) The Head Of The Procuring Entity Or His Duly Authorized Representative, Upon Receipt Of The Proposed Change Order Or Extra Work Order Shall Immediately Instruct The Technical Staff Of The Procuring Entity’s To Conduct An On-the-spot Investigation To Verify The Need For The Work To Be Prosecuted. A Report Of Such Verification Shall Be Submitted Directly To The Head Of The Procuring Entity Or His Duly Authorized Representative. (c) The, Head Of The Procuring Entity Or His Duly Authorized Representative, After Being Satisfied That Such Change Order Or Extra Work Order Is Justified And Necessary, Shall Review The Estimated Quantities And Prices And Forward The Proposal With The Supporting Documentation To The Head Of Procuring Entity For Consideration. (d) If, After Review Of The Plans, Quantities And Estimated Unit Cost Of The Items Of Work Involved, The Proper Office Of The Procuring Entity Empowered To Review And Evaluate Change Orders Or Extra Work Orders Recommends Approval Thereof, Head Of The Procuring Entity Or His Duly Authorized Representative, Believing The Change Order Or Extra Work Order To Be In Order, Shall Approve The Same. (e) The Timeframe For The Processing Of Variation Orders From The Preparation Up To The Approval By The Head Of The Procuring Entity Concerned Shall Not Exceed Thirty (30) Calendar Days. 44. Contract Completion Once The Project Reaches An Accomplishment Of Ninety Five (95%) Of The Total Contract Amount, The Procuring Entity May Create An Inspectorate Team To Make Preliminary Inspection And Submit A Punch-list To The Contractor In Preparation For The Final Turnover Of The Project. Said Punch-list Will Contain, Among Others, The Remaining Works, Work Deficiencies For Necessary Corrections, And The Specific Duration/time To Fully Complete The Project Considering The Approved Remaining Contract Time. This, However, Shall Not Preclude The Claim Of The Procuring Entity For Liquidated Damages. 45. Suspension Of Work 45.1. The Procuring Entity Shall Have The Authority To Suspend The Work Wholly Or Partly By Written Order For Such Period As May Be Deemed Necessary, Due To Force Majeure Or Any Fortuitous Events Or For Failure On The Part Of The Contractor To Correct Bad Conditions Which Are Unsafe For Workers Or For The General Public, To Carry Out Valid Orders Given By The Procuring Entity Or To Perform Any Provisions Of The Contract, Or Due To Adjustment Of Plans To Suit Field Conditions As Found Necessary During Construction. The Contractor Shall Immediately Comply With Such Order To Suspend The Work Wholly Or Partly. 45.2. The Contractor Or Its Duly Authorized Representative Shall Have The Right To Suspend Work Operation On Any Or All Projects/activities Along The Critical Path Of Activities After Fifteen (15) Calendar Days From Date Of Receipt Of Written Notice From The Contractor To The District Engineer/regional Director/consultant Or Equivalent Official, As The Case May Be, Due To The Following: (a) There Exist Right-of-way Problems Which Prohibit The Contractor From Performing Work In Accordance With The Approved Construction Schedule. (b) Requisite Construction Plans Which Must Be Owner-furnished Are Not Issued To The Contractor Precluding Any Work Called For By Such Plans. (c) Peace And Order Conditions Make It Extremely Dangerous, If Not Possible, To Work. However, This Condition Must Be Certified In Writing By The Philippine National Police (pnp) Station Which Has Responsibility Over The Affected Area And Confirmed By The Department Of Interior And Local Government (dilg) Regional Director. (d) There Is Failure On The Part Of The Procuring Entity To Deliver Government-furnished Materials And Equipment As Stipulated In The Contract. (e) Delay In The Payment Of Contractor’s Claim For Progress Billing Beyond Forty-five (45) Calendar Days From The Time The Contractor’s Claim Has Been Certified To By The Procuring Entity’s Authorized Representative That The Documents Are Complete Unless There Are Justifiable Reasons Thereof Which Shall Be Communicated In Writing To The Contractor. 45.3. In Case Of Total Suspension, Or Suspension Of Activities Along The Critical Path, Which Is Not Due To Any Fault Of The Contractor, The Elapsed Time Between The Effective Order Of Suspending Operation And The Order To Resume Work Shall Be Allowed The Contractor By Adjusting The Contract Time Accordingly. 46. Payment On Termination 46.1. If The Contract Is Terminated Because Of A Fundamental Breach Of Contract By The Contractor, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done And Materials Ordered Less Advance Payments Received Up To The Date Of The Issue Of The Certificate And Less The Percentage To Apply To The Value Of The Work Not Completed, As Indicated In The Scc. Additional Liquidated Damages Shall Not Apply. If The Total Amount Due To The Procuring Entity Exceeds Any Payment Due To The Contractor, The Difference Shall Be A Debt Payable To The Procuring Entity. 46.2. If The Contract Is Terminated For The Procuring Entity’s Convenience Or Because Of A Fundamental Breach Of Contract By The Procuring Entity, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done, Materials Ordered, The Reasonable Cost Of Removal Of Equipment, Repatriation Of The Contractor’s Personnel Employed Solely On The Works, And The Contractor’s Costs Of Protecting And Securing The Works, And Less Advance Payments Received Up To The Date Of The Certificate. 46.3. The Net Balance Due Shall Be Paid Or Repaid Within Twenty Eight (28) Days From The Notice Of Termination. 46.4. If The Contractor Has Terminated The Contract Under Gcc Clauses 17 Or 18, The Procuring Entity Shall Promptly Return The Performance Security To The Contractor. 47. Extension Of Contract Time 47.1. Should The Amount Of Additional Work Of Any Kind Or Other Special Circumstances Of Any Kind Whatsoever Occur Such As To Fairly Entitle The Contractor To An Extension Of Contract Time, The Procuring Entity Shall Determine The Amount Of Such Extension; Provided That The Procuring Entity Is Not Bound To Take Into Account Any Claim For An Extension Of Time Unless The Contractor Has, Prior To The Expiration Of The Contract Time And Within Thirty (30) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Claim Have Arisen, Delivered To The Procuring Entity Notices In Order That It Could Have Investigated Them At That Time. Failure To Provide Such Notice Shall Constitute A Waiver By The Contractor Of Any Claim. Upon Receipt Of Full And Detailed Particulars, The Procuring Entity Shall Examine The Facts And Extent Of The Delay And Shall Extend The Contract Time Completing The Contract Work When, In The Procuring Entity’s Opinion, The Findings Of Facts Justify An Extension. 47.2. No Extension Of Contract Time Shall Be Granted The Contractor Due To (a) Ordinary Unfavorable Weather Conditions And (b) Inexcusable Failure Or Negligence Of Contractor To Provide The Required Equipment, Supplies Or Materials. 47.3. Extension Of Contract Time May Be Granted Only When The Affected Activities Fall Within The Critical Path Of The Pert/cpm Network. 47.4. No Extension Of Contract Time Shall Be Granted When The Reason Given To Support The Request For Extension Was Already Considered In The Determination Of The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection. 47.5. Extension Of Contract Time Shall Be Granted For Rainy/unworkable Days Considered Unfavorable For The Prosecution Of The Works At The Site, Based On The Actual Conditions Obtained At The Site, In Excess Of The Number Of Rainy/unworkable Days Pre-determined By The Procuring Entity In Relation To The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection, And/or For Equivalent Period Of Delay Due To Major Calamities Such As Exceptionally Destructive Typhoons, Floods And Earthquakes, And Epidemics, And For Causes Such As Non-delivery On Time Of Materials, Working Drawings, Or Written Information To Be Furnished By The Procuring Entity, Non-acquisition Of Permit To Enter Private Properties Within The Right-of-way Resulting In Complete Paralyzation Of Construction Activities, And Other Meritorious Causes As Determined By The Procuring Entity’s Representative And Approved By The Head Of The Procuring Entity. Shortage Of Construction Materials, General Labor Strikes, And Peace And Order Problems That Disrupt Construction Operations Through No Fault Of The Contractor May Be Considered As Additional Grounds For Extension Of Contract Time Provided They Are Publicly Felt And Certified By Appropriate Government Agencies Such As Dti, Dole, Dilg, And Dnd, Among Others. The Written Consent Of Bondsmen Must Be Attached To Any Request Of The Contractor For Extension Of Contract Time And Submitted To The Procuring Entity For Consideration And The Validity Of The Performance Security Shall Be Correspondingly Extended. 48. Price Adjustment Except For Extraordinary Circumstances As Determined By Neda And Approved By The Gppb, No Price Adjustment Shall Be Allowed. Nevertheless, In Cases Where The Cost Of The Awarded Contract Is Affected By Any Applicable New Laws, Ordinances, Regulations, Or Other Acts Of The Gop, Promulgated After The Date Of Bid Opening, A Contract Price Adjustment Shall Be Made Or Appropriate Relief Shall Be Applied On A No Loss-no Gain Basis. 49. Completion The Contractor Shall Request The Procuring Entity’s Representative To Issue A Certificate Of Completion Of The Works, And The Procuring Entity’s Representative Will Do So Upon Deciding That The Work Is Completed. 50. Taking Over The Procuring Entity Shall Take Over The Site And The Works Within Seven (7) Days From The Date The Procuring Entity’s Representative Issues A Certificate Of Completion. 51. Operating And Maintenance Manuals 51.1. If “as Built” Drawings And/or Operating And Maintenance Manuals Are Required, The Contractor Shall Supply Them By The Dates Stated In The Scc. 51.2. If The Contractor Does Not Supply The Drawings And/or Manuals By The Dates Stated In The Scc, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative Shall Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Gcc Clause 1.16 The Intended Completion Date Is 90 Cd From Ntp. 1.21 The Procuring Entity Is Lgu- Mapanas, Northern Samar. 1.22 The Procuring Entity’s Representative Is Atty. Ronn Michael L. Tejano Municipal Mayor Municipality Of Mapanas Province Of Northern Samar 1.23 The Site Is Located At Mapanas, Northern Samar. 1.27 The Start Date Is: Upon Receipt Of Notice To Proceed. 1.30 The Works Consist Of: Item No. Scope Of Work Quantity Unit Rehabilitation Of Farm To Market Road, Brgy. Santa Potenciana, Mapanas, Northern Samar B.5 Project Billboard/sign Board 1.00 Each Each B.7(2) Occupational Safety And Health Program 1.00 I.s. Is B.9 Mobilization/demobilization 1.00 I.s. Is Part C Earthworks 100(1) Cleaning & Grubbing 0.08 Ha. 100(3)a2 Individual Removal Of Trees (small, Above 300 Mm Dia. Up To 500 Mm Dia.) 6.00 Each 101(3)a2 Removal Of Existing Pcc Pavement, 0.2m Thk, Pccp (for Reblocking At Intermittent Section 667.50 Sq.m. 102(2)b Surplus Common Excavation 597.15 Cu.m. Cu.m. 104(1)a Embankment From Roadway Excavation (common Soil) 331.10 Cu.m. Cu.m. 105(1) Subgrade Preparation (common Material) 1377.00 Sq.m. Sq.m. Part D Subbase And Base Course 200(1) Aggregate Subbase Course 311.24 Cu.m. Cu.m. 201(1) Aggregate Base Course 275.40 Cu.m. Cu.m. Part E Surface Courses 311(1)a2 Pcc Pavement (plain) Conventional Method, 200mm Thk. 1147.50 Sq.m. Sq.m. Part F Drainage Structures 404(1)a Reinforcing Steel Grade 40 2,077.92 Kg. 405(1)a1 Structural Concrete 20.68mpa, Class A, 7 Days 35.64 Cu.m 2.2 Note: The Items To Follow 5.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon The Issuance Of Notice To Proceed. 6.5 The Contractor Shall Employ The Following Key Personnel: Key Personnel Number Civil Engineer 1 Construction Foreman 1 Labor Workers 3 7.4(c) “no Further Instructions”. 7.7 No Further Instructions. 8.1 No Further Instructions. 10 The Site Investigation Reports Are: None 12.3 No Further Instructions. 12.5 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) Years. 13 “no Additional Provision.” 18.3(h)(i) No Further Instructions. 21.2 The Arbiter Is: Construction Industry Arbitration Commission 29.1 No Day Works Are Applicable To The Contract. 31.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within 15days Of Delivery Of The Letter Of Acceptance. 31.3 The Period Between Program Of Work Updates Is 15days. The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is P 1,000.00. 34.3 The Funding Source Is Coming From Nia 39.1 The Amount Of The Advance Payment Is 15% Of The Contract Price (lump Sum) And Shall Be Release Once Upon Presentation Of The Following Documents As Required: 1. Letter Request For Advance Payment From The Contractor 2. Bank Guarantee For Advance Payment 40.1 Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Be Included For Payment. 51.1 The Date By Which Operating And Maintenance Manuals Are Required Is Not Applicable. The Date By Which “as Built” Drawings Are Required Is 20 Days Upon Completion Of The Subproject. 51.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is P1,000.00. Section Vi. Specifications Project Name: Rehabilitation Of Farm To Market Road Location : Brgy. Sta Potenciana, Mapanas, Northern Samar Item No. Description Qty. Unit. B.5 Project Billboard/signboard 1.00 Each Labor A. Construction Foreman 4.00 1 B. Skilled Laborer 4.00 1 C. Unskilled Laborer 4.00 2 F.1 Name And Capacity Materials A. Tarpaulin (8’x8’) 1.00 Pc B. Coco Lumber 84.00 Bd.ft. C. Plywood Marine (0.0125mx1.2mx2.44m) 2.00 Pc D. Common Nails Assorted 0.50 Kg B.7(2) Occupational Safety And Health Program 1.00 Each A. Safety Practitioner (part Time) 23.00 1 B. B. Health Personnel (full Time) 90.00 1 C. Equipment D. A. Safety Shoes 159.00 Man-day E. B. Safety Helmet 159.00 Man-day F. C. Safety/working Gloves 159.00 Man-day G. D. Safety/working Gloves 159.00 Man-day H. E. Rubber Boots 159.00 Man-day F. Rain Coats (30% Of The Duration) Optional 48.00 Man-day Equipment A.dumptruck (12 Cu. Yd.) 16.00 2 B.payloader (1.5 Cu.m.).lx80-2c 16.00 1 C. Bulldozer, D6h Series Ii Psds/do 16.00 1 E. Backhoe W/ Breaker (0.80 Cu.m.) 16.00 1 B.9 Mobilization/demobilization 1.00 L.s. B.1 Name And Capacity Materials A. Dumptruck (12 Cu.yd.) 16.00 2 B. Payloader (1.5 Cu.m.), Lx80-2c 16.00 1 C. Bulldozer, D6h Series Ii Psds/dd 16.00 1 D. Backhoe W/ Breaker (0.80 Cu.m.) 16.00 1 100(1) Clearing & Grubbing 0.08 Ha. A. 1 Labor A. Construction Foreman 1.00 1 B. Unskilled Laborer 1.00 2 B.1 Name And Capacity Equipment A. Dump Truck (12 Cu. Yd.) 1.00 2 B. Payloader (1.5 Cu.m.) 1.00 1 C. Bulldozer, D6h Series Ii Psds/ 1.00 1 100(3)a2 Individual Removal Of Trees (small, Above 300 Mm Dia. Up To 500 Mm Dia.) 6.00 Each A.1 Labor A. Construction Foreman 0.67 1 B. Skilled Laborer 0.67 1 C. Unskilled Laborer 0.67 2 B.1 Name And Capacity Equipment A. Backhoe W/ Breaker (0.80 Cu.m.) 0.50 1 B. Dump Truck (12 Cu.yd) 0.33 1 C. Chainsaw 0.33 1 Minor Tools (5% 0f Labor Cost) F.1 Name And Specification Materials A. Rope, 1” Diam-5 Uses 20.00 M 101(3)a2 Removal Of Existing Pcc Pavement, 0.2m Thk, Pccp (for Reblocking At Intermittent Section) 667.50 Sq.m. A. Construction Foreman 1.00 1 B. Unskilled Laborer 1.00 2 B.1 Name And Capacity Equipment A. Backhoe W/ Breaker (0.80 Cu.m) 1.00 1 B. Payloader (1.50), Lx80-2c 1.00 1 C. Dump Truck (12 Cu. Yd.) 0.50 1 D. Concrete Saw 0.50 1 Minor Tools (10% Of Labor Cost) F.1 Name And Specification Materials A. Concrete Saw (diamond Blade 14” Dia) 0.00015 Pc 102(2)b Surplus Common Excavation 597.15 Cu.m. Labor A. Construction Foreman 1.00 1 B. Unskilled Laborer 1.00 2 B.1 Name And Capacity Equipment A. Bulldozer, D6h Series Ii Psds/dd 1.00 1 B. Payloader (1.5 Cu.m.) 1.00 1 C. Pay Loader (1.5 Cu.m.) 0.30 1 D. Dump Truck (12 Cu.yd.) 1.0 3 E. Back Hoe (0.80 Cu.m) 1.00 1 104(1) A Embankment From Roadway Excavation (common Soil) 50.00 Cu.m. Labor For Excavation Work: A. Construction Foreman 0.83 1 B. Unskilled Laborer 0.83 2 Spreading & Compaction A. Construction Foreman 1.00 1 B. Unskilled Laborer 1.00 2 B.1 Name And Capacity Equipment For Excavation Work: A. Bulldozer, Dh6 Series Ii Psds/dd 0.83 1 B. Payloader (1.50 Cu.m.), Lx80-2c 0.83 1 C. Dump Truck (12 Cu.yd.) 0.83 2 Spreading & Compaction: A. Motorized Road Grader (140 Hp) G710a 1.00 1 B. Vibratory Roller (10m.l.), Sd100dc 1.00 1 C. Water Truck/pump (16000 L) 0.25 1 105(1) Subgrade Preparation (common Material) 1,377.00 Sq.m. Labor A. Construction Foreman 1.00 1 B. Unskilled Laborer 1.00 2 Equipment A. Motorized Road Grader, G710a 1.00 1 B. Vibratory Roller (10 M.t), Sd100c 1.00 1 C. Water Truck/pump (16000 L) 0.25 1 200(1) Aggregate Subbase Course 311.24 Cu.m. Labor A. Construction Foreman 1.00 1 B. Unskilled Laborer 1.00 2 B.1 Name And Capacity Equipment A. Motorized Road Grader, G710a 1.00 1 B. Vibratory Roller (10 M.t.), Sd 1.00 1 C. Water Truck/pump (16000 L) 0.25 1 Materials A. Aggregate Subbase Course (w/ 15% Shrinkage Factor) 1.15 Cu.m. 201(1) Aggregate Base Course 275.40 Cu.m. Labor A. Construction Foreman 1.00 1 B. Unskilled Laborer 1.00 2 B.1 Name And Capacity Equipment A. Motorized Road Grader, G710a 1.00 1 B. Vibratory Roller (10 M.t.), Sd 1.00 1 C. Water Truck/pump (16000 L) 0.25 1 Materials A. Aggregate Subbase Course (w/ 15% Shrinkage Factor) 1.15 Cu.m. 311(1)a.2 Pcc Pavement (palin)-conventional Method, 200mm Thk. 1,147.50 Sq.m. Labor A. Construction Foreman 1.00 1 B. Skilled Laborer 1.00 4 C. Unskilled Laborer 1.00 12 B.1 Name And Capacity Equipment A. Transit Mixer (5-6 Cu.yd) 1.00 4 B. Concrete Vibrator 1.00 2 C. Concrete Batch (30 Cu.m.) 1.00 1 D. Payloader (1.50 Cu.m)lx80-2c 1.00 1 E. Concrete Screeder (5.5 Hp) 1.00 1 F. Water Truck/pump (16000l) 1.00 1 G. Concrete Saw, Blade 0/ 14” (7.5 Hp) 1.00 1 H. Bar Cutter, Single Phase 0.10 1 I. Joint Sealer Machine 0.25 1 F.1 Name And Specification Materials A. Reinforcing Steel Bar, Grade 40 0.39 Kg. B. Curing Compound 0.29 Lit C. Asphalt Sealant 0.12 Lit. D. Steel Forms (rental) 0.46 I.m. E. Sand 0.1100 Cu.m F. Gravel 0.20 Cu.m G. Portland Cement Type 1 1.90 Bag H. Concrete Saw (diamond Blade 14”) 0.00015 Pc I. Pipe Sleeve, 2” Dia 0.0086 I.m. J. Greasse/tar 0.0056 Lit. 404(1)a Reinforcing Steel, Grade 40 2,077.92 Kg. Labor A. Construction Foreman 1.00 1 B. Skilled Laborer 1.00 2 C. Unskilled Laborer 1.00 8 B.1 Name And Capacity Equipment A. Bar Cutter 0.50 1 B. Bar Bender 0.50 1 C. Cargo Truck (9-10ml) 0.15 1 F.1 Name And Specification Materials A. Tie Wire (2% Of Rsb) 0.021 Kg. B. Reinforcing Steel Bar, Grade 40 (w/ 5% Wastage) 1.05 Kg. 405(1)a1 Structural Concrete, 20.68mpa, Class A, 7 Days 35.64 Cu.m. A. Construction Foreman 1.00 1 B. Skilled Laborer 1.00 4 C. Unskilled Worker 1.00 8 Installation & Removal Of Form Works/false Work A. Skilled Laborer 1.00 4 B. Unskilled Laborer 1.00 8 B.1 Name And Capacity Equipment A. One Bagger Mixer 1.00 1 B. Concrete Vibrator 1.00 1 C. Water Truck (16000 L) 0.10 1 F.1 Name And Specification Materials A. Lumber, Good- 4 Uses 70.00 Bd.ft. B. Plywood (1/2’ X 4’ X 8’) 1.60 Pc. C. Assorted Cwn (1 Kg/100 Bd. Ft. Of Lumber) 0.70 Kg. D. Portland Cement 9.50 Bags E. Sand 0.50 Cu.m. F. Gravel 1.00 Cu.m. G. Curing Compound 1.00 Lit. H. Concrete Admixture Accelerator 1.00 Lit I.gravel Bedding 0.091 Cu.m. J. Pvc Pipe (76 Mm D) 0.13 Pc. Section Vii. Drawings Bill Of Quantities Item No. Scope Of Work Quantity Unit Unit Cost Total Amount 1.) Rehabilitation Of Farm To Market Road, Brgy. Santa Potenciana, Mapanas, Northern Samar B.5 Project Billboard/sign Board 1.00 Each 10,959.69 10,959.69 B.7(2) Occupational Safety And Health Program 1.00 I.s. 77,272.88 77,272.88 B.9 Mobilization/demobilization 1.00 I.s. 38,982.00 38,982.00 Part C Earthworks 100(1) Cleaning & Grubbing 0.08 Ha. 220,840.18 17,313.87 100(3)a2 Individual Removal Of Trees (small, Above 300 Mm Dia. Up To 500 Mm Dia.) 6.00 Each 3,329.32 19,975.92 101(3)a2 Removal Of Existing Pcc Pavement, 0.2m Thk, Pccp (for Reblocking At Intermittent Section 667.50 Sq.m. 238.30 159,065.25 102(2)b Surplus Common Excavation 597.15 Cu.m. 204.24 121,961.92 104(1)a Embankment From Roadway Excavation (common Soil) 331.10 Cu.m. 310.07 102,664.18 105(1) Subgrade Preparation (common Material) 1377.00 Sq.m. 21.14 29,109.78 Part D Subbase And Base Course 200(1) Aggregate Subbase Course 311.24 Cu.m. 1,632.38 508,066.85 201(1) Aggregate Base Course 275.40 Cu.m. 2,843.65 783,141.21 Part E Surface Courses 311(1)a2 Pcc Pavement (plain) Conventional Method, 200mm Thk. 1147.50 Sq.m. 2,157.44 2,475,662.39 Part F Drainage Structures 404(1)a Reinforcing Steel Grade 40 2,077.92 Kg. 89.86 186,721.89 405(1)a1 Structural Concrete 20.68mpa, Class A, 7 Days 35.64 Cu.m 13,160.44 469,101.25 Total 4,999,999.08 Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form 79 Form Of Contract Agreement 81 Omnibus Sworn Statement 83 Bid Form Date: Iaeb No: To: Lgu-mapanas Northern Samar Address: Mapanas Northern Samar We, The Undersigned, Declare That: We Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract Rehabilitation Of Farm To Market Road , Barangay Santa Potenciana , Mapanas N. Samar (a) We Offer To Execute The Works For This Contract In Accordance With The Bid And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid; The Total Price Of Our Bid, Excluding Any Discounts Offered In Item (d) Below Is: [insert Information]; The Discounts Offered And The Methodology For Their Application Are: [insert Information]; (b) Our Bid Shall Be Valid For A Period Of 120 Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; (c) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract; (d) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries: [insert Information]; (e) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (f) 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; (g) 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 (h) 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 Of: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Form Of Contract Agreement This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity](hereinafter Called The “entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) General And Special Conditions Of Contract; (b) Drawings/plans; (c) Specifications; (d) Invitation To Apply For Eligibility And To Bid; (e) Instructions To Bidders; (f) Bid Data Sheet; (g) Addenda And/or Supplemental/bid Bulletins, If Any; (h) Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes; (i) Eligibility Requirements, Documents And/or Statements; (j) Performance Security; (k) Credit Line Issued By A Licensed Bank, If Any; (l) Notice Of Award Of Contract And The Bidder’s Conforme Thereto; (m) Other Contract Documents That May Be Required By Existing Laws And/or The Entity. 3. In Consideration Of The Payments To Be Made By The Entity To The Contractor As Hereinafter Mentioned, The Contractor Hereby Covenants With The Entity To Execute And Complete The Works And Remedy Any Defects Therein In Conformity With The Provisions Of This Contract In All Respects. 4. The Entity Hereby Covenants To Pay The Contractor In Consideration Of The Execution And Completion Of The Works And The Remedying Of Defects Wherein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Times And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Contractor). Binding Signature Of Procuring Entity ________________________________________________ Binding Signature Of Contractor _____________________________________________ [addendum Showing The Corrections, If Any, Made During The Bid Evaluation Should Be Attached With This Agreement] Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder]is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [jurat] * This Form Will Not Apply For Wb Funded Projects.
Closing Date10 Mar 2025
Tender AmountPHP 4.9 Million (USD 87.1 K)

Don Emilio Del Valle Memorial Hospital Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Subject : Design And Build Of Dedvmh Ob Building Location : Dedvmh Compound, Bood, Ubay, Bohol Terms Of Reference I. Background Don Emilio Del Valle Memorial Hospital (dedvmh) Is A Licensed Level 2 General Hospital Located In Ubay, Bohol With 200 Authorized Bed Capacity Which Aims To Provide Highly Specialized Quality Healthcare Services To All Where Human Dignity Is Valued And Respected By Competent And Committed Personnel. In Accordance With The Provisions Of And Related Issuances Of Doh Administrative Order No. 2019-0056 Increasing The Bed Capacity Of Dedvmh From 50 Beds To 300 Beds And R.a. No. 11223, Or The “universal Health Care Act”, The Hospital Shall Provide Promotive, Preventive, Diagnostic, Curative, And Palliative Care Services, And Research, Professional Teaching And Training Programs And Shall Be Fully Equipped With The State-of-the Art Equipment And Facilities, Complemented By Adequately Trained And Competent Human Resources For Health Appropriate For A Licensed And Accredited Tertiary General Hospital. Dedvmh Shall Strengthen Its Existing Basic Services, And Aim For The Improvement Of Its Service Capability And Capacity Serving As Referral Hospital In The Northeastern Section Of The Bohol Province, Complementing Local Health Systems And Providers Of Municipalities In The Area. In Order To Fulfill This Mandate, Dedvmh Is Upgrading Its Services To Become A Level Iii Hospital To Provide Better And Quality Healthcare Services Especially In The Northeastern Part Of Bohol, Its Catchment Areas And Nearby Provinces. The Increase In The Bed Capacity And Expansion Of Services And Capability Are Consistent With The Dedvmh’s Hospital Development Plan (hdp) And Philippine Health Facility Development Plan (phfdp) 2020-2040. Ii. Objectives The Purpose Of This Project Is To Repair And Expand The Existing Ob Building To Provide Patients And Healthcare Workers With A More Spacious And Comfortable Area By Improving Its Ventilation, Air Conditioning, Lighting And Ensuring That The Size, Layout, And Functions Of The Structure Meet Their Diverse Healthcare Needs. The Design Must Also Conform To The Standards Of Set By In Accordance To The Manual On Technical Guidelines For Hospitals Planning And Design (level 3) And Doh Green And Safe Health Facilities Manual To Develop Climate Smart Health Facilities That Address And Adapt To The Impacts On The Environment. The Winning Bidder Shall Design For This Project With The Approval Of The Medical Center Including The Approved Detailed Estimates, Bill Of Quantities, Technical Specifications, And Methodology Of Construction And Scope Of Works Of The Project. Iii. Conceptual Design The Design Concept Of The Project Was Governed By The Planning And Design Standards Of Level 3 Service Capability Hospital Facility As Prescribed By The Latest Requirements Of The Department Of Health And Other Concerned Agencies. Building Design Shall Conform To The Provisions Of The National Building Code Of The Philippines (pd 1096), Accessibility Law (bp 344), Architecture Law (ra 9266), National Structural Code Of The Philippines, Electrical Engineering Law (ra 7920), Mechanical Engineering Law (ra 5336), Plumbing Code (ra 1378, 1993-1994 Revisions), Fire Code (ra 9514) And Other Laws And Regulations Covering Environmental Concerns And Local Ordinances And Regulations. The As-built Plan And Proposed Schematic Lay-out/call-out Will Be Provided As Basis Reference In The Development Of Preliminary Conceptual Design Plans To Be Submitted As Part Of The Technical Proposal. However, It Is The Responsibility Of The Bidder To Verify Actual Site Conditions And Dimensions. The Preliminary Conceptual Design Plans And Perspectives Shall Be Included Construed Part Of The Technical Proposal As Follows: Preliminary Conceptual Design Plans Required Specified Degree Of Details 1. Schematic Floor Plans: A. Ground Floor B. Second Floor C. Third Floor (expansion) D. Roof Deck All Schematic Plans Shall Be At Least A3 Size Paper And Shall Meet The Minimum Space Requirements And Planning/design Guidelines Of Level 3 Hospital For: - Delivery Complex - Ob-gyne Emergency Department - Neonatal Intensive Care Unit (nicu) - Chief Of Medical Professional Staff (cmps) Office - Ob-gyne Wards / Recovery Rooms - Conference Room / Training Rooms - Offices - Open Space For Mechanical Outdoor Units And Equipment Preliminary Conceptual Design Plans Required Specified Degree Of Details A. Aerial Perspective View All Perspective / Plans Shall Be At Least A3 Size Paper In Colored Printed And Shall Conform With The Preliminary Conceptual Plans And At Least 3d Rendered. B. Man’s Eye / Worm’s Eye Perspective View All Perspective / Plans Shall Be At Least A3 Size Paper In Colored Printed And Shall Conform With The Preliminary Conceptual Plans And At Least 3d Rendered. C. Front Perspective View All Perspective / Plans Shall Be At Least A3 Size Paper In Colored Printed And Shall Conform With The Preliminary Conceptual Plans And At Least 3d Rendered. D. Rear Perspective View In Conformance With The Preliminary Conceptual Plans And At Least 3d Rendered. E. Left & Right-side Perspective View All Perspective / Plans Shall Be At Least A3 Size Paper In Colored Printed And Shall Conform With The Preliminary Conceptual Plans And At Least 3d Rendered F. Longitudinal And Transverse Section Plans At Least One Longitudinal And One Transverse Section Plans In At Least A3 Size Paper The Conceptualization Of The Design Including Its Specifications And Space Requirements Shall Complement And/or Supplement With The Existing Site Conditions And Specification Of The Existing Ob-gyne Building. Proponent’s Input, Suggestion And Recommendations With Regard To The Identification Of The Scope Or Physical Components And Structures, Specific Outputs And Requirements And Proposed Construction Methods Shall Be Considered. Iv. Performance Specifications And Parameters Site And Space Planning Were Governed By The Standards, Rules And Regulations On The Design Of Level 3 Hospitals As Prescribed By The Department Of Health And Other Concerned Agencies. Building Design Shall Conform To The Provisions Of The National Building Code Of The Philippines (pd 1096), Accessibility Law (bp 344), Architectural Law (ra 9266), Civil Engineering Law (ra 544), National Structural Code Of The Philippines, Electrical Engineering Law (ra 7920), Mechanical Engineering Law (ra5336), Plumbing Code (ra 1378, 1993-1994 Revisions), Fire Code (ra 9514) And Other Laws And Regulations Covering Environmental Concerns And Local Ordinances And Regulations. A. Pre-detailed Design 1. Engineering Surveys And Investigations 1.1 Surveys And Investigations Of The Site Includes Elevations And Contours (at 0.5m Interval), Soil Tests, Location, Dimension, Floor Elevations And Other Pertinent Data On Existing Buildings And Improvements (roads, Parking Areas, Mature Trees) And Existing Utility Lines (e.g. Water, Power, Telephone). 2. Preliminary Conceptual Design Plans/perspective 2.1 Preparation Of The Following Drawings For Design Development Based On The As Built Plan And Schematic Lay-out/call-out Prepared By The Procuring Entity. Please Refer To Section Iii. Conceptual Design. B. Detailed Design Preparation Of Final Design Concept And Detailed Architecture And Engineering Design Shall Be In Accordance With The Schematic Plans For Hospital Building And Design Conceptualization Duly Approved By The Dedvmh. In Determining The Final Design Concept And Detailed Architecture And Engineering Design, The Implementing Unit Together With The Design And Build Contractor Shall Initiate The Coordination Meeting With The Concerned Stakeholders In The Following Schedule: First Session - The Design And Build Contractor Shall Present The First Schematic Plan And Design Concept For Deliberation, Consultation And Inputs By The Proponents Within Ten (10) Calendar Days From The Effectivity Of Notice To Proceed Second Session - The Design And Build Contractor Shall Present The First Revision Of Schematic Plan And Design Concept For Deliberation, Consultation And Inputs By The Proponents, If There Any, Within Twenty (20) Calendar Days From The Effectivity Of Notice To Proceed Third Session - The Design And Build Contractor Shall Present The Second Revision Of Schematic Plan And Design Concept For Deliberation, Consultation And Inputs By The Proponents, If There Any, Within Thirty (30) Calendar Days From The Effectivity Of Notice To Proceed Upon Approval Of The Final Schematic Plan And Design Concept, The Design And Build Contractor Shall Then Proceed For The Design Phase, Enumerated As Follows: 1. Preparation Of The Following Detailed Design Drawings Of Entire Building (see Doh Checklist Of Drawings Requirements) Based On The Design Development Drawings And Design Parameters Including Any Revisions And Refinements As Approved And Required By The Dedvmh: A. Detailed Architectural Plans (refer To Checklist Of Drawings Requirements And Design Parameters). B. Detailed Structural Plans (refer To Checklist Of Drawings Requirements And Design Parameters). C. Detailed Electrical Plans (refer To Checklist Of Drawings Requirements And Design Parameters). D. Detailed Storm Drain, Sanitary And Plumbing Plans (refer To Checklist Of Drawings Requirements And Design Parameters). E. Detailed Mechanical Plans (refer To Checklist Of Drawings Requirements And Design Parameters). F. Structural Computations, Including Soil Boring Test Results And Seismic Analysis And Electrical Design Computations. G. General Notes And Technical Specifications Describing Type And Quality Of Materials And Equipment To Be Used, Manner Of Construction And The General Conditions Under Which The Project Is To Be Constructed. H. Detailed Cost Estimates, Detailed Bill Of Qualities, Bill Of Quantities, And Program Of Works Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals. I. Summary Of Works J. All Design Output Shall Include The Following: Particulars Design Required Output Hard Copy Printed In Standard Size Paper 40 X 30 Printed And Hardbound Catalog For All Perspective Views, Architectural Finishes, Electrical Fixtures, Sanitary/plumbing Fixtures Utilizing Standard A4 Size Photo Paper Electronic Copy Electronic Copies In Standard Formats: - Designplansfile.pdf; - Designplanscadfile.dwg; - Design3dfile.skp/dwg/etc; - Powerpointpresentation.ppt; - 3d Animations (walkthrough.mp4/avi/mov/etc.) Design And Build Contractor Shall Compile All The Files And To Be Stored In 1tb External Drive Fourth And Final Session - The Design And Build Contractor Shall Submit The Completed Detailed Design Drawings Of The Entire Building, Within Sixty (60) Calendar Days From The Effectivity Of Notice To Proceed. C. Green Building 1. Design Development Shall Consider At Least Basic Requirements For Green Building Applied To Hospital Facilities In Building Component Systems Such As Architectural, Structural, Electrical, Mechanical, And Sanitary. D. 3d Animation And Walkthrough Presentations Designer Shall Prepare A 3d Walkthrough, That Is, Taking A Virtual Tour Of The Proposed Project/structure In Any Design Platform. It Shall Be Produced From Digital 3d Models That Have Been Visualized To A Photo-realistic Standard That Will Showcase All The Design Elements, Both Externally And Internally Of A Property Development And Its Spaces. Minimum Expected Output Shall Include But Not Limited To: - 3d Walkthrough Presentation That Will Show From The Main Entrance Of The Hospital Compound, Going Through The Site Where The Project Is To Be Located. From The Site, It Should Walk Through The Main Facade And Entrance Of The Ground Floor Of The Building Up To The Third Floor Showing All The Respective Floors, Its Lobbies, Hallways, Rooms And Other Support Facilities. - In Addition, The 3d Walkthrough Presentation Shall Include The Exterior Views / Facade Of The Building With Its Adjoining Structures. E. Pre-construction Pre-construction Meeting Shall Be Scheduled On The Next Day That The Completed Detailed Design Drawings Are Submitted. Key Stakeholders—including The Dedvmh, And The Design And Build Contractor (architects, Engineers, Consultants, And Contractor—must Attend). The Meeting Will Serve To:  Review And Confirm The Submitted Design Documents.  Ensure That The Designs Comply With The Project’s Specifications, Budget, And Schedule.  Address Any Necessary Adjustments Or Clarifications Before Construction Commences. After The Pre-construction Meeting, The Design And Build Contractor Shall Finalize And Submit The Following Documents For The Approval Of Dedvmh: 1. Duly Signed Construction Schedule And S-curve 2. Duly Signed Manpower Schedule 3. Duly Signed Construction Methods 4. Duly Signed Pert Cpm And Ghannt Chart Showing Per Item Of Works Of Individual Projects 5. Log Book This Submission Should Encompass All Architectural, Structural, And Mepfs Plans, Specifications, And Any Amendments From The Meeting. These Documents Will Form The Basis For Construction. Upon The Dedvmh’s Approval Of The Submitted Construction Documents, A Notice To Commence Will Be Issued. Construction Activities May Only Begin Following The Issuance Of This Notice. F. Construction As A Rule, Contract Implementation Guidelines For Procurement Of Infrastructure Projects Shall Comply With Annex “e” And Guidelines For The Implementation Of Contracts For Design And Build Infrastructure Projects Shall Comply With Annex “g” Of Irr, Ra 9184. The Following Provisions Shall Supplement These Procedures: 1. Scope Of Works: Supply Of Materials, Labor, Tools And Equipment Necessary To Complete The Execution Of Architectural, Structural And Electrical And Mechanical Works. Includes All Other Necessary Works That Complete For The Fully Operational Building But Limited To The Following Work Items; A) Site Works - Provision Of Temporary Perimeter Fence - Demolition Of Existing Building/structure, Includes Hauling Of Debris Within The Hospital Compound - All Materials, Debris, Etc. Identified As Garbage As Directed By Hospital Management Shall Be Disposed Off-site - Excavation And Grading Provide Necessary Soil Protection On Excavated Portion. - Soil Poisoning And Termite Control B) Foundation Works - Foundation Of The Entire Building Includes Column Footings, Wall Footings And Other Sub-structures As Specified In The Approved Plan. C) Concrete Works - From Foundation Up To Roof Deck (entire Building); Includes Slabs, Beams And Girders Of Up To Roof Deck D) Architectural Works I) Exterior Walls – All Exterior Wall At From Ground Floor Up To Roof Deck Including Plastering Ii) Interior Walls – All Interior Wall At Functional Floors Complete With Wall Finishes Iii) Ceiling Works – All Functional Floors As Determined By Procuring Entity Iv) Floor Finish – All Functional Floors As Determined By Procuring Entity V) Doors And Windows– All Exterior Doors And Windows As Per Plan And Specifications Vi) Doors And Windows – All Functional Areas As Determined By Procuring Entity Vii) Painting Works – All Exterior Walls; Interior Walls At Functional Areas Viii) Façade And Signage E) Electrical Works I) Roughing-ins – All Necessary Roughing-ins Including Riser Conduits From Ground Floor To Roof Deck Including Cable Tray Ii) Panel Boards And Breakers – Main Breaker; Panel Boards From Ground Floor To Third Floor Iii) Wires And Cables – All Wires And Cables At Functional Floors Includes Installation Of Main Feeder Lines Tap To Existing Power House Including Connections To All Panel Board And Breakers Iv) Electrical Fixtures And Devices – All Fixtures And Wiring Devices At Functional Areas. Provision Of Usb Ready Outlets To Every Rooms. V) Application Of Electrical Connections/permits Shall Be Shouldered By The Contractor F) Mechanical Works I) Installation Of Automatic Fire Protection System At Functional Areas Ii) Installation Air Condition Units At Functional Areas As Determined By Professional Mechanical Engineer G) Plumbing And Sanitary Works I) Installation Of Plumbing And Sanitary System At Functional Areas, Includes; - Water Supply Pipelines - Waste Water Pipelines - Plumbing Fixtures And Accessories - Necessary Riser Pipes - Fiber Glass Pressure Tank - Drainage System I) Electronics / Auxiliary Works - At Functional Areas: Nurse Call Systems, Public Address / Voice Evacuation Systems (paging Systems), Cctv, And Or Integrated Information And Communication Systems, Installation Of Fire Detection And Alarm System (fdas) At Functional Floors J) Other Works 1. No Works Shall Commence Unless The Contractor Has Submitted The Prescribed Documentary Requirements And The Dedvmh Has Given Written Approval. Work Execution Shall Be In Accordance With Reviewed And Approved Documents. The Contractor Shall Process The Approval Of Permit To Construct (ptc) Form Doh – Central Visayas Regional Office, Cebu City. In Addition To, The Contractor Shall Process The All-necessary Permits (i.e., Building Permit, Occupancy Permit And All Prerequisite Permits) Chargeable Against The Project. 2. The Contractor Shall Be Responsible For Obtaining All Necessary Information As To Risks, Contingencies And Other Circumstances Which May Affect The Works And Shall Prepare And Submit All Necessary Documents Specified By The Concerned Building Officials To Meet All Regulatory Approvals As Specified In The Contract Documents. 3. Any Errors, Omissions, Inconsistencies, Inadequacies Or Failure Submitted By The Contractor That Do Not Comply With The Requirements Shall Be Rectified, Resubmitted And Reviewed At The Contractor’s Cost. If The Contractor Wishes To Modify And Design Or Document Which Has Been Previously Submitted, Reviewed And Approved, The Contractor Shall Notify The Hospital Management And The Procuring Entity Within A Reasonable Period Of Time And Shall Shoulder The Cost Of Such Changes. 4. As A Rule, Changes In Design And Construction Requirements Shall Be Limited Only To Those That Have Not Been Anticipated In The Contract Documents Prior To Contract Signing And Approval. The Following Guidelines Shall Govern Approval For Change Or Variation Orders: A. Change Orders Resulting From Design Errors, Omissions Or Non-conformance With The Performance Specifications And Parameters And The Contract Documents By The Contractor Shall Be Implemented By The Contractor At No Additional Cost To The Procuring Entity. B. Provided That The Contractor Suffers Delay And/or Incurs Costs Due To Changes Or Errors In The Dedvmh Performance Specifications And Parameters, The Contractor Shall Be Entitled To Either One Of The Following: 1. An Extension Of Time For Any Such Delays Under Section 10 Of Annex “e” Of Irr (ra 9184); Or 2. Payment For Such Costs As Specified In The Contract Documents, Provided, That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. C. The Contract Documents Shall Include The Manner And Schedule Of Payment Specifying The Estimated Contract Amount And Installments In Which The Contract Will Be Paid. D. The Contractor Shall Be Entitled To Advance Payment Subject To The Provisions Of Section 4 Of Annex “e”, Irr (ra 9184). E. The Dedvmh Shall Define The Quality Control Procedures For The Design And Construction In Accordance With The Doh Guidelines And Shall Issue The Proper Certificates Of Acceptance For Sections Of The Works Or Whole Of The Works As Provided For In The Contract Documents. F. The Contractor Shall Provide All Necessary Equipment, Personnel, Instruments, Documents And Others To Carry Out Specified Tests. G. This Design And Build Projects Shall Have A Minimum Defects Liability Period Of One (1) Year After Contract Completion Or As Provided For In The Contract Documents. This Is Without Prejudice To The Liabilities Imposed Upon The Engineer/architect Who Drew Up The Plans And Specification For Building Sanctioned Under Section 1723 Of The New Civil Code Of The Philippines. H. The Contractor Shall Be Held Liable For Design And Structural Defects And/or Failure Of The Completed Project Within The Warranty Period Of 15 Years For Permanent Structures/buildings As Specified In Section 62.2.3.2 Of The Irr (ra 9184) V. Implementation Arrangement A. Reporting Protocol Contact Person I. Nelson A. Elle, Md, Dtmph, Mscih Office Of The Medical Center Chief Ii Don Emilio Del Valle Memorial Hospital Bood, Ubay, Bohol Ii. Joan V. Kadusale, Cpa Supervising Administrative Officer Don Emilio Del Valle Memorial Hospital Bood, Ubay, Bohol Iii. Leomel R. Labitad, Ce Engineer Iii Don Emilio Del Valle Memorial Hospital Bood, Ubay, Bohol Iv. Allana Jane C. Dacoylo, Uap Architect Ii Don Emilio Del Valle Memorial Hospital Bood, Ubay, Bohol Vi. Elegibility Requirements A. Basic 1. The Eligibility Requirements For Design And Build Scheme Shall Comply With The Applicable Provisions Of Sections 23-24 Of Irr Of Ra 9184. 2. A Modified Set Of Requirements Integrating Eligibility Documents And Criteria For Infrastructure Project And Consulting Services Shall Be Adopted In Accordance With Annex G - Guidelines For The Procurement And Implementation Of Contracts For Design And Build Infrastructure Projects Of Irr Of Ra 9184. 3. Pcab Classification Under “general Building”; License Category B “medium A” 4. Contractor Must Have Similar Project In The Amount At Least Fifty Percent (50%) Of The Abc Within The Past Five (5) Years. 5. Similar Projects With The Following But Not Limited To:  Medium-rise Hospital Facility Project, Must Have Ongoing Or Completed Project At Least 6-storey Building.  Supply And Installation Of Hvac System. B. Specialized 1. For Pre-design And Design Phase Of The Contract, The Bidder Shall Comply The Following Professionals To Be Assigned: I. Project Coordinator • Licensed Architect Or Engineer With At Least 15 Years’ Experience In Hospital-related Project Management. • Superb Oral And Written Communication Skills, Organization Skills And Excellent Administrative Abilities. Ii. Architect • The Architect Must Be A Registered And Licensed Architects (rla), With An Updated Professional Identification Card And Must Be A Member In Good Standing Of The Integrated And Accredited Professional Organization Of Architects (iapoa). • Should Have At Least 10 Years’ Experience In Hospital-related Project. Iii. Structural Engineer • Licensed Structural Engineer With At Least 10 Years’ Experience In Hospital-related Project Management. • Must Be A Member Of Accredited Structural Engineer Associations. Iv. Mechanical Engineer • Licensed Professional Mechanical Engineer With At Least 10 Years’ Experience In Hospital-related Project. V. Electrical Engineer • Licensed Professional Electrical Engineer With At Least 10 Years’ Experience In Hospital-related Project. Vi. Sanitary Engineer • Licensed Sanitary Engineer With At Least 10 Years’ Experience In Hospital-related Project. Vii. Cad Operator (at Least One For Architecture And One For Each Engineering Specialty) • At Least Bachelor’s Degree In Architecture, Engineering, And/or Industrial Technology Major In Drafting • Proficient In Autocad Software Viii. Administrative Support Staff 2. For The Construction Phase Of The Contract, The Contractor Shall Assign Technical Personnel With The Following Qualification: I. Project Manager • Licensed Architect Or Engineer With At Least 10 Years’ Experience In Medium Rise Hospital-related Project • Superb Oral And Written Communication Skills, Organization Skills And Excellent Administrative Abilities. Ii. Project Engineer (civil) • Licensed Civil Engineer With At Least 5 Years’ Experience As Project Engineer In Medium Rise Hospital-related Project Iii. Project Engineer (mechanical) • Registered Mechanical Engineer With At Least 5 Years’ Experience As Project Engineer In Medium Rise Hospital-related Project Iv. Project Engineer (electrical) • Registered Electrical Engineer With At Least 5 Years’ Experience As Project Engineer In Medium Rise Hospital-related Project V. Cad Operator (at Least One For Architecture And One For Each Engineering Specialty) • At Least Bachelor’s Degree In Architecture, Engineering, And/or Industrial Technology Major In Drafting • Proficient In Autocad Software Vi. General Foreman (all Discipline) • With At Least 5 Years’ Experience As General Foreman In Medium Rise Project Vii. Skilled Workers (all Discipline) • With At Least 3 Years’ Experience In Medium Rise Project Viii. Administrative Support Staff Vii. Approved Budget Cost Project Description Approved Budget Cost Design Of Dedvmh Ob Building (shall Not Exceed Php 3,500,000.00 Plus 6% Of Excess Of Php 50,000,000.00) 5%-6% Of Abc Construction Of Dedvmh Ob Building 94%-95% Of Abc Total Abc Php 65,000,000.00 The Approved Budget For The Design-build Contract Is Sixty-five Million Pesos (php 65,000,000.00) Which Is Identified As The Design And Build Of Don Emilio Del Valle Memorial Hospital – Ob Building. Detailed Architectural And Engineering Design Services Shall Not Exceed Three Million Five Hundred Thousand Pesos (php 3,500,000.00) Plus Six Percent (6%) Of Excess Of Fifty Million Pesos (php 50,000.000.00) (as Per Prboa Resolution No. 6 Series Of 2016 - Architect’s Guidelines For Standards Of Professional Practice Compliances On The Methods Of Compensation And Schedule Of Fees, Pursuant To Republic Act No.9266, Published In The Official Gazette, September 19, 2016 Issue) Of The Entire Building Inclusive Of Taxes And Duties. Proposals Exceeding The Approved Budget Shall Be Automatically Rejected. Viii. Estimated Duration Of Engagement The Duration Of The Contract Is Three Hundred Sixty (360) Calendar Days From The Design Phase Up To The Completion Of The Project From The Date Of Effectivity: I. Pre-design And Design Phase - 60 Calendar Days Ii. Construction Phase - 300 Calendar Days Ix. Minimum Requirements For Construction Safety And Health A. General Requirements No Contractor Or Subcontractor Shall Require Any Employee To Work In Surroundings Or Under Working Conditions That Are Unsanitary, Hazardous, Or Dangerous To His Health Or Safety. In Order To Meet This General Requirement, The Contractor Must: 1. Initiate And Maintain Programs (written Or Otherwise) To Comply With This General Requirement. 2. Provide Frequent And Regular Inspections Of The Job Sites By Competent Persons.  Competent Person Means One Who Is Capable Of Identifying Existing And Predictable Hazards In The Surroundings Or Working Conditions Which Are Unsanitary, Hazardous, Or Dangerous To Employees, And Who Has Authorization To Prompt Corrective Measures To Eliminate Them. 3. Prohibit The Use Of Any Machinery, Tool, Material, Or Equipment That Is Not In Compliance With Applicable Requirements. 4. Permit Only Those Employees Adequately Trained To Operate Machinery Or Equipment. 5. Provide Training For All Employees In:  Recognition And Avoidance Of Unsafe Conditions  Workplace Safety And Health Requirements  Applicable Hazards, Safe Handling, And Personal Protective Equipment Necessary For Handling Poisons, Caustics, Flammables, And Other Harmful Substances Relevant To Their Job Duties.  Specific Hazards And Procedures For Entering Confined Spaces If Applicable 6. Provide Provisions For Medical Care And First Aid. 7. Develop An Effective Fire Protection And Prevention Plan. 8. Ensure Appropriate Housekeeping Measures Including Clear Walkways And Removal Of Combustible Scrap And Debris. 9. Require The Wearing Of Appropriate Personal Protective Equipment Such As Hard Hats, Safety Glasses, Steel Toe Shoes, Or Other Appropriate Protective Equipment In All Operations Where There Is An Exposure To Hazardous Conditions. 10. Develop An Emergency Action Plan Covering Designated Actions Employers And Employees Must Take To Ensure Employees Safety From Fire And Other Emergency.  Plan Must Be In Writing For Employers With Greater Than 10 Employees  All Employees Must Be Trained Upon Initial Assignment On The Parts Of The Plan The Employee Needs To Know In The Event Of An Emergency. 11. Provide Access To Hand Washing Facilities, Toilets, And An Adequate Supply Of Drinking Water. 12. Provide Safety And Health Signs That Are Clearly Visible To Construction Workers And Public. 13. Conduct Regular Safety Meetings. Source: Colorado State University Occupational Health And Safety Section Department Of Environmental Health Fort Collins, Colorado X. Design Technical Specifications And Requirements The Bidder Shall Submit The Following Design Deliverables In Accordance With The Design Specifications, Parameters And Drawing Checklist But Not Limited To The Following: Activity Reports And Documents Required 1. Pre-design Phase 1.1 Geotechnical Investigation Five (5) Sets Duly Signed And Seal Soil Analysis And Investigation Report In Hard Bound (refer To Geotechnical Investigation Specification And Parameters) 1.2 Structural Analysis And Design Five (5) Sets Duly Signed And Seal Structural Analysis And Design Report In Hard Bound Including The Executable E-files (staad/etabs,etc.) Five (5) Sets Duly Signed And Seal Structural Specifications In Hard Bound (refer To Structural Analysis And Design Specification And Parameters) 1.3 Master Site Development Plans And Conceptual 3d Design Five (5) Sets Duly Signed And Seal Master Site Development Plans In Hard Copy (at Least 20 X 30 Paper Size In Desired Minimum Scale) And Softcopy (editable File.dwg And 3d Model.skp/cad/etc) Powerpoint Presentation And/or Walkthrough Presentation 2. Design Phase 2.1 Detailed Architecture And Engineering Designs/plans Including Applicable And/or Approved Revisions To The Satisfaction Of The Procuring Entity Five (5) Sets Duly Signed And Seal Detailed Architecture And Engineering Plans/drawing In Hard Copy (at Least 20 X 30 Paper Size In Desired Minimum Scale) And Softcopy (editable File.dwg And 3d Model.skp/cad/etc) (refer To Design Parameters And Drawing Checklists) 2.2 Construction Technical Specifications Five (5) Sets Duly Signed And Seal Construction Technical Specifications In Hard Bound Xi. Space Requirements General Floors:  Ceiling Height Should Be At Least Three Meters Clear Height For 2nd Floor And Up. Ground Floor Lobby Must Be Of Higher Ceiling.  Provision Of Utility Room Enough To House Trolley And Dirty Utilities With Floor Drain  All Floors (except For Third Floor To Roof Deck) Shall Have Direct Access To Ramp  Both Stairs Are For Service And Emergency Use  External Window At Second Floor And Up Shall Be Of Awning Type.  Provision Of Electrical Room  Ramp For Wheelchair Access (with A Clear Width Of At Least 1.22 M. 4 Ft.).  Minimum Of Two (2) Exits, Remote From Each Other, For Each Floor Of The Building.  Exits Restricted To The Following Types: Door Leading Directly Outside The Building, Interior Stair, Ramp And Exterior Stair.  Exits Terminate Directly At Open Space To The Outside Of The Building. General / Common Areas • Staff’s Dressing, Lockers, Toilet And Bath - This Room/space Is Equipped With Secure Lockers, Private Dressing Rooms, And Accessible Toilets And Showers To Support Hygiene And Comfort For Male And Female Staff. This Space, With Its Own Separate Staff Entrance, Allows For Efficient Staff Flow And Infection Control, Particularly Important In Sensitive Areas Like The Delivery Complex And Nicu. - Planning Relationships: A. Adjacent To Staff’s Lounge B. Within The Delivery Complex And Nicu - Lighting System: C. For General Illumination, Provide At Least 500 Lux. - Power System: D. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. • Staff’s Hallway - A Corridor Within The Delivery Complex And Nicu That Ensures A Minimum Clear Width Of 1.83 Meters To Facilitate Smooth, Unobstructed Movement Of Staff And Equipment, Enhancing Safety And Efficiency In High-traffic Medical Areas. Closed-circuit Television Cctv Shall Be Installed At The Hallway Of This Floor And At Least Two Views Or Angles Of Cctv Or More As Required With Central Monitor At Nurse Station. - Lighting System: A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Auxiliary System: C. Provide And Install The Following Auxiliary System: • Communication System  Public Address Paging System – Provide At Least One (1) Unit Paging System - Fire Alarm System: D. Provide At Least Six (6) Units Smoke Detector. • Patient’s Dressing/changing Rooms - Positioned Near The Entrance For Convenient Access, This Compact Room Accommodates Only One Bed Or Stretcher, Designed To Serve Both Ambulatory Patients And Those On Stretchers. With Separate Entrances To The Emergency Department And The Delivery Complex's Sterile Hallway, It Ensures Asepsis Despite Limited Space. - Planning Relationships: A. Next To Main Entrance B. Adjacent To Delivery Complex And Ob-gyne Emergency Department C. Close To Waiting Area And Comfort Room - Lighting System: D. For General Illumination, Provide At Least 250 Lux. - Power System: E. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: F. Provide At Least Six (6) Units Smoke Detector. - Ventilation System: G. Provide At Least One (1) Unit Orbit Fan. • Common Patient And Staff Hallway (sterile-ground Floor, Delivery & Nicu Suite) - A Well-ventilated Passageway With Ambient Lighting And Centralized Air Conditioning, Ensuring A Controlled Environment That Supports Both Infection Control And Staff Efficiency. The Hallway, With A Clear Width Of 2.44 Meters, Facilitates Smooth Movement While Maintaining Asepsis And A Comfortable Atmosphere For Patients And Medical Personnel. Closed-circuit Television Cctv Shall Be Installed At The Hallway Of This Floor And At Least Two Views Or Angles Of Cctv Or More As Required With Central Monitor At Nurse Station. - Lighting System: A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: C. Provide At Least Six (6) Units Smoke Detector. - Ventilation System: D. Provide At Least One (1) Unit Orbit Fan. • Common Patient And Staff Hallway (non-sterile-second Floor, Ob Wards/recovery Rooms) - A Well-ventilated Passageway With Ambient Lighting, Ensuring A Controlled Environment That Supports Both Infection Control And Staff Efficiency. The Hallway, With A Clear Width Of 2.44 Meters, Facilitates Smooth Movement While Maintaining Asepsis And A Comfortable Atmosphere For Patients And Medical Personnel. Closed-circuit Television Cctv Shall Be Installed At The Hallway Of This Floor And At Least Two Views Or Angles Of Cctv Or More As Required With Central Monitor At Nurse Station. - Lighting System: A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: C. Provide At Least Six (6) Units Smoke Detector. • Staff’s Lounge - This Room/space Is Designed To Include A Comfort Room, A Counter With A Sink, Space For Dining Tables, And Resting Facilities. It Offers A Relaxing And Functional Space For Staff To Unwind, Eat, And Refresh During Their Shifts. - Planning Relationships: A. Next To Staff’s Main Entrance B. Adjacent To Staff’s Lockers. - Lighting System: C. For General Illumination, Provide At Least 500 Lux. - Power System: D. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Ventilation System: F. Provide At Least One (1) Unit Orbit Fan. • Janitor’s Closet - This Room/space Is Designed To Keep Cleaning Materials With Mop Sink And As Storage For Janitor’s Cleaning Tools. - Planning Relationships: A. One Janitor’s Closet Located Close To Delivery/operating Room B. One Janitor’s Closet Located To Staff’s Lockers And Lounge. - Lighting System: C. For General Illumination, Provide At Least 250 Lux. - Power System: D. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. • Wheeled Stretcher’s Area - This Room/space Is Located Near The Main Entrance, This Area Is Designed To Accommodate At Least Two (2) Bed Stretchers, Ensuring Easy Access And Quick Deployment For Patients Arriving Via Stretcher. It Is Strategically Placed For Efficient Patient Handling And Smooth Transitions To Other Areas Of The Facility. - Planning Relationships: A. Located At The Entrance Of Delivery & Nicu Suite/complex - Lighting System: B. For General Illumination, Provide At Least 250 Lux. - Power System: C. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector. • All Gender / Pwd Toilet - This Restroom Is Designed To Be Inclusive, Complying With The Updates To The Amended Irr Of Bp 344. It Ensures Accessibility For All Genders And Persons With Disabilities (pwd), Featuring Wide Doors, Support Bars, Urinal And Spacious Layout To Meet The Latest Standards For Accessibility And Comfort. - Planning Relationships: A. Accessible To All Patients, Relatives And Visitors. B. Minimum Of One (1) Toilet On Each Floor Accessible To Disabled. - Lighting System: C. For General Illumination, Provide At Least 250 Lux. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector. • Toilets/comfort Rooms - One Comfort Room For Both Male And Female Adult Ward While Separate Comfort Rooms For Stations, Offices And Service Rooms. - Planning Relationships: A. Equipped With Wall Mounted Intravenous (iv) Fluid Hook For Patient Rooms And Emergency Pull Chord With Corridor Lights Installed Above The Door. - Lighting System: B. For General Illumination, Provide At Least 250 Lux. - Fire Alarm System: C. Provide At Least One (1) Unit Smoke Detector. • Access/exit Stairs - Stairs That Provide Essential Vertical Circulation For Movement Between Different Levels Of A Building, Typically Serving As Both An Access Point For Entry And An Exit For Egress. These Stairs Must Meet Safety Regulations, Including Proper Width, Handrails, Non-slip Treads, And Clear Signage For Easy Navigation. They Should Also Be Designed To Accommodate Emergency Evacuations And Ensure Accessibility Where Possible. - Planning Relationships: A. Exits Terminate Directly At An Open Space To The Outside Of The Building B. Minimum Of Two (2) Exits, Remote From Each Other, For Each Floor Of The Building - Lighting System: C. For General Illumination, Provide At Least 250 Lux. • Access Ramps - Ramps Designed To Provide A Smooth, Accessible Pathway For Individuals With Mobility Challenges, Such As Wheelchair Users, To Enter Or Exit A Building. These Ramps Should Meet Accessibility Standards, Including Proper Slope (usually 1:12), Non-slip Surfaces, Handrails On Both Sides, And Clear Signage. They Are Essential For Ensuring Equal Access To All Areas Of A Building, In Compliance With Accessibility Laws Like The Amended Irr Of Bp 344. - Planning Relationships: A. A Ramp Shall Have A Minimum Clear Width Of 1.22 Meters (or 4 Feet) In One Direction (or 2.44 Meters Or 8 Feet In Two Opposite Directions). B. The Slope Of The Ramp Shall Not Be Steeper Than 1:12 Meters. - Lighting System: C. For General Illumination, Provide At Least 250 Lux. • Electrical/auxiliary Room - Due To Limited Space, This Room Is Designed With A Bi-folding Door That Provides At Least 1.60 Meters Of Clear Opening Width. Located On The Ground Floor In The Staff Hallway, It Is Strategically Placed Away From Direct Patient Access To Maintain Separation And Safety While Ensuring Easy Access For Maintenance And Operation. - Lighting System: A. For General Illumination, Provide At Least 250 Lux. - Fire Alarm System: B. Provide At Least One (1) Unit Smoke Detector. Ground Floor – Delivery Complex • Nurse Station W/ Sink, Inc. Supply Room And T&b - This Area Is Dedicated For The Nurses And Other Medical Staff Assigned To This Floor. It Shall House The Patient’s Charts, Patient’s Medications With Proper Compartmentalization, Nurse Call System Central Station, One Dedicated Comfort Room, Supply/medication Room And Ample Area For Doctors To Do Charting And Nurses’ Personal Belongings. This Station Should Be Located To Permit Visual Observation Of Patient (specifically Areas Such As Labor Room And High-risk Pregnancy Unit Room) And Movement Into The Suite. This Is Also Located Within The Sterile Area Of The Ob-gyne Complex, Is An Open Station, And Has Direct Access To The Hallways Common/centralized Air Conditioning. - Planning Relationships: A. Adjacent To Breastfeeding Room B. Close To Nicu, Ob-gyne Emergency Department - Lighting System: C. For General Illumination, Provide At Least 500 Lux. - Power System: D. For General Illumination, Provide At Least 500 Lux. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Standby / Emergency System: E. For General Illumination, Provide At Least 500 Lux. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: F. Provide And Install The Following Auxiliary System: • Communication System  Telephone System – Provide At Least One (1) Unit Telephone Outlet.  Local Area Network System – Provide At Least One (1) Unit Data Outlet.  Public Address Paging System – Provide At Least One (1) Unit Paging System  Nurse Call System - Provide At Least One (1) Unit Nurse Call System - Fire Alarm System: G. Provide At Least Two (2) Units Smoke Detector. - Security System: H. Provide At Least Two (2) Units Smoke Detector. Provide Closed – Circuit Television Cctv Shall Be Installed At The Lobby And Corridor Or Hallway Of This Floor With Central Monitor Located At The Reception Area And At Least Two Views Or Angles Of Cctv Shall Be Installed At The Wards With Central Monitor At Nurse Station. • Labor Room - This Area Is Dedicated For Maternity Patients To Be Monitored And Supervised During Labor And Delivery. Before Being Transferred To The Delivery Room, Patients Stay In The Labor Room For Assessment And Monitoring. Labor Rooms Should Have Adequate Lighting, Including Ambient Light And Focus Lights For Labor And Examination Tables. Labor Rooms Should Have A Viewing Window That Is Directly Visible From The Nurse's Station To Facilitate Easy Monitoring. It Shall Also House One Dedicated Comfort Room And A Common Counter With Sink. - Planning Relationships: A. Adjacent To Delivery Room B. Close To Caesarian Delivery Room C. Close To Scrub-up And Sub-sterilizing Room - Lighting System D. For General Illumination, Provide At Least 500 Lux. - Power System: E. Provide At Least Nine (9) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Standby / Emergency System: F. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: G. Provide And Install The Following Auxiliary System: • Communication System  Telephone System – Provide At Least One (1) Unit Telephone Outlet.  Local Area Network System – Provide At Least One (1) Unit Data Outlet.  Nurse Call System - Provide At Least One (1) Unit Nurse Call System - Fire Alarm System: H. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning And Refrigeration System: I. Provide Air Conditioning Unit System • Delivery Room - This Area Is Dedicated For Normal Spontaneous Delivery Services. It Shall Also House At Least Four (4) Delivery Beds And A Dedicated Newborn Resuscitation Area, A Place With A Flat Firm Surface And Heat Source, For Immediate Resuscitation And Stabilization Of Newborns Who Require Assistance At Birth. This Area Is Typically Equipped With Necessary Medical Equipment, Such As Oxygen, Suction Devices, And Other Resuscitation Tools, And Is Staffed By Trained Healthcare Professionals To Provide Emergency Care To Newborns In Critical Condition. The Delivery Room Shall Be Remote As Practicable From The Entrance To Provide Asepsis. To Observe Asepsis And Prevent Non-related Traffic In The Facility, The Delivery Room, Scrub-up Area, And The Sub-sterilization Room (considered As Clean/sterile Areas) Must Be Grouped Together Away From The General Administrative Service Which Are Considered As Common Areas. - Planning Relationships: A. Adjacent To Sub-sterilizing Room B. Adjacent To Scrub-up - Lighting System C. For General Illumination, Provide At Least 750 Lux. - Power System: D. Provide At Least Five (5) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Outlet 15a, 2p, 240v, Single, Grounding Type, Tandem. Two (2) Units Ground Terminal, Duplex. Also, Allocate Two (2) Units Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Standby / Emergency System: E. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: F. Provide And Install The Following Auxiliary System: • Communication System  Telephone System – Provide At Least One (1) Unit Telephone Outlet.  Local Area Network System – Provide At Least One (1) Unit Data Outlet.  Nurse Call System - Provide At Least One (1) Unit Nurse Call System - Fire Alarm System: G. Provide At Least One (1) Unit Heat Detector. - Air Conditioning And Refrigeration System: H. Provide Air Conditioning System • Cesarian Delivery Room - This Area Is Specialized Operating Room Equipped For Performing Cesarean Sections, A Surgical Procedure Used To Deliver A Baby Through An Incision In The Mother's Abdomen And Uterus. This Room Is Designed To Accommodate The Surgical Team And Necessary Medical Equipment, Ensuring A Sterile Environment And Readiness For Any Complications That May Arise During The Delivery. It Is Typically Equipped With Operating Tables, Surgical Instruments, Anesthesia Equipment, And Monitoring Devices For Both The Mother And Baby. This Operating Room Shall Be Remote As Practicable From The Entrance To Provide Asepsis. To Observe Asepsis And Prevent Non-related Traffic In The Facility, The Delivery Room, Operating Room (c-section), Scrub-up Area, And The Sub-sterilization Room (considered As Clean/sterile Areas) Must Be Grouped Together Away From The General Administrative Service Which Are Considered As Common Areas. - Planning Relationships: A. Adjacent To Sub-sterilizing Room B. Adjacent To Scrub-up - Lighting System C. For General Illumination, Provide At Least 1000 Lux. - Power System: D. Provide At Least Nine (9) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Standby / Emergency System: E. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: F. Provide And Install The Following Auxiliary System: • Communication System  Telephone System – Provide At Least One (1) Unit Telephone Outlet.  Local Area Network System – Provide At Least One (1) Unit Data Outlet.  Nurse Call System - Provide At Least One (1) Unit Nurse Call System - Fire Alarm System: G. Provide At Least One (1) Unit Heat Detector. - Air Conditioning And Refrigeration System: H. Provide Air Conditioning System • High-risk Pregnancy Unit - This Area Is Dedicated To The Care And Management Of Pregnant Women Who Have Been Identified As Having A Higher Risk For Complications During Pregnancy, Labor, Or Delivery. The Unit Provides Close Observation And Interventions To Ensure The Health And Safety Of Both The Mother And The Baby, Offering Specialized Care For Conditions Such As Gestational Diabetes, Hypertension, Multiple Pregnancies, Or Other Medical Concerns. It Shall Also House One Dedicated Comfort Room Should Have A Viewing Window That Is Directly Visible From The Nurse's Station To Facilitate Easy Monitoring. This Room Should Be Located In Close Proximity To The Doctor's Quarters Or On-call Room To Facilitate Immediate Intervention In Case Of Emergencies. - Planning Relationships: A. Close To Delivery Room B. Adjacent To Sub-sterilizing Room C. Close To Cesarian Delivery Room - Lighting System D. For General Illumination, Provide At Least 1000 Lux. - Power System: E. Provide At Least Fourteen (14) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Standby / Emergency System: F. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: G. Provide And Install The Following Auxiliary System: • Communication System  Telephone System – Provide At Least One (1) Unit Telephone Outlet.  Local Area Network System – Provide At Least One (1) Unit Data Outlet.  Nurse Call System - Provide At Least One (1) Unit Nurse Call System  Master Or Cable Antenna Television - Fire Alarm System: H. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning And Refrigeration System: I. Provide Air Conditioning System • Septic Lr/dr (labor Room/delivery Room) - This Room/space With Septic Cases Physically Separated From Regular Cases To Avoid Infection. This Room Is Equipped To Handle Sterile Procedures While Minimizing The Risk Of Cross-contamination, With Enhanced Infection Control Measures In Place. It Is Typically Isolated To Prevent The Spread Of Infections And May Include Specialized Equipment For Both Maternal And Neonatal Care To Address Potential Complications Arising From The Infection. This Room Should Be Located In Close Proximity To The Doctor's Quarters Or On-call Room To Facilitate Immediate Intervention In Case Of Emergencies. - Planning Relationships: A. Close To Delivery Room B. Adjacent To Sub-sterilizing Room C. Close To Cesarian Delivery Room - Lighting System D. For General Illumination, Provide At Least 1000 Lux. - Power System: E. Provide At Least Nine (9) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Standby / Emergency System: F. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: G. Provide And Install The Following Auxiliary System: • Communication System  Telephone System – Provide At Least One (1) Unit Telephone Outlet.  Local Area Network System – Provide At Least One (1) Unit Data Outlet.  Nurse Call System - Provide At Least One (1) Unit Nurse Call System - Fire Alarm System: H. Provide At Least One (1) Unit Heat Detector. - Air Conditioning And Refrigeration System: I. Provide Air Conditioning System • Scrub-up Area - This Room/space Where Preoperative Hand Washing Is Performed Located Outside Of The Delivery/operating Room Installed Either In A Recessed Wall Or Other Open Space But Shall Be Kept Away From Main Traffic Flow. This Shall Be Located Within The Sterile Zone Of The Delivery Complex, And Shall House 3-station Scrub Sink, With Gooseneck Spout & Foot Control, Sensor Type, And Provision For Hand-dryer. - Planning Relationships: A. Close To Delivery Room B. Adjacent To Cesarian Delivery Room - Lighting System C. For General Illumination, Provide At Least 500 Lux. - Power System: D. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light And Hand Dyer. - Auxiliary System: E. Provide And Install The Following Auxiliary System: • Communication System  Public Address Paging System – Provide At Least One (1) Unit Telephone Outlet. - Fire Alarm System: F. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning And Refrigeration System: G. Provide Air Conditioning System • Sub-sterilizing Room - This Room/space Where Medical Instruments And Equipment Are Cleaned And Partially Sterilized Before Being Sent To A Main Sterilization Area For Final Sterilization. This Room Typically Serves As An Intermediate Step In The Sterilization Process, Focusing On Decontaminating Items, Such As Surgical Instruments, To Reduce The Risk Of Infection. This Room Is Equipped With Sinks, Disinfectants, Ultrasonic Cleaners, And Possibly Other Equipment To Assist In The Preparation Of Items For Full Sterilization. It Should Be Accessible From The Delivery Room And Operating Room. Should Have A Utility Door That Provides Access Out From The Sterile Route, Ensuring A Controlled Flow Of Items Without Compromising The Sterile Environment. This Utility Door Should Lead To A Non-sterile Area, Allowing For The Safe And Efficient Movement Of Equipment And Materials, While Preventing Contamination From Entering The Sterile Zones. - Planning Relationships: A. Adjacent To Operating Room B. Adjacent To Scrub-up Area - Lighting System C. For General Illumination, Provide At Least 500 Lux. - Power System: D. Provide At Least Three (3) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: E. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: F. Provide And Install The Following Auxiliary System: • Communication System  Public Address Paging System – Provide At Least One (1) Unit Telephone Outlet. - Fire Alarm System: G. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning And Refrigeration System: H. Provide Air Conditioning System • Sterile Instrument And Supply Storage - This Room/space Is Where Medical Supplies And Sterile Instruments Needed For Normal Spontaneous Delivery Are Kept. This Shall House A Counter With Sink And Drainboard, And Door With Vision Panel. - Planning Relationships: A. Located At Delivery Area/complex B. Adjacent To Nurse Supervisor’s Area/station - Lighting System C. For General Illumination, Provide At Least 500 Lux. - Power System: D. Provide At Least Four (4) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning And Refrigeration System: F. Provide Air Conditioning System • Clean-up Room - This Room/space Is Intended For The Sterilization Of Instruments In Accordance With Doh Guidelines On Cleaning, Disinfection, And Sterilization Of Reusable Medical Devices In Hospital Facilities In The Philippines (annex B Of Administrative Order No. 2012-0012). This Shall House Counter For Work, Sink With Double Compartment; Laundry; 350-400 Mm Deep. - Planning Relationships: A. Located At Delivery Area/complex B. Adjacent To Nurse Supervisor’s Area/station - Lighting System C. For General Illumination, Provide At Least 500 Lux. - Power System: D. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Ventilation System: F. Provide Least One (1) Orbit Fan. • Doctor’s On-call Room - This Room/space Is Where Doctors Can Rest And Recuperate While Being Available For Urgent Patient Needs Or Emergencies. It Shall 0house One Dedicated Toilet And Bath, Resting Facilities, And With Essential Features Such As Sound-proofing And Alert System That Notifies The Doctors Of Emergencies Or When They Are Needed Urgently. It Should Be Located In Close Proximity And Have Direct Access To The High-risk Pregnancy Unit, Septic Labor/delivery Room, Labor Room, And Nurse Station. - Planning Relationships: A. Located At Delivery Area/complex B. Adjacent To Nurse Supervisor’s Area/station C. Close To High-risk Pregnancy Unit, Septic Labor/delivery Room, And Labor Room - Lighting System D. For General Illumination, Provide At Least 500 Lux. - Power System: E. Provide At Least Eight (8) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light - Fire Alarm System: F. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning And Refrigeration System: G. Provide Air Conditioning System Ground Floor – Ob-gyne Emergency Department • General Requirements - This Area Should Be Located In Ground Floor To Ensure Easy Access For Patients. It Shall Also Have Separate Entrance To The Emergency, And Corridors For Access By Patient Using Bed Or Stretcher And Equipment (2.44 Meters Or 8.00 Ft. Clear Width) And A Ramp For Wheelchair Access (with A Clear Width Of At Least 1.22 M. Of 4.00 Ft.). Due To Limited Space Available, This Whole Area Only House Small Independent Nurse Station With Counter And Sink, Observation Bay And Treatment Area With Sink Or Wall-hung Lavatory, Divided By Privacy Curtains/dividers, Equipment/supply Storage For Direct Access To Resuscitation Equipment, One Dedicated Comfort Rooms, And A Patient Dressing/changing Room With Separate Entrances To The Emergency Department And Onto Delivery Complex Sterile Hallway To Provide Asepsis. • Waiting Area - This Room/space Is Where Patients, Companions, And Visitors Can Wait Comfortably. However, This May Be Located Outside Of The Birthing Clinic If There Is No Sufficient Space Provided That There Should Be An Overhead Cover. The Waiting Area Can Also Be Situated Along A Corridor Provided That The Width Of Such Corridor Shall Not Decrease Lower Than 1.83 M In Width. It Should Be Well-ventilated And Equipped With Ample Lighting To Ensure A Comfortable And Inviting Environment For Patients And Visitors. This Shall Be In Close Proximity To Other Provided Common Areas Such As Comfort Rooms And Common Counter With Sink For Hygienic Activities. - Lighting System A. For General Illumination, Provide At Least 250 Lux. - Power System: B. Provide At Least Ten (10) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: C. Provide At Least One (1) Unit Smoke Detector. - Ventilation System: D. Provide Least Two (2) Units Orbit Fan • Nurse Station With Sink - This Area Is Located To Permit Observation Of Patient And Control Access To Entrance, Waiting Area, And Treatment Area. This Area Should Also House A Working Table And A Separate Counter With Sink. - Planning Relationships: A. Located At Ob-gyne Emergency Department B. Close To Emergency Entrance C. Adjacent To Observation Bay And Examination/treatment Room - Lighting System D. For General Illumination, Provide At Least 500 Lux. - Power System: E. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Ground Fault Circuit Interrupter (gfci) Outlet. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: F. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: G. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide One (1) Unit Data Outlet. - Public Address Paging System - Provide One (1) Unit Paging System. - Nurse Call System – Provide One (1) Unit Nurse Call System. - Fire Alarm System: H. Provide At Least One (1) Unit Smoke Detector. - Security System: I. Provide Closed – Circuit Television Cctv With At Least Two Views Or Angles Of Cctv Shall Be Installed With Central Monitor At Nurse Station. - Air Conditioning And Refrigeration System: J. Provide Air Conditioning System • Observation Bay - This Room/space Is Designated Area Where Patients Can Be Closely Monitored After Initial Assessment. This Space Only Houses One (1) Observation Bed Or Recliner Due To Insufficient Space Available. It Is Adjacent To Examination/treatment Room And Should Be Divided By Privacy Curtains/dividers, And Should Be In Close Proximity To Comfort Room Available. - Lighting System A. For General Illumination, Provide At Least 750 Lux. - Power System: B. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, Allocate One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning And Refrigeration System: E. Provide Air Conditioning System • Examination And Treatment Area - This Room/space Where Pre- And Post-natal Check-up Is Conducted, It Is Designated Area With Clear Visibility From The Nurse Station, Efficient Equipment Placement, And Dedicated Spaces For Examination And Treatment. It Is Adjacent To Observation Bay And Should Be Divided By Privacy Curtains/dividers. This Shall Have A Sink Or A Wall-hung Lavatory And Should Be In Close Proximity To Comfort Room Available. This Space Shall Also Accommodate One (1) Procedural Bed, Similar To The Examination Bed But With Extra Support For Patients Undergoing Treatments And Space For Equipment. The Bed Should Be Adaptable For Minor Procedures Like Suturing, Drainage, Or Stabilization For Transport. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Four (4) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide One (1) Unit Data Outlet. - Public Address Paging System - Provide One (1) Unit Paging System. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning And Refrigeration System: F. Provide Air Conditioning System • Equipment/supply Storage Room - This Room/space Is Essential For Maintaining Organized, Accessible, And Sterile Storage Of Medical Supplies, Instruments, And Other Necessary Materials. Due To Limited Space, Set-up Must Be Optimized To Ensure Essential Supplies Are Organized And Accessible. This Shall Also Be Temperature/humidity Controlled To Preserve The Quality Of Stored Sensitive Items. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: C. Provide At Least One (1) Unit Smoke Detector. - Ventilation System: D. Provide At Least One (1) Unit Orbit Fan. Ground Floor – Neonatal Intensive Care Unit (nicu) • General Requirements - The Nicu, Located Adjacent To The Breastfeeding Room And On The Same Floor As The Delivery Complex, Should Be Designed To Maximize Limited Space. It Will Include An Independent Nurse Station With An Attached Comfort Room For Staff Convenience. The Layout Will Accommodate Supply Storage, With Vertical Solutions To Save Space, And Provide An Ample Area For Examination Table And Essential Equipment. Infection Control Measures Will Be In Place, Including Zoning For High-risk Cases, Handwashing Stations, And Access To Ppe. Nicu Shall Be Separate But Immediately Accessible From The Delivery Room/cesarian Operating Room. The Nicu Will Be Soundproofed To Minimize Noise And Create A Quiet, Conducive Environment For Neonates' Rest And Recovery. Due To Limited Space, The Nicu Will House Only Ten (10) Bassinets. The Design Will Focus On Maximizing Available Space While Ensuring Essential Equipment, Infection Control Measures, And Patient Comfort Are Maintained. This Shall Also Include A Viewing Glass Window For Family Members To Observe Their Newborns While Maintaining The Necessary Infection Control Protocols. This Window Will Be Strategically Positioned In A Way That Provides A Clear View Of The Ten (10) Bassinets And Ensures Privacy And Security. • Nurse Station W/ Sink, Including Supply Room And Toilet - The Nicu Design Will Include An Independent Nurse Station With A Sink For Hand Hygiene, Ensuring Staff Can Maintain Cleanliness And Efficiency While Monitoring Patients. It Will Also Feature A Separate Counter With A Sink And An Additional Counter Or Table For Work Tasks. Adjacent To The Nurse Station, A Comfort Room Will Provide Convenience For Staff During Long Shifts. The Layout Will Incorporate Supply Storage With Vertical Solutions To Optimize Space And Keep Essential Equipment Organized, Maximizing The Use Of Limited Space While Ensuring Facilities For Both Patient Care And Staff Comfort. - Planning Relationships: A. Adjacent To Breastfeeding Room - Lighting System B. For General Illumination, Provide At Least 500 Lux. - Power System: C. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter (gfci). Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: D. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: E. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide One (1) Unit Data Outlet. - Public Address Paging System - Provide One (1) Unit Paging System. - Nurse Call System – Provide One (1) Unit Nurse Call System. - Fire Alarm System: F. Provide At Least Two (2) Units Smoke Detector. - Security System: G. Provide Closed – Circuit Television Cctv At Least Two Views Or Angles Of Cctv Shall Be Installed At The Wards With Central Monitor At Nurse Station - Air Conditioning And Refrigeration System: H. Provide Air Conditioning System • Breastfeeding Room Including Sink And Toilet - This Room, Located Adjacent To The Nicu, Will Be Designed With Its Own Counter And Sink For Hygiene And Convenience. It Will Include A Comfort Room For The Mother's Use And Ample Seating Space For Comfortable Breastfeeding. Additionally, The Room Will Feature A Foldable Diaper Changing Station, Maximizing Space While Providing Necessary Facilities. This Layout Ensures A Private And Functional Space For Mothers To Care For Their Newborns While Maintaining Proximity To The Nicu. - Planning Relationships: A. Adjacent To Nurse Station And Nicu - Lighting System B. For General Illumination, Provide At Least 500 Lux. - Power System: C. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter (gfci). Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning And Refrigeration System: E. Provide Air Conditioning System Ground Floor – Cmps (chief Of Medical Professional Staff’s Office) • Chief Of Medical Professional Staff’s Office - The Chief Of Medical Professional Staff’s Office Will Be Strategically Located Close To The Delivery Complex And Will Be Soundproofed (such As High-density Acoustic Panels, Insulated Walls) To Ensure Privacy And A Quiet Environment. The Office Will Include A Toilet And Bath, Archive Area, With A Hidden Access Door Connecting To The Office For Discreet Access. It Will Also Feature A Secretary And Receiving Area, A Conference Room With An Attached Comfort Room, And A Pantry For Staff Convenience. The Archives Area Will Be Situated Nearby For Easy Access To Important Documents, Ensuring A Functional And Efficient Workspace While Maintaining Privacy And Comfort. The Chief Of Medical Professional Staff’s Office Will Include A Corner With A Full-length Window, Offering A Panoramic View Of The Hospital's Vicinity. This Design Feature Will Enhance Natural Light, Provide A Sense Of Openness, And Allow The Chief To Observe The Surrounding Area. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots For Cmps Office, Two (2) Units For Secretary’s Area, Two (2) Units For Receiving Area, Six (6) Units For Conference Room And Two (2) Units For Lounge/pantry. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light, For Cmps Office, Secretary’s And Receiving Area, And Conference Room. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide Three (3) Units Data Outlet. - Public Address Paging System - Provide One (1) Unit Paging System. - Fire Alarm System: E. Provide At Least Four (4) Units Smoke Detector. - Air Conditioning And Refrigeration System: F. Provide Air Conditioning System Second Floor – Ob-gyne Wards / Recovery Rooms • Nurse Station With Sink, Including Supply Room, Medication Room, And Toilet - This Enclosed Area, Located On The Second Floor Intended For Wards, Recovery Rooms, And Other Service Rooms, Is Dedicated To Nurses And Medical Staff Assigned To This Floor. It Houses Patient Charts, Medications With Proper Compartmentalization, A Nurse Call System Central Station, A Dedicated Comfort Room, A Supply/medication Room, And Ample Space For Doctors To Do Charting And Nurses' Personal Belongings. The Station Allows For Visual Observation Of Key Patient Areas And Movement Into The Suite. It Is Centrally Located With Direct Access To The Common Hallways. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter (gfci). Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide One (1) Unit Data Outlet. - Public Address Paging System - Provide One (1) Unit Paging System. - Nurse Call System – Provide One (1) Unit Nurse Call System. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Security System: F. Provide Closed – Circuit Television Cctv With At Least Two Views Or Angles Of Cctv Shall Be Installed With Central Monitor At Nurse Station. - Air Conditioning And Refrigeration System: G. Provide Air Conditioning System • Two (2) Private Rooms (1-bed Capacity) With Toilet And Bath - These Rooms Are Designed To Provide A Private, Comfortable Space For Patients, Each With A Single Bed, And Include An Attached Toilet And Bath For Patient Convenience And Privacy. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • One (1) Semi-private Rooms (3-bed Capacity) With Shared Sink, Toilet And Bath - This Room Is Designed To Accommodate Three Patients, Offering A Semi-private Setting With A Shared Space For Comfort And Care. This Room Includes A One (1) Shared Sink, And Toilet And Bath. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least Two (2) Units Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • One (1) Infirmary Room (1-bed Capacity) With Toilet And Bath - This Room Is Designed To Accommodate The Hospital Staff’s And/or Their Immediate Family Members. It Provides A Private Space With A Bed, Toilet, And Bath, Offering Comfort And Privacy While Supporting Basic Medical Needs During Their Stay. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • One (1) Isolation Room (1-bed Capacity) With Sink, Ante Room, Toilet And Bath - This Room Is Designed To Accommodate A Single Patient In Isolation, Providing A Controlled Environment For Infectious Or High-risk Patients. It Includes A Bed, Ante Room With Sink Or Wall-hung Lavatory For Staff To Change And Prepare Before Entering, And An Attached Toilet And Bath For Patient Comfort And Hygiene. The Room Is Equipped To Prevent The Spread Of Infection, With Strict Access Control And Infection Control Measures In Place. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • One (1) Teen Adolescent (6-bed Capacity) With Shared Sink, Shower And Toilet - This Room Is Designed To Accommodate Up To Six Adolescent Patients, Featuring A Shared Sink, With Separate Shower And Toilet Facilities To Ensure Privacy And Hygiene. The Shared Sink Area Allows For Efficient Use Of Space While Maintaining Cleanliness, While The Separate Shower And Toilet Provide The Necessary Amenities For Patient Comfort And Convenience. The Design Creates A Supportive And Functional Environment For Young Patients, Offering Ease Of Access To Medical Care. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least Two (2) Units Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • One (1) Gyne Ward (7-bed Capacity) With Shared Sink, Shower And Toilet - This Room Is Designed To Accommodate Up To Seven (7) Gynecological Patients. It Includes Shared Facilities Such As A Sink, Shower, And Toilet To Efficiently Serve The Needs Of Multiple Patients While Ensuring Hygiene And Convenience. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least Two (2) Units Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • One (1) Ob Ward (6-bed Capacity) With Shared Sink, Shower And Toilet - This Room Is Designed To Accommodate Up To Six (6) Obstetrics Patients, Featuring Shared Sink, Shower, And Toilet Facilities. The Shared Amenities Help Optimize Space While Ensuring Patients Have Access To Essential Hygiene Facilities. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least Two (2) Units Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • Ob Ward Extension (18-bed Capacity) With Shared Sink, Shower And Toilet - This Extension Is Designed To Accommodate Up To Eighteen (18) Obstetrics Patients, With Shared Sink, Shower, And Toilet Facilities. The Shared Amenities Ensure Efficient Use Of Space While Providing Essential Hygiene Facilities For All Patients. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Eighteen (18) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least Six (6) Units Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • Csb Care For Small Baby Room With Toilet - This Room Is Designed For Small Or Premature Babies, With Space For Four Beds, An Attached Toilet, Foldable Diaper Changing Station, And Resting Facilities For Caregivers. It Provides A Functional And Comfortable Environment For Both Babies And Families. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • Hearing Screening Room - A Dedicated Space For Conducting Hearing Tests And Screenings, Typically For Newborns Or Young Children. The Room Is Equipped With Specialized Auditory Equipment And Soundproofing To Ensure Accurate Results. It Is Designed To Provide A Quiet, Controlled Environment For Hearing Assessments, With Comfortable Seating For Patients And Their Guardians. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: E. Provide Air Conditioning System • Newborn Screening Room - The Room Is Equipped With The Necessary Medical Equipment For Blood Sampling, Physical Exams, And Diagnostic Tests. It Is Designed To Provide A Safe, Comfortable Environment For Newborns And Their Parents While Ensuring The Efficient And Accurate Collection Of Screening Samples. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: E. Provide Air Conditioning System • Stock Room - A Storage Area For Medical Supplies And Equipment, Organized With Proper Shelving And Labeling For Easy Access And Inventory Control. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: C. Provide At Least One (1) Unit Smoke Detector. • Department Chair’s Office Including Secretary And Receiving Area And Toilet - Located Adjacent To The Conference Room, This Office Includes A Work Room For The Chair, A Secretary And Receiving Area, And An Attached Toilet For Convenience. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide One (1) Unit Data Outlet. - Public Address Paging System – Provide One (1) Unit Paging System. - Fire Alarm System: E. Provide At Least Two (2) Units Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • Conference Room - Located Adjacent To The Department Chair's Office, This Room Is Designed For Meetings And Presentations, Equipped With A Large Table, Seating, And Audiovisual Equipment For Effective Communication. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least Two (2) Units Floor Mounted Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type, Universal Slot. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: E. Provide Air Conditioning System • Doctor’s Quarters With Shared Shower And Toilet - Due To Limited Space, This Room Accommodates Two Beds, With Shared Shower And Toilet Facilities, Providing Comfort And Privacy For Doctors During Their Shifts Or On-call Duties. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • Affiliates Lounge With Toilet And Bath - A Designated Space For Hospital Affiliates To Relax, Equipped With Comfortable Seating And An Attached Toilet And Bath For Convenience. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least Two (2) Units Floor Mounted Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type, Universal Slot. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System Third Floor – Conference / Training Room, Office Rooms • Conference/training Room With Male And Female Toilets - A Room For Meetings Or Training, Featuring Separate Male And Female Toilets For Convenience. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least Two (2) Units Floor Mounted Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type, Universal Slot. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: C. Provide At Least Three (3) Units Smoke Detector. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide One (1) Unit Data Outlet. - Public Address Paging System – Provide One (1) Unit Paging System. - Air Conditioning System: E. Provide Air Conditioning System • Office Room 1 (research And Petru) With Sink And Toilet - A Designated Office Space For Research And Petru Activities, Equipped With A Sink And An Attached Toilet For Convenience And Hygiene, And Access To A Shared Balcony For Relaxation And View Of The Hospital Grounds. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: C. Provide At Least One (1) Unit Smoke Detector. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide One (1) Unit Data Outlet. - Public Address Paging System – Provide One (1) Unit Paging System. - Air Conditioning System: G. Provide Air Conditioning System • Office Room 2 (qi/ps, Quality Improvement Patient Survey) With Sink And Toilet - A Dedicated Office For Quality Improvement And Patient Survey Activities, Featuring A Sink And An Attached Toilet For Convenience And Hygiene, And Access To A Shared Balcony For Relaxation And View Of The Hospital Grounds. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: C. Provide At Least One (1) Unit Smoke Detector. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide One (1) Unit Data Outlet. - Public Address Paging System – Provide One (1) Unit Paging System. - Air Conditioning System: F. Provide Air Conditioning System • Office Room 3 (osm, Office Of The Strategic Management) With Sink And Toilet - A Designated Office Space For The Office Of Strategic Management, Equipped With A Sink And An Attached Toilet For Convenience And Hygiene, And Access To A Shared Balcony For Relaxation And View Of The Hospital Grounds. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: C. Provide At Least One (1) Unit Smoke Detector. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide One (1) Unit Data Outlet. - Public Address Paging System – Provide One (1) Unit Paging System. - Air Conditioning System: E. Provide Air Conditioning System Roof Deck – Open Area • Open Areas For Mechanical Outdoor Units And Equipment - Designated Roof Deck Spaces For Housing Mechanical Units And Equipment, Ensuring Proper Ventilation And Easy Access For Maintenance. - Lighting System A. For General Illumination, Provide At Least 250 Lux. - Power System: B. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Xii. Geotechnical Investigation Specifications And Parameters A. Location Before The Conduct Of Sub-surface Soil Exploration Works, The Consultant/contractor Shall Coordinate With The Procuring Entity Technical Representative For Proper Coordination On The Location Of The Project. B. Scope Of Work The Consultant/contractor Shall Provide All The Labor, Instrument/equipment Materials And Supplies, Vehicles, Bunkhouses, Etc., Necessary To Perform Satisfactorily The Sub-surface Exploration Herein Required, Viz: 1. Field Works 2. Laboratory Testing 3. Soil Investigation And Preparation Of Report 4. Geotechnical Evaluation Report The Consultant/contractor Shall Be Held Solely Responsible For The Result Of This Boring/drilling Exploration And Other Activities Under This Terms Of Reference C. Detailed Exploration Requirements/specifications A. Field Works 1. Location And Number Three (3) Boreholes, At Different Location Shown On The Plan. 2. Depth Of Borings Twenty (20) Meters Depth Below Natural Ground Or Five (5) Meters In Bedrock/hard Strata. 3. Procedure In Sand, Clay And Silt Materials, The Boreholes Shall Be Advanced By The Wash Boring Method In Between Sampling Sections Using Side Discharged Chopping Bits. Whenever Necessary, N-size Casings Shall Be Utilized. The Washed Section Shall Be Cleaned Thoroughly Before Each Sampling Run Ensuring, However, That The Underlying Soil Is Not Disturbed. Sampling Shall Be Done At One Meter Interval From The River Bed To Hard Strata Using 5.0 Cm. Split Spoon Sampler. In A Soft Cohesive Layer, Undisturbed Samples Using Thin-walled Tube Samplers Shall Be Obtained Hydraulically. Core Drilling Shall Be Carried Out By A Diamond Rotary Drill Method In Gravelly Or Rock Formation. Core Samples Shall Be Undertaken Whenever Solid Formation Is Encountered. Cores Shall Be Placed In Core Boxes Arranged And Labeled In Accordance To Depth As Soon As These Are Extracted From The Boreholes. Drilling And Sampling Procedures Shall Comply In Accordance With Astm Standards. 4. Equipment A. Drilling Machine The Contractor Shall Utilize At Least Two (2) Drilling Machines And Set Them Up At The Project Site. The Drilling Machine Shall Be In Good Working Condition And Shall Be Of Such Capacity As To Maintain Satisfactory Progress Of Work. B. Bits The Contractor Shall Have An Ample Supply Of Different Types Of Bits To Adopt To Varying Conditions. Bottom Discharge And Stepped Bits Shall Also Be Available. C. Core Barrels Double Tube Swivel Type Core Barrels In Good Condition And Capable Of Obtaining Maximum Core Recovery Shall Be Used. D. Casing The Contractor Shall, At His Own Expense And Responsibility, Provide Casings As Required To Ensure The Stability Of The Borehole Walls. The Casing Shall Be At Least Of N-size And Shall Be In Good Condition. After A Hole Has Been Finished The Casings Shall Be Retrieved. 5. Handling And Core Of Samples The Contractor Shall Provide All The Materials, Equipment And Labor Necessary For Preserving Samples. B. Laboratory Testing The Preparation Of Samples For Testing Shall Be Made In Accordance With Aashto. The Following Tests Shall Be Made On Samples Obtained From Boring, Drilling. Standard Penetration Test The Test Shall Be Carried Out Through Ordinary Soil Encountered To The Depths Specified Above. Standard Penetration Test Shall Be Performed Using 5.0 Cm. (2.0 In.) Outside Diameter Split Spoon Sampler, Driven By A 63.6 Kg (140 Lbs.) Hammer Falling 76.0 Cm. (30 In.) At 1.50-meter Interval Or Closer If Necessary. Moisture-density Rotation This Test Method Determines The Relationship Between The Moisture Content And The Density Of Soils Compacted In A Mold. The Contractor Shall Conduct This Procedure According To Nd T 99 Or Nd T 180. Bearing Capacity Test The Test Method Covers Estimation Of The Bearing Capacity Of Soil In Place By Means Of Field Loading Tests. This Test Method Can Be Used As Part Of A Procedure For Soil Investigation For Foundation Design. It Gives Information On The Soil Only To A Depth Equal To About Two Diameters Of The Bearing Plate, And Takes Into Account Only Part Of The Effect Of Time. Sieve Analysis The Contractor Shall Conduct This Test In Accordance With Aashto T 27 And Materials Finer Than No. 200 (75 Μm) In Accordance With Aashto T 11. The Procedure Combines The Two Test Methods. Sieve Analyses Determine The Gradation Or Distribution Of Aggregate Particles Within A Given Sample In Order To Determine Compliance With Design And Production Standards. Accurate Determination Of Material Smaller Than No. 200 (75 Μm) Cannot Be Made With Aashto T 27 Alone. If Quantifying This Material Is Required, It Is Recommended That Aashto T 27 Be Used In Conjunction With Aashto T 11. Following Aashto T 11, The Sample Is Washed Through A No. 200 (75 Μm) Sieve. The Amount Of Material Passing This Sieve Is Determined By Comparing Dry Sample Masses Before And After The Washing Process. This Procedure Covers Sieve Analysis In Accordance With Aashto T 27 And Materials Finer Than No. 200 (75 Μm) In Accordance With Aashto T 11. The Procedure Includes Two Method Choices, A And B. Liquid Limit Liquid Limit Test Shall Be Performed On Material Passing The 0.425mm (#40) Sieve. Aashto T 89 & T 90 27. There Are Two Methods Approved By Aashto, Any Of The Two Methods Can Be Used By The Contractor. Blow Count Must Be Within 22-28 Blows. Liquid Limit Is A Calculation Based On Moisture Content And Number Of Blows To Closure. Soil Classification This Standard Classifies Soils From Any Geographic Location Into Categories Representing The Results Of Prescribed Laboratory Tests To Determine The Particle-size Characteristics, The Liquid Limit, And The Plasticity Index. There Should Be Assigned Group Name And Symbol(s) Along With The Descriptive Information. Practice D2488 Can Be Used To Describe A Soil To Aid In The Evaluation Of Its Significant Properties For Engineering Use. Engineering Behavior Of The Soils Must Be Seen. C. Soil Investigation And Preparation Of Report The Soil Investigation Report Must Be Done By An Accredited Geotechnical Engineer. D. Geotechnical And Evaluation Report The Contractor Shall Prepare The Geotechnical Report & Analysis In Three (3) Bound Copies In A Form And Substance To Be Submitted To Doh – Ro7, Osmeña Boulevard, Cebu City Within Fifteen (15) Calendar Days Upon Receipt Of The Notice To Proceed. The Final Report Shall Not Be Limited To The Following: A) Field Investigation And Methodology B) Borehole Drilling And Sampling C) Laboratory Testing D) Final Boring Logs (bl) E) Final Laboratory Tests Results (fltr) F) Borehole Location Plan G) Soil Profile Along Structures Showing Boring/drilling Logs H) Soil Liquefaction Investigation Report I) Soil Bearing Capacity J) Recommendation If Called For Such As Type Of Measure/structure Of Work E. Other Data To Be Submitted A. Boring Logs 1. Job, Boring, Hole Number, Date, Time, Boring/drilling, Foreman, Supervisor 2. Weather Condition 3. Depth Of Boring At Start Of Day 4. Water Level In Casing At Start Of Day 5. Method Of Penetration And Flushing System 6. Description Of Soil Strata Encountered 7. Depth Of Soil Boundaries 8. Size, Type And Depth Of Samples And Sample Number 9. Type And Depth Of In-situ Tests 10. Standard Penetration Tests Resistance, “n” Value 11. Recovery Ratios Of Samples 12. Detailed Notes On Boring/drilling Procedure, Casing Sizes And Resistance To Driving, Description Of Wash Water Or Spoil From Boring/drilling Tools 13. Depth Of Boring At End Of Day 14. Other Relevant Information Such Rqd, Percent Core Recovery, Angle Of Friction Etc. B. Photographs Photographs Showing The Borehole Drilling And Sampling At Each Proposed Sites Shall Be Taken By The Contractor And Incorporated In The Report. Photographs Shall Be Taken At Each Borehole Location Depicting The Following: 1. Equipment Used 2. Core Drilling Operation 3. Water Level Measurements 4. Performance Of Spt And Shelby Tube Sampling 5. All Cores In The Core Boxes, Spt And Shelby Tube Samples 6. Date Photographs Was Taken -end Of Geotechnical Investigation- Xiii. Structural Design And Analysis Specifications And Parameters A. Codes And Standards The Civil/structural Design Shall Be In Accordance With The Following Codes And Standards  Codes 1. National Structural Code Of The Philippines (nscp) 2010 2. National Building Code Of The Philippines And Its Revised Irr 3. Accessibility Law 4. Local Codes And Ordinances  Standards 1. Bureau Of Product Standards (bps) 2. Philippine National Standards (pns) 3. Dpwh Blue Book 4. American Concrete Institute (aci) 5. American Society For Testing Materials (astm) 6. American Welding Society (aws) B. Design Criteria Shall Be Submitted First To The Procuring Entity For Concurrence Of The Following Minimum Design Requirements: 1. Design Loads (dead Load, Live Load, Wind Load, Seismic Load And Analysis Procedure, Load Combinations) 2. Materials (concrete, Reinforcing Steel Bars, Structural Steels) 3. Foundation (allowable Foundation Pressure) 4. Design References C. Minimum Design Input File In Structural Software And Required Reports 1. Job Information 2. Joint Coordinates 3. Material Definition/specification 4. Member Property 5. Support Definition 6. Load Definition (seismic/dead/live/wind/load Combinations) 7. Analysis Procedure 8. Analysis Result 9. Load List 10. Support Reaction List 11. Design Results (footing/ Column/ Beam) 12. Load Diagrams 13. Structural Plans -end Of Structural Design And Analysis- Xiv. Design Parameters (architectural) A. Codes And Standards The Architectural Works Shall Be In Accordance With The Following Laws, Codes And Standards.  Laws And Codes: 1. National Building Code Of The Philippines And Its Latest And Amended Irr 2. Ra 9266 Or Architecture Law And Its Latest And Amended Irr 3. Ra 4226 Or Hospital Licensing Act And Its Latest And Amended Irr 4. Bp 344 Or Accessibility Law And Its Latest And Amended Irr 5. Ao 35, S. 1994 Or Ao Pertaining To The Control Of Radiation Hazards 6. Ra 9514 Fire Code Of The Philippines 7. Existing Local Codes And Ordinances. 8. And Other Laws That Applies To The Projects  Standards: 1. Bureau Of Product Standards (bps) 2 Underwriters Laboratory (ul) 2. Doh Technical Guidelines For Hospital & Health Facilities Planning And Design – Level 3 B. General Drawing Guidelines 1. General  All Drawings Shall Be Computer-drafted. Drawings Shall Be Submitted Both In Printed And Electronic Copies.  Keep The Same Orientation For All Plans. The North Orientation Shall Be Indicated In All Architectural Floor Plans. The Orientation Of The Architectural Plans Shall Be Consistent With All The Engineering Plans.  Existing Buildings And New Works Shall Be Clearly Indicated And Labeled In The Site Plans.  Detailed Plans Shall Have A Scale Not Smaller Than 1:50 Meters.  Spot Detailed Plans, Elevations, And Sections Shall Have A Scale Not Smaller Than 1:10 Meters.  Avoid Notes Such As ‘see Architectural Detail’ Or ‘see Structural’. Always Refer With A Callout To The Specific Detail Drawing And Sheet Number. 2. Site Plans  The Site Plans Shall Have A Scale Not Smaller Than 1:500 Meters. 3. Floor Plans  All Plans Shall Be 1:100 Meters. The Same Scale Shall Be Used For The Rest Of The Architectural, Structural, Sanitary, Plumbing, Electrical And Mechanical Plans, Except For Each Trade’s Site Plan, Detailed Plans And Spot Details.  Elevation Callouts Shall Be Indicated On The Floor Plans And Shall Be Consistent With The Elevation Drawing.  Section Line Callouts On The Floor Plans Shall Be Consistent With The Section Drawing.  Floor Plans Shall Be Indicated With Boxed Room Callout Numbers, Including The Callout For Floor Finishes And Wall Finishes.  Floor Elevations Shall Be Indicated In The Floor Plans. This Shall Be In Reference To The Natural Grade Line Or The Established Finished Floor Lines Of The Adjoining Existing Buildings.  The Location Of Mechanical Equipment, E.g. Air Conditioning Shall Be Indicated In The Floor Plans. This Shall Be Consistent With The Mechanical And Electrical Plans.  Door Callouts Shall Be Circles With The Proper Numbering, E.g. D-01.  Window Callouts Shall Be Hexagons With The Proper Numbering, E.g. W-01. 4. Elevations And Sections  Finish Floor Lines And Top Of Truss Lines Shall Be Consistent In All The Elevations, Sections And Structural Plans And Details. 5. Reflected Ceiling Plans  Reflected Ceiling Plans Shall Be Indicated With Boxed Room Callout Numbers, Including The Callout For Ceiling Finishes And Lighting Fixtures.  Ceiling Height Relative And In Reference To The Finish Floor Line Shall Be Indicated In The Reflected Ceiling Plans In Each Room With Boxed Dimensions. This Is To Ensure That The Ceiling Heights Of All Rooms Are Established Whether Or Not Reflected In The Sections.  The Description And Location Of The Fixtures, E.g. Lighting, Smoke Detectors, Air Condition Vents, Exhaust Fans, In The Reflected Ceiling Plans Shall Be Consistent With The Electrical And Mechanical Plans. 6. Roof Plans  Location Of All Downspouts Shall Be Indicated In The Roof Plans. 7. Doors And Windows  Door And Window Schedules Shall Indicate The Type Of Door Or Window, The Number Of Sets, The Location/s Of The Door Or Window, The Materials And Accessories Included And Other Special Specifications, E.g. Color Or Finish. All Windows Above Ground Floor Should Be Of Awning With An 45 Deg. Opening Angle. 8. Details  Provide A Minimum Of One (1) Bay Section Of A Scale Not Smaller Than 1:50 Meters For Each Major Building Preferably Cut Along The Area With Special Construction Design.  Provide Spot Detail Plans, Elevations And Sections Of A Scale Not Smaller Than 1:10 Meters For Special Designs With Aesthetic Treatment And Ornamentation.  Provide Detailed Plans Of A Scale Not Smaller Than 1:50 For All Areas Needing Tile Pattern, E.g. Lobby, Corridor, Entrance Walk, Showing The Position And Pattern Of Tiles.  Centerline Location Of Plumbing Fixtures Shall Be Indicated In Detailed Plans With Lines Of Reference And Its Corresponding Dimensions. This Is To Indicate The Exact Locations Of The Plumbing/sanitary Roughing-ins. C. Site Works 1. The Master Site Development Plan Of The Hospital Shall Include The Following:  Contour And Survey Of The Lot, Including Bearing And Distance Of The Property Line  Road Network And Curbs And Sidewalks  Parking Spaces  Reference Location Of Existing Trees  Reference Location And Footprint Of Existing Buildings, With The Corresponding Building Names And Dimensions, Including Distances Between Adjacent Buildings, And Distances Between Buildings And The Nearest Property Line  Reference Location Of Utilities, E.g. Water Reservoirs, Septic Tank, Wastewater Treatment Plant, Powerhouse, Transformers, Waste Storage Area, Security Outposts 2. The Layout Of The Buildings On The Site Shall Be Zoned According To The Service It Provides:  The Outer Zone Shall Include All Front-line Services, E.g. Emergency, Out-patient, X-ray, Laboratory And Other Ancillary Departments.  The Inner Zone Shall Include The Wards.  The Deep Zone Shall Include Services Like The Operating Room, Delivery Room, Nursery, Intensive Care Unit And Other Sensitive Hospital Services.  The Service Zone Shall Include Non-medical Services But Are Essential To Hospital Operations, E.g. Staff Lounge And Lockers.  There Shall Be A Separate Road Network And Entry/exit For The Public And The Service Vehicles, E.g. Ambulance, Waste Collection Vans, Delivery Trucks.  In Limited Lot Areas, Buildings Should At Least Be Spaced Four (4) Meters Apart To Allow Natural Light And Ventilation.  Covered Walkways Shall Be Provided For Access And Connection To All The Buildings.  Ramps Shall Be Provided In All Main Entrances Of The Buildings And Other Access Openings To Walkways Leading To Other Buildings. D. Building Architectural Works 1. Floor Plans  The Structural, Sanitary, Plumbing, Electrical And Mechanical Designs Are Required To Refer To The Architectural Plans And Specifications In Case Of Discrepancies. If An Engineering Design Will Have Any Possible Conflict Or Interference On The Architectural Design, The Latter May Be Adjusted Provided That The Aesthetic Value Will Not Be Compromised.  The Architectural And Engineering Plans Shall Be Consistent All Throughout In Terms Of Dimensions And Locations Of Columns, Beams, Walls, Roof Line, Conduits, Ducts, Pipes, And Fixtures, Among Others. Column And Beam Grid Lines Shall Also Be Consistent In All The Architectural And Engineering Plans.  Verify And Coordinate Floor Plans With The Mechanical, Electrical And Sanitary Design With Regard To The Requirements For Mechanical Rooms, Ahu Rooms, Electrical Rooms, Pipe Chase, And Other Engineering Requirements.  Public Toilets Shall Have Provisions And Fixtures For Persons With Disability As Required By Bp 344. If Enough Space Allows, Toilets Specially Made And Designated For Persons With Disability Is Preferable. 2. Walls  Exterior Walls Shall Be 200mm. Thick, While Interior Walls Shall Be 150mm. Thick. This Is Indicative Of The Finished Wall Thickness Including The Plastering And Tile Works.  Used Soundproofed Wall Materials For Areas With Indicated “soundproofed”. Walls With An Stc Rating Of At Least 45-50 Is Recommended. In Areas Where High Confidentiality Or Privacy Is Required (e.g., Patient Rooms, Doctor’s Offices Near Noisy Zones), Consider An Stc Rating Of 55-60.  Double Layer Of Drywall: Use Two Layers Of Drywall On Either Side Of A Metal Or Wood Stud Frame For Enhanced Soundproofing.  Acoustic Insulation: Use High-density Insulation Like Mineral Wool Or Acoustic Fiberglass In Wall Cavities To Absorb Sound.  Higher Mass: Increase The Wall's Mass With Materials Like Masonry Or High-density Concrete, Which Can Significantly Reduce Sound Transmission.  Toilet Wall Tiles Shall Be 300mm. X 300mm. For Areas Of Six (6) Square Meters Or Below. Toilet Wall Tiles Shall Be 300mm. X 600mm. For Areas Above Six (6) Square Meters.  Layout And Work On Wall And Floor Tiles Must Be Aligned, Plumb, Level, And Square.  All Edges, Corners And Intersections Of Toilet Tiles, Including The Top-most Tile Not Reaching The Ceiling Shall Be Provided With Polyvinyl Chloride Tile Trims.  Tile Color And Design Shall Be Approved First Before Installation. 3. Floors  For Sterile Areas, Delivery & Nicu Complex, Floor Finish Shall Be Roll-form Anti-static Anti-bacterial Homogeneous Vinyl With Welded Joints. It Shall Cove Upwards To The Sides Of The Wall Up To A Minimum Of 200mm. From The Floor.  If Floor Tiles In Two Adjacent Rooms With Different Material, Color Or Design Meet At The Door Opening, The Cut Shall Be Located Middle Of The Door Thickness When In A Closed Position. Provide Details In The Floor Pattern Design.  Floors At The Openings Of Toilets For Persons With Disability Shall Be Sloping. Indicate In The Plans And Sections.  The Size Of The Toilet Floor Tiles Shall Be 300mm. X 300mm. For Areas Of Six (6) Square Meters Or Below. Toilet Floor Tiles Shall Be 300mm. X 600mm. For Areas Above Six (6) Square Meters. Indicate The Tile Pattern.  The Size Of The Pantry/lounge Floor Tiles Shall Be 600mm. X 600mm. Indicate The Tile Pattern.  The Size Of The Floor Tiles Of The Offices And Wards Shall Be 600mm. X 600mm, Or Bigger Depending On The Proportion To The Size Of The Room. Indicate The Tile Pattern.  The Size Of The Floor Tiles Of The Lobby And Corridor Shall Not Be Less Than 400mm. X 400mm. The Tile Size Of 600mm. X 600mm. Is Recommended For Bigger Areas. Indicate The Tile Pattern.  Layout And Work On Wall And Floor Tiles Must Be Aligned, Plumb, Level, And Square.  All Edges, Corners And Intersections Of Toilet Tiles, Shall Be Provided With Polyvinyl Chloride Tile Trims.  Tile Color And Design Shall Be Approved First Before Installation. 4. Ceiling Works  The Following Rooms Shall Have A Minimum Ceiling Height: A. Operating Room – 3000mm., To Accommodate The Ceiling-mounted Or Light B. Wards Of 4 Beds And Up – 3000mm., To Provide Better Natural Ventilation  Ceiling Height For Areas With Special Aesthetic Treatment, E.g. Lobby, Major Conference Room, Auditorium, Executive Office, Shall Be Proportional To The Area Or Room Or As Required By The Designer. However, This Shall Not Be Lower Than 2700mm. Provide Details.  If Acoustic Boards On Aluminum T-runners Would Be Used For The Ceiling, Layout Should Be On Center And Avoiding Cut Pieces. If The Remaining Perimeter Of The Ceiling Is Less Than 600mm. Wide, It Shall Be Designed Complimentary With Fiber Cement Boards On Light Gauge Metal Furring. Likewise With Acoustic Boards In Big Areas, E.g. Offices, And Wards, Shall Be Designed In A Way To Break The Redundancy. Provide Details.  Soffit Of Exterior Beams And Slabs Shall Have Drip Moulds To Prevent Damage Due To Water Sipping Into The Eaves Or Ceiling. Section Details Shall Be Required To Show The Drip-mould.  Acoustic Panels: Adding Absorptive Finishes, Such As Fabric-covered Acoustic Panels, Can Help To Dampen Internal Reflections And Improve Sound Quality Within Rooms, Although These Don’t Block Sound But Reduce Reverberation.  Non-cove Light Placement: Instead Of Cove Lighting, Use Flush-mounted Lighting Directly In The Ceiling With Sealed Housings That Prevent Dust Buildup. Fixtures Should Be Durable, Non-reflective, And Easy To Clean Without Requiring Special Maintenance Procedures. 5. Doors And Windows  Major Rooms That Require Security Shall Have Sturdy Doors E.g. Wood Panel, And Metal.  Minor Rooms That Do Not Require Security Shall At Least Have Wood Flush Doors.  Toilets And Other Wet Areas Shall Have Steel Doors.  Heavy-use Doors, E.g. Operating Rooms, Delivery Rooms, Should Be Provided With Stainless Steel Kick Or Push Plates And Door Closers.  Fire Escape Doors Should Be Provided With Panic Hardware And Door Closers, And Shall Conform With The Requirements Of The Fire Code Of The Philippines.  Aluminum Frames Of Glass Doors Shall Be Powder-coated.  Door Finish And Color Shall Be Approved First Before Application.  Window Sills Shall Be Slightly Sloped Outwards To Prevent Damage To Windows And Paint Due To Water Seepage. Section Details Shall Be Required To Show This Slope.  All Doors Of A High-occupancy Room Shall Swing Outwards And As Required By The Fire Code Of The Philippines.  Door Jambs With No Moulding/casing Installed On Concrete Walls Shall Have Construction Grooves All Around. Provide Details.  All Doors And Windows Shall Have Reinforced Concrete Lintel Beams. Provide Details.  Door Seals And Frames: For Soundproofed Rooms, Also Use Solid-core Doors With Perimeter Seals To Prevent Sound From Leaking Through Door Frames. 6. Stairs, Ramps And Corridors  Ramps For Persons With Disability Shall Have A Slope Not Higher Than 1:12. Handrails And Clearances Shall Conform With The Requirements Of Bp 344.  Regular Stairs Shall Have Risers At 150mm. High And Treads At 300mm. Wide. Fire Stairs Could Have A Maximum Riser At 200mm. And Tread At 250mm. Handrails Shall Be 1100mm. High. Clearances Shall Conform With The Requirements Of The Fire Code Of The Philippines.  Corridors Shall Have A Minimum Unobstructed Width Of 2450mm. This Shall Be Measured Clear From The Surface Of The Finished Wall And Not On-center Of The Rough Chb Wall.  Corridors Shall Not Be Areas For Temporary Or Permanent Storage Of Stretchers, Wheelchairs, Trolleys, Food Carts, Oxygen Tanks Or Other Movable Hospital Equipment. Storage Or Parking Spaces Shall Be Provided For These.  Corridors And Exit Doors Shall Conform With The Requirements Of The Fire Code Of The Philippines. 7. Fixtures And Accessories  Three-way Electrical Light Switches Shall Be Provided At The Foot And The Top Of The Stairs Per Floor. Likewise, At Both Ends Of A Long Corridor.  Electrical Light Switches Shall Be Located By The Knob Side Of The Door.  Electrical Switches And Outlets Shall Be Installed Plumb And Level.  Public Toilets Shall Always Be Provided With Heavy-duty Soap Dispensers And Electric Hand Dryers.  Public Toilets Shall Always Be Provided With Stainless Steel Handrails In Conformity To The Requirements Of Bp 344.  A Drainage Line Shall Be Provided For Window-type Air Conditioners. Likewise, Split-type Air Conditioners Located In The Interior Part Of The Building Shall Be Located Adjacent To Areas With Drainage Lines, E.g. Toilets, Downspouts, Balconies.  Seal Gaps And Openings: Ensure All Joints, Gaps, And Penetrations (e.g., Electrical Outlets, Ducts) Are Sealed With Acoustical Caulk Or Gaskets To Prevent Sound Leakage.  Sterile Area Lighting Type: Use Sealed, Recessed, Or Surface-mounted Led Fixtures That Are Flush With The Ceiling Surface To Prevent Dust Accumulation. 8. Roofing Works  The Section Of The Roof Gutters Shall Be Designed, In Case Of A Clogged Downspout, So That The Overflow Of Water Will Be Directed Outside Of The Building And Not Towards The Eaves Or Interior Ceiling To Prevent Any Damage. Provide Details.  Avoid Valley Or Inside Gutters In Roof Design. But In Cases Required In Aesthetic Design, Valley Or Inside Gutters Shall Be In Stainless Steel Or Concrete Gutters With Membrane-type Waterproofing, And The Section Shall Be Designed With A Capacity For Big Volume To Prevent Any Damage Due To Overflow. Provide Details.  Parapets, Designed As A Roof Protection From The Winds, Must Be Designed To Satisfy The Preceding Parameters. Provide Details.  The Slope Of The Roof Shall Not Be Less Than 30 Degrees. 9. Painting  Painted Ceiling Shall Be In Flat Latex Finish, While Cornices And Mouldings Shall Be In Gloss Enamel Finish.  Painted Interior Wall Shall Be At Least In Semi-gloss Latex Finish For Ordinary Rooms, E.g. Offices, Unless Specified To A Higher Type Of Paint.  Patient-related Rooms, E.g. Emergency Rooms, Out-patient Departments And Wards, Shall Be In Anti-bacterial And Odor-absorbent Paint Finish.  Special Rooms, E.g. Operating Rooms, Delivery Rooms, And Laboratories Shall Also Be In Anti-bacterial And Odor-absorbent Paint Finish.  Painted Exterior Wall Shall Be At Least In Moisture-resistant/water-repellent Solvent-based Paint Finish, Textured Or Smooth, Unless Otherwise Specified.  Paint Color And Shade Shall Be Approved First Before Application. D. Specific Requirements 1. Provide Spot Detail Plans And Sections Of The Following:  Gutter, Eaves, And Parapet  Ceiling - Covelight, Special Connections And Design, Mouldings, Valances  Stairs - Handrail, And Baluster Design  Ramps - Handrail Design And Floor Pattern  Doors, Windows And Gates - Grille Works,  Special Architectural Treatment And Design, E.g. Façade Design, Special Window And Door, Counter/nurse Station Counter  Special Carpentry Works, E.g. Partitions, Cabinetry  Building And Room Signages And Wayfinding Systems  All Pwd Toilets Shall Be Labelled “all Gender / Pwd Toilet”  Other Details As May Be Required 2. Provide Room Data Sheets, Including Detail Floor Plan, Ceiling Plan And Sections Of The Following Rooms, In Coordination With The Requirements Of The Electrical, Sanitary And Mechanical Designs: A. Private Wards, Including Bed Head Panel Fixtures And Outlets With Specific Dimensions Of The Location Of Fixtures And Accessories, And In Coordination With The Requirements Of The Electrical And Mechanical Engineering Design. B. Nurse Station C. D. (all Blanks Shall Be Filled As Required By Or Applicable To The Project.) E. Summary Of Materials  Materials To Be Used Shall Be Fire-resistant, Non-toxic, Moisture-resistant And Termite-resistant, E.g. Fiber Cement Board, Light-gauge Steel Frame, Polyvinyl Chloride Ceiling Panels.  Wet Areas, E.g. Toilets, And Pantry/lounge Shall Use Non-skid/non-slip Vitrified Ceramic Floor Tiles.  Heavy Traffic Areas, E.g. Lobby, And Corridor Shall Use Heavy-duty Seamless Granite Floor Tiles Or A Higher Type Of Floor Material.  Vinyl Floor Tiles For Sterile Areas Of Delivery & Nicu Suite Shall Be Homogenous And Not Less 3mm. Thick.  Ramps And Stairs Shall Use Non-skid/non-slip Floor Tiles, Materials As Specified.  Aluminum T-runners Shall Be Powder Coated.  Metal Rod Hangers With Adjustable Clips, And Not Galvanized Iron Wires, Shall Be Used To Support And Suspend The Aluminum T-runners And Light Gauge Metal Furrings.  Roofing Sheets Shall Be Ga.# 24 Aluminum-coated, Pre-painted, And Pre-formed. F. Drawing Requirements: See Attached Doh Checklist Of Drawings. -end Of Architectural Design Parameters- Xv. Design Parameters (structural/civil Works) A. Codes And Standards The Civil/structural Design Shall Be In Accordance With The Following Codes And Standards  Codes 1. National Structural Code Of The Philippines (nscp) 2010 2. National Building Code Of The Philippines And Its Revised Irr 3. Accessibility Law 4. Local Codes And Ordinances  Standards 7. Bureau Of Product Standards (bps) 8. Philippine National Standards (pns) 9. Dpwh Blue Book 10. American Concrete Institute (aci) 11. American Society For Testing Materials (astm) 12. American Welding Society (aws) B. Site Works Based On The Master Site Development Plan Of The Hospital, Provide Where Applicable Complete Design And Details Of Hospital Road (concrete With Curb And Gutter, Including Drainage) Network, Walkways, Parking Areas And Fencing. 1. The Main Hospital Road Shall Be Capable Of Two-way Traffic (at Least 6mts. Width) With A Minimum Thickness Of 150mm (8 Inches). Concrete Strength Should Be At Least 3000psi. Interior Roads (leading To Support Facilities) Shall Be Designed To Accommodate Delivery Vehicles, And Fire Trucks In Case Of Emergency. 2. Walkway Should Be At Least 100mm Thk. With Concrete Strength Of 2500psi. Ramps Should Be Provided, Instead Of Steps, For Any Change In Elevations. 3. Parking Area Slabs Should Be At Least 150mm Thk. With Concrete Strength Of 3000psi. 4. Fences Should Be Seen Through In Front Of The Hospital While The Tree (3) Other Sides Should Be Concrete Hollow Blocks With Minimum Height Of 2 Meters And To Be Provided With Perimeter Lighting. See-through Fence Design Will Be Made Of 32mm Square Bars Spaced At 100mm On Center And Provided With Three (3) Concrete Hollow Blocks (45mm High) Zocalo Walls. C. Buildings 1. The Hospital Buildings Should Be Designed Using A Seismic Importance Factor Of 1.5 For The Immediate Occupancy Category. Buildings Should Be Designed In Accordance With Nscp Requirements Up To Magnitude 7 For Those Near Seismic Source Type A. Seismic Gaps Between Buildings (old And New) Should Be Properly Observed. 2. The Hospital Buildings Should Be Designed Also Using Wind Importance Factor Of 1.15 (especially For Design Of Trusses/roofing System). Concrete Gutters And Parapet Walls Should Be Provided As Additional Protection To The Roofing System During Strong Typhoons. Wind Velocity Of 300-350 Kph Shall Be Considered Upon The Recommendation Of Structural Engineer 3. The Structural Designer Should Verify With Philippine Volcanology And Seismology (phivolcs) The Distance Of The Proposed Hospital To Nearest Active Fault Lines And With The Denr For Geo-hazard Mapping. 4. Soil Investigation (at Least Three Boreholes) Should Be Conducted To Determine Soil Bearing Capacity And Recommended Foundation Design (applicable Even For One Storey Structure). 5. The Structural Designer Is Encouraged To Use Fire-resistive And Non-toxic Materials. D. Details – The Following Shall Be Provided: 1. Connection Details Of Beams And Columns Following The Requirements Of Nscp On Confined Areas. 2. Connection Of Trusses To Beams And Columns. 3. Splicing Details Of Reinforcing Bars On Columns And Beams And The Required Bar Cut-off Points. 4. Details For Connection Of New Construction & Old Construction Structural Members Such As Expansions Joints For Thermal Expansion/contraction. 5. Include Thermal Expansion/contraction Prevention Methodologies Specifically On Soft Joints Areas Between Structural And Architectural Members. E. Summary Of Materials 1. Concrete Shall Be Portland Cement And Conforming To Astm Specification C150, Type I To Type Ii 2. Coarse Aggregates Shall Consist Of Washed Gravel, Crushed Stone Or Rock Or A Combination Thereof Conforming To Astm C33 3. Concrete Hollow Blocks Shall Be A Standard Product Of Recognized Manufacturer Conforming To Pns 16 With At Least 350psi Strength. 4. Reinforcing Bars Shall Conform With Pns Grade 60 For 16mm Dia. And Above And Pns Grade 40 For 12mm Dia And Below. 5. Structural Steel Shall Conform With Astm A36/a6m 6. Bolts And Studs Shall Conform With Astm A 325 7. Welding Electrodes Shall Be E60 Or E 70 And Conform With Aws F. Drawing Requirements: See Attached Checklist -end Of Structural/civil Works Design Parameters- Xvi. Design Parameters (sanitary/plumbing Works) A. Codes And Standards The Sanitary/plumbing Design Shall Be In Accordance With The Following Codes And Standards.  Codes: 1. National Building Code Of The Philippines And Its New Irr 2. Fire Code Of The Philippines 3. National Plumbing Code Of The Philippines (npcp) 4. Sanitation Code Of The Philippines 5. Existing Local Codes And Ordinances.  Standards: 1. Bureau Of Product Standards (bps) 2. Philippine National Standards For Drinking-water 3. Underwriters Laboratory (ul) 4. Doh National \ Laboratory (nrl) 5. Doh Health Care Waste Management Manual 6. National Water Resources Board (nwrb) 7. National Plumbers Association Of The Philippines (nampap) 8. Philippine Society Of Sanitary Engineers, Inc. (psse) B. Site Works  Based On The Master Site Development Of The Hospital, The Site Works Shall Provide Complete Layout Of The Following: 1. Storm Drainage Network, Indicating Drainage Manholes And Pipe Culvert; 2. Sewerage Pipe Network, Indicating Sewage Manholes, Sewage Pipes And The Location Of The Proposed Sewage Treatment Plant; And 3. Water Supply Network, Indicating The Location Of Water Service Entrance, Cisterns, Elevated Water Tank And Proposed Pump House.  The Storm Drainage Network Shall Accommodate The Magnitude Of Peak Rates Of Surface Run-off Including Drainage Coming From The Buildings. The System Shall Be Capable Of Handling The Design Flows Routing To The Designated Outfall; For Rainfall Calculation And Sizing Of Drainage Pipes, Refer To Table-d2, Appendix-d, National Plumbing Code Of The Philippines And Current Rainfall Record From Pagasa.  The Sewerage Pipe Network Design Shall Accommodate All Sewage Coming From All The Facilities, Conveyed By Gravitational Flow Leading To The Sewage Treatment Plant; Per Capita Wastewater Demand: 100-130 Gal/capita/day Per Bed C. Building Facilities Sanitary/plumbing System 1. Sewer Line And Vent System  Provide Complete Sewer Line And Vent System From All (domestic) Plumbing Fixtures And Floor Drains, Laid By Gravity Flow Leading To The Sewage Treatment Plant (stp);  For Demand Weight Of Fixtures In Fixture Units; Refer To Appendix A, Table A-2, Npcp 2. Wastewater Line And Vent System  For All Wash Areas Dealing And Generating With Oil/grease, Provide Separate Wasteline And Vent System And Solely Tap To The Proposed Grease Trap And Then Connect Its Effluent To The Sewage Treatment Plant.  For Estimated Demand Weight Of Fixtures In Fixture Units; Refer To Appendix A, Table A-2, Npcp Waterline System  Provide Complete Cold Water Supply Pipes To All Plumbing Fixtures. From The Main Water Source, The Water Shall Be Pumped To The Elevated Water Tank (ewt) And Conveyed To The Fixtures By Gravity System And Or Distributed To Fixtures By Transfer Pumped With Constant Pressure Through A Pneumatic Storage Tank, Whichever Is Feasible. 4. Storm Drainage System  Complete Storm Drainage System Shall Be Provided For All Roofs, Canopies, Concrete Ledges And Balconies Including Condensate Drains Laid For Gravity Flow Connected To A Leader/pipe Line Leading To The Natural Ground Level Storm Drainage Network. D. Specific Requirements  Provide Details Of The Following: 1. Fiberglass Pressure Tank (80g Minimum Capacity With Shallow Well Jet Pump Of At Least 1.5 Or 2 Hp) Located At Roof Deck 2. Stainless Steel Storage Tanks, Grade 304 Located At Roof Deck E. Summary Of Materials  Sewer And Vent Pipes; Unplasticized Polyvinyl Chloride (upvc) Extra Series 1000 (conforming To Iso 3633 Astm D2729 Including Trims And Fittings)  Storm Drainage Pipes; Downspouts, Unplasticized Polyvinyl Chloride (upvc) Extra Series 1000 (conforming To Iso 3633 Astm D2729 Including Trims And Fittings, Bps Certified)  Drainage Pipes; 250mm Dia. And Below, Non-reinforced Concrete Pipe (nrcdp)  300mm Dia. And Above, Reinforced Concrete Pipe (rcdp)  Drainage Manholes; Street Inlet, Curb Inlet, Traffic Type Reinforced Concrete Area Drain/catch Basin, Reinforced Load Bearing Chb  Sewage Manholes; Traffic Type Reinforced Concrete With Standard Steel Brass Cover  Wastewater Pipeline; Extra Heavy (xh) Single Hub, Hub Less Cast Iron Pipes And Fittings (cip) Conforming To Astm Standard 888  Cleanouts; Cast Iron Brass With Countersunk Plug (bps Certified)  Floor Drains/deck Drains; Cast Iron Brass (bps Certified)  Gutter Drains; Cast Iron Dome Type Brass (bps Certified)  Cold Waterline Pipes; For Buildings, Polypropylene Pn10 Fusion Weld Pipes Including Trims And Fittings (bps Certified)  Hot Waterline System; For Buildings, Polypropylene Pn20 Fusion Weld Pipes Including Trims And Fittings (bps Certified)  Trench Grating; Galvanized/stainless Steel Iron Grates  Plumbing Fixtures Including Trims, Fittings And Accessories; (bps Certified)  Water Closet-tank Type Push Button Flush  Lavatory - (pedestal/counter Type) With C-spout Spray Faucet  Kitchen Sink-ga#16 Stainless Steel Seamless Bowl With Gooseneck Faucet  Urinal-wall Hung Flush Valve Type  Plumbing Fixtures At Sterile Areas; A. Scrub-up Sink-ga#16 Stainless Steel (single/double Bowl) Compartment With Knee Operated And Or Censor Controlled Spay Faucet B. Surgical Soap Dispenser-ga#16 Stainless Steel Foot Operated C. Laboratory Sink-ga# 16 Stainless Steel Deep Seated Seamless Bowl Compartment With C-spout Spray Faucet F. Drawing Requirements: See Attached Doh Checklist Standards Based On Revised Irr Of The National Building Code Of The Philippines (pd 1096) -end Of Sanitary/plumbing Works Design Parameters- Xvii. Design Parameters (mechanical Works) A. Codes And Standards The Mechanical Design Shall Be In Accordance With The Following Codes And Standards.  Codes: 1. National Building Code Of The Philippines And Its New Irr 2. Fire Code Of The Philippines 3. Mechanical Engineering Code Of The Philippines (me Code) 4. Existing Local Government Codes And Ordinances.  Standards: 1. Bureau Of Product Standards (bps) 2. Philippine National Standards (pns) 3. Underwriters Laboratory (ul) And Factory Mutual (fm) 4. International Electrotechnical Commission (iec) 1988 5. National Fire Protection Association (nfpa) 6. National Fire Protection Association (nfpa) 99 Standard For Health Care Facilities. 7. American Society Of Heating, Refrigeration And Air Conditioning Engineers (ashrae). 8. Center For Disease Control And Prevention (cdc) Manual. B. Automatic Fire Sprinkler System  The Automatic Fire Sprinkler System Shall Be Composed Of Complete Plans And Drawings Of The Following: 1. Site Development Plan And Vicinity Map, Indicating The Location Of The Buildings, Firewater Reserve Tank, Firewater Line, Yard Loop And Private Fire Hydrant. 2. General Notes, Legends And Symbols Including Schematic Diagram Of The Fire Sprinkler System And Schematic Diagram Of Alarm Monitoring System. 3. Floor Layout And Isometric Layout Of The Automatic Fire Sprinkler System Indicating Pipe Sizes And The Location Of The Pipes, Valves, Sprinkler Heads, Riser Nipples, Fire Hose Cabinets, Sprinkler Main Riser, Drain Pipes, Cross Mains, Branch Lines, Inspector’s Test Connections, Hangers And Sway Braces. 4. Equipment Schedule, Detail Drawings, Fire Pump And Jockey Pump Layout. 5. Architectural, Structural, Electrical And Plumbing Drawings Of The Firewater Tank And Pumphouse.  An Automatic Fire Sprinkler Shall Be Provided In All Hospital Building Except For Those Fire Resistive One-storey Hospital Building.  Hazard Classification Shall Be Light Hazard Occupancy.  Area Of Coverage Shall Be 146 Square Meters And Water Density Shall Be 4.07 Lps/sq. M.  Protection Area Per Sprinkler Head Shall Be 20 Square Meters At 2.2 Meters Minimum Distance Between Sprinklers And 4.2 Meters Maximum Spacing.  All Floor Control Valves Shall Be Equipped With Supervisory Switch, Water Flow Detector And Drain System.  Water Supply Shall Be Horizontal Split Case Centrifugal Fire Pump With Diesel Engine Or Ac Motor And A Vertical In-line Jockey Pump With Controller.  Firewater Reserve Tank Shall Be Ground Level Monolithic Concrete Tank Sized For A Minimum Of 30 Minutes.  Hydraulic Calculations Report Shall Be Based On Npfa-13 Format. C. Ventilation And Air Conditioning System  The Ventilation And Air Conditioning System Shall Be Composed Of Complete Plans And Drawings Of The Following: 1. General Notes, Legends And Symbols Including Schematic Diagram Of The Ventilation And Air Conditioning System. 2. Floor Layout Of The Ventilation And Air Conditioning System Indicating The Capacity And Location Of The Air Conditioners And Fans. 3. Duct Layout Indicating Duct Sizes, Route And Location Of The Dampers, Diffusers, Return Air Register, Hangers And Sway Braces. 4. Refrigerant Piping Layout Indicating Pipe Sizes, Location Of Valves, Hangers And Sway Braces. 5. Equipment Schedule And Details Drawings Of Air Conditioners And Ventilating System.  Air Conditioning System Shall Be Provided In All Patient’s Private Rooms, Operating Rooms, Delivery Rooms, Offices And Other Areas Where Conditioned Air Is Necessary.  Cooling Load Calculations Report Shall Be Manual Or Computer Generated, Hourly Analysis Program Which Includes Heat Transmission Coefficients, Solar Heat Gain Factors And Corrected Cooling Load Temperature Difference Calculations.  Split Type Air Conditioners Will Be Used At Areas With Larger Capacities.  Window Type Air Conditioners Shall Be Used In Areas With Exterior Wall Exposure.  Centralized Air Conditioning Will Be Used As Indicated On Space Requirements (e.g. Sterile Hallways).  Maintain An Air Change Rate Greater Than Or Equal To 12 Air Changes Per Hour Or 145 Liters Per Second Per Patient.  Ceiling Cassette Type Exhaust Fans With Integral Air Diffuser Shall Be Provided In All Toilets.  Ceiling Fans, Orbit Type With 360° Oscillation Shall Be Provided In All Non-air-conditioned Rooms, As Mentioned On Space Requirements. D. Summary Of Materials 1. Automatic Fire Sprinkler System A. The Fire Pump Shall Be Ul Listed/fm Approved, Diesel Engine Or Electric Motor Driven, Designed Specifically Intended For An Automatic Water Sprinkler Protection System. B. The Jockey Pump Shall Be Ul Listed/fm Approved, Electric Motor Driven, 220v, 3-phase, 60 Hertz, And Electric Power Connection. C. Sprinkler Head Shall Be Ul Listed/fm Approved, Pendant, Upright Or Sidewall Unit, 83 Lpm Flow Capacity Per Head And Temperature Fusing At 57.5° C To 74°c. D. The Alarm Assembly Shall Be Ul Listed/fm Approved, Constructed And Installed That Any Flow Of Water From The Sprinkler System Equal To Or Greater Than That From The Single Automatic Head Shall Result In An Audible And Visual Sign In The Vicinity Of The Building. E. Alarm And Supervision System Of The Automatic Water Sprinkler Shall Include The Monitoring Water Flow Switch At Each Floor Of The Building, Fire Pump And Jockey Pump Running Condition And Power Supplies, Level Of Water In The Reservoir And Control Valves. F. Pipes Shall Be B.i. Schedule 40. Screw Fittings Shall Be Used For Inside Piping. 2. Air Conditioning And Refrigeration System A. Refrigerant Pipes Shall Be Copper Tubing, Type L Or K Black Steel Pipe, Schedule 40 For Size Of 100mm Diameter And Smaller. Pipe Over 100mm Shall Be Black Steel Pipe Schedule 40. B. Black Steel Pipes Shall Be Standard Seamless, Lap-welded, Or Electric Resistant Welded For Size Of 50mm Diameter And Larger, Screw Type For Size 38mm Diameter And Smaller, Fittings For Copper Tubing Shall Be Cast Bronze Fitting Designed Expressly For Brazing. C. Pipe Insulation Shall Be Performed Fiberglass Or Its Equivalent. The Insulating Materials Shall Be Covered With 100mm X. 13mm Thick Polyethelene Film, Which Shall Be Overlapped Not Less Than 50mm. D. Ducts Shall Be Galvanized Sheet Steel Of Standard Gauges. E. Ductwork Insulation Materials Shall Be Rigid Board Made Of Styropor Or Equivalent 25mm Thick For Ground And Top Floor, 13mm Thick For Intermediate Floor. -end Of Mechanical Works Design Parameters- Xviii. Design Parameters (electrical/auxiliary Works) A. Codes And Standards The Electrical System Design Parameters Shall Be In Accordance With The Following Codes And Standards.  Codes: 1. Philippine Electrical Code 2. National Electrical Code 3. Fire Code Of The Philippines 4. National Building Code Of The Philippines And Its New Irr 5. Existing Local Codes And Ordinances  Standards: 1. Bureau Of Product Standards (bps) 2. Underwriters Laboratory (ul) 3. National Fire Protection Association 4. International Electrotechnical Commission (iec) 5. Illumination Engineering Society (ies) 6. National Electrical Manufacturer’s Association (nema) 7. Doh Manual On Technical Guidelines For Hospital And Health Facilities Planning And Design B. Building Facilities Electrical System 1. Lighting System  Provide And Install Adequate Normal Branch Circuits For Lighting System To All Areas Using The Standard Lighting Design Analysis. Utilize The Standard Illumination Requirements Per Area Of Concern Using The Preferred Particular Type Of Luminaires. 2. Power System  Provide And Install Adequate Normal Branch Circuits For The Power System. 3. Standby/emergency System  Provide And Install Adequate Life Safety And Critical Emergency Branch Circuits For Lighting Or Utilization Equipment Connected To The Alternate Power Source. 4. Auxiliary System Provide And Install The Following Auxiliary System:  Communication System A. Telephone System B. Local Area Network System C. Public Address Paging System D. Private Branch Exchange (pabx) E. Nurse Call System F. Master Or Cable Antenna Television  Fire Alarm System  Security System 5. Lightning Protection System  The Building Lightning Protection System Shall Include Roof-mounted Air Terminals Grounding Conductors, Ground Rods, Conduits, Clamps, And Auxiliary Equipment As Required For A Complete And Operational Lightning Protection System. 6. Provide Details Of The Following:  Lighting Fixtures/luminaires  Panelboard And Circuit Breakers  Switchgear And Other Metering Devices  Electrical And Hospital Equipment  Installation And Termination Of Auxiliary And Other Special Devices And Equipment  Power And Telephone Handholes (as May Be Required)  Pedestal And Service Entrance To Bldg.  Grounding System Layout  Substation/power House And Electrical Room  Transformer And Generator Mounting  Others As May Be Required. C. Summary Of Materials  General Lighting Luminaries: Fixtures Type Shall Be As Indicated On The Lighting Layout Plan. 1. Fluorescent Lamp Shall Be Linear, Circular Or Self-ballasted Compact Fluorescent Lamps. 2. Fluorescent Lamps Shall Be Cool Or Warm White And 3. Lamp Holders Shall Be Made Of Thermosetting Plastic. 4. Fluorescent Ballast: Magnetic Or Electronic Type With High Power Factor Or High Frequency Energy Saving Type. 5. Fluorescent Fixture Housing Shall Be Steel Sheet With High Reflectance Powder Coat Paint Finish. 6. Downlights And Pin Lights Shall Be Of Heavy Gauge Spun Aluminum Equipped With Lamp As Indicated On The Drawings. 7. Other Special Lighting Requirements Shall Be As Approved By The Implementing Agency. 8. Sterile Areas/zones Lighting Specifications: A. Type: Use Sealed, Recessed, Or Surface-mounted Led Fixtures That Are Flush With The Ceiling Surface To Prevent Dust Accumulation. B. Lux Level: Aim For 300-500 Lux For General Sterile Areas; 1000 Lux Or More May Be Needed In Surgical Suites Or Examination Zones Or As Specified On Manual Of Technical Guidelines For Hospital Planning And Design (level 3)  Wiring Devices: Wiring Devices Shall Be Non-automatic Control Devices, The Contact Is Guaranteed By The Pressure Of The Special Spiral Springs. 1. Switches Shall Be Of 15a, 250v Or 300v Except As Otherwise Noted And Approved. Terminals Shall Be Screw-type Or Quick-connected Type. 2. General Use Receptacle Shall Be 15a, 240v Grounding Type Unless Otherwise Indicated On The Drawings. 3. Special Purpose Receptacles Shall Be As Called For On The Drawings. 4. Matching Plugs Shall Be Supplied.  Panelboards And Circuit Breakers: The Panelboard And Circuit Breakers Shall Be Equipped With Molded-case Circuit Breakers And Shall Be The Type As Indicated In The Panelboard Schedule And Details. 1. Provide Molded-case Circuit Breakers Of Frame, Trip Rating And Interrupting Capacity As Shown On The Drawings. The Circuit Breakers Shall Be Quick-make, Quick Break, Thermal-magnetic, Trip-indicating And Shall Have Common Trip On All Multiple Breakers With Internal Trip Mechanism. 2. All Current-carrying Parts Of The Panelboards Shall Be Plated. Provide Solid Neutral (s/n) Assembly When Required. The Assembly Shall Be Isolated From The Enclosure.  Electrical Conduits, Boxes And Fittings: All Conduits, Boxes And Fittings Shall Be Standard Rigid Steel, Zinc Coated Or Galvanized. 1. Rigid Steel Conduits (rsc) 2. Rigid Metal Conduits (rmc) 3. Intermediate Metal Conduits (imc) 4. Electrical Metallic Tubing (emt) 5. Unplasticized Polyvinyl Chloride (upvc) If Required Shall Be Schedule 40.  Conductors: Wires And Cables Shall Be Of The Approved Type And Unless Specified Or Indicated Otherwise, All Power And Lighting Conductors Shall Be Insulated For 600 Volts. 1. The Conductors Used In The Wiring System Shall Be Of Soft-annealed Copper Having A Conductivity Of Not Less Than 98% Of That Of Pure Copper And Insulated For 60° C Temperatures. 2. All Conduits Of Convenience Outlets And Wire-ways For Lighting Branch Circuit Home-runs Shall Be Wired With A Minimum Of 3.5 Mm Square In Size.  Nurse Call System: 1. The Nurse Call System Shall Have The Following Control Panel, Bed Head Panel, Ancillary Call And Annunciating Equipment. 2. Wiring Shall Consist Of Data Cable And 24v Supply To Each Bed Head Unit. 3. Two Levels Of Call Will Be Provided By The System: Patient To Nurse. A Patient To Nurse Shall Be Actuated By Means Of The Wall-mounted Or Handset Mounted Call A) Push Button Of Bed Head Panel. B) Nurse To Nurse. Call Of Nurse To Nurse Shall Be Considered, As Emergency Call And Shall Be Instigated By Operation Of The Emergency Pull/push Switch Mounted On Call Units Of Bed Head Panel. C) Bedhead Panel Shall Be Of Different Type Depending On The Patient Bedroom Class And As May Be Required. Multiplexed Bedhead Panel Shall Be Available To Operate Sound Distribution System. D) Bathroom Shall Be Provided With Pull Cord Unit And Reset Unit. E) Room Indicator Lamp Shall Be Installed Above The Door Of Each Patient’s Bedroom Along The Corridor. F) Nurse Stations Shall Be Equipped With Indicator Unit To Provide Indication (audible And Visual) Of The Zone And Type Of Call. G) Emergency Indication Shall Be Included In Some Acute Areas But Arranged “for Staff Use Only” In The Event Of Urgent Assistance Being Required. H) The System Shall Be Of Solid State Switching With All Items Connected To Internal Printed Circuit Boards Readily Interchangeable For Maintenance Purpose.  Master Antenna Television (matv) And Cable Television (catv) System: 1. Two Sources Of Tv Signals Shall Be Provided To The Building. One (1) Shall Be From A Master Antenna Installed At The Roof Or Within A Suitable Area Of The Building And The Other Will Be From A Commercial Cable Television Service. 2. The Master Antenna System Shall Consist Of Fm, Vhf And Uhf Antennas, Combiner, Distribution Amplifier, Coaxial Cables, Splitters, Tap-offs And Tv Outlets. 3. There Shall Be Individual Trunking For Master Antenna And Cable Television Rising In The Building.  Structured Cabling & Telephone System: 1. A Minimum Provision For Estimated 500 Mixed Pabx Extension And Direct Telephone Lines Shall Be Required For Tertiary Hospitals. 2. Final Details Of The System Shall Follow Specific Requirements, Quantity And Type Of Service.  Fire Detection And Alarm System: 1. The Fire Detection And Alarm System Shall Be Of Multiplex, Microprocessor- Controlled Addressable Or Zonal Conventional Fire Detection, Alarm And Communication System. 2. The System Shall Consist Of Full Integration Automatic Fire Detection, Voice Alarm Communication And Fire Fighters Telephone System. 3. The System Shall Consist Of Control Station, Mimic Panel Initiating And Indicating Devices, Control Modules And System Of Wirings. 4. Actuation Of The Protective Signaling System Shall Occur By Manual Pull Station, Automatic Smoke Or Heat Detector, Sprinkler Flow Switch And Tamper Switch. 5. The System Shall Be Able To Monitors The Status Of Flow Switches And Supervisory Switches Installed At The Sprinkler System Risers. These Monitoring Points Are Also Addressable Or The Conventional Zonal In The Same Way As The Detectors Are Making Them Easily Recognizable At The Control Panel. 6. Occupant Notification Shall Be Accomplished Automatically. Notification Will Be General, Audible Alarm Type Complying With Appropriate Section Of Nfpa. 7. The System Shall Be Installed With Provisions For Future Connection To The Nearest Fire Services Station In The Locality.  Security System: 1. The Security System Shall Include Intrusion Detection And Alarm, Cctv, Access Control Or As Maybe Required.  Ventilation And Air Conditioning System The Ventilation And Air Conditioning System Shall Be Composed Of Complete Plans And Drawings Of The Following: 1. General Notes, Legends And Symbols Including Schematic Diagram Of The Ventilation And Air Conditioning System. 2. Floor Layout Of The Ventilation And Air Conditioning System Indicating The Capacity And Location Of The Air Conditioners And Fans. 3. Duct Layout Indicating Duct Sizes, Route And Location Of The Dampers, Diffusers, Return Air Register, Hangers And Sway Braces. 4. Refrigerant Piping Layout Indicating Pipe Sizes, Location Of Valves, Hangers And Sway Braces. 5. Equipment Schedule And Details Drawings Of Air Conditioners And Ventilating System. A) Air Conditioning System Shall Be Provided In All Patient’s Private Rooms, Radiologic And Imaging Area, Operating Rooms, Delivery Rooms, Laboratories, Critical Care Areas, Offices And Other Areas Where Conditioned Air Is Necessary. B) Cooling Load Calculations Report Shall Be Manual Or Computer Generated, Hourly Analysis Program Which Includes Heat Transmission Coefficients, Solar Heat Gain Factors And Corrected Cooling Load Temperature Difference Calculations. C) Split Type Air Conditioners Will Be Used At Areas With Larger Capacities. D) Window Type Air Conditioners Shall Be Used In Areas With Exterior Wall Exposure. E) Centralized Air Conditioning Will Be Used Only If Feasible. F) Design Of All Critical Areas Shall Be Laminar Or Positive Pressure, Wherein The Supply Air Is 10% More Than Exhaust Air. G) All Infectious Isolation Rooms, Such As Tb And Sars, Shall Be Negative Pressure, Wherein The Exhaust Air Is More Than 10% Of The Supply Air. H) Maintain An Air Change Rate Greater Than Or Equal To 12 Air Changes Per Hour Or 145 Liters Per Second Per Patient. I) Ceiling Cassette Type Exhaust Fans With Integral Air Diffuser Shall Be Provided In All Toilets. J) Ceiling Fans, Orbit Type With 360° Oscillation Shall Be Provided In All Non-air-conditioned Rooms, Such As Patient Wards, Work Areas, Nurse Station, Etc.  Air Conditioning And Refrigeration System 1. Refrigerant Pipes Shall Be Copper Tubing, Type L Or K Black Steel Pipe, Schedule 40 For Size Of 100mm Diameter And Smaller. Pipe Over 100mm Shall Be Black Steel Pipe Schedule 40. 2. Black Steel Pipes Shall Be Standard Seamless, Lap-welded, Or Electric Resistant Welded For Size Of 50mm Diameter And Larger, Screw Type For Size 38mm Diameter And Smaller, Fittings For Copper Tubing Shall Be Cast Bronze Fitting Designed Expressly For Brazing. 3. Pipe Insulation Shall Be Performed Fiberglass Or Its Equivalent. The Insulating Materials Shall Be Covered With 100mm X. 13mm Thick Polyethylene Film, Which Shall Be Overlapped Not Less Than 50mm. 4. Ducts Shall Be Galvanized Sheet Steel Of Standard Gauges. 5. Ductwork Insulation Materials Shall Be Rigid Board Made Of Styropor Or Equivalent 25mm Thick For Ground And Top Floor, 13mm Thick For Intermediate Floor. -end Of Electrical Works Design Parameters- Xix. Design Parameters (green And Safe Health Facilities)  Codes And Standards Green And Safe Health Facilities Shall Be In Accordance With The Following Laws, Codes And Standards.  Global Initiatives & Developments: 1. World Health Assembly Resolution On Universal Health Care (2019) 2. World Health Resolution On Climate Change And Health (2008) 3. Un Resolution On Sustainable Development Goals (2015) 4. Global Action On Patients’ Safety  Laws And Codes: 1. Sanitation Code Of The Philippines Irr Of Chapter Xvii 2. The Local Government Code Of 1991 3. Clean Water Act Of 2004 4. National Building Code Of The Philippines (pd 1096) 5. General Appropriation Act Fiscal Year 2021 (ra 11518) 6. Occupational Safety And Health (ra 11058) 7. Safe Hospital Initiative (2011) 8. Universal Health Care Act (ra 11285) 9. Implementing Rules And Regulations Of Accessibility Law (ra 344) 10. Ecological Solid Waste Management Act Of 2000 (ra 9003) 11. Climate Change Act Of 2009 (ra 9729) 12. Other Related Standards A. Guidelines The Green And Safe Hf Initiative Represents A Climate Smart Paradigm Shift, Away From Traditional Disaster Response To One That Proactively Seeks To Minimize The Health Impact Of Disasters And Emergencies Through Climate Adaptation And Mitigation Measures (including Climate-proofing And Reduction Of The Environmental Footprint), And Preparedness. Consequently, It Is Essential That This Green Manual Is Incorporated Into The Hospital And Hf Development Agenda That Are Backed With Earmarked Resources In The National Budget, And That Has Governance And Support From The Highest Levels Of Government.  The Department Of Health Shall, As Much As Possible, Promote The Greening Of Hospitals And Health Facilities, Including The Improvement Of Energy And Water Efficiency And Conservation, Sustainable Cooling Systems, And Sustainable Healthcare Waste Management In Hospitals.  In Line With Its Continuing Efforts In Green And Safe Hfs, The Doh Shall Encourage National And Local Government Hospitals And Other Hfs To Seek Green Certifications From Green Building Rating System/s For Their New Construction Or Expansion, Repair And Renovation Projects. B. Criteria And Compliance System For Outstanding Green And Safe (climate Smart) Health Facilities.  Criterion Compliance 1. Governance – Leadership And Management, Trainings, Proper Implementation, Commitment 2. Energy Efficiency – Reduction Of Energy Consumption, Use Of Renewable And Clean Energies 3. Water Efficiency, Sanitation And Hygiene – Adequate Water, Water Reuse/recycling, Water Conservation, Rainwater Harvesting. Safe Drinking Water, Proper Use And Maintenance Of Sanitary Toilet Facilities 4. Health Care Waste Management Waste – Segregation, Collection, Storage, Transport, Treatment, Proper Waste Disposal, Recycling 5. Environmentally Resilient Health Facility – Structural Member, Non-structural Member, Emergency And Disaster Preparedness Plan 6. Site Sustainability – Healing Gardens Within, Fresh Air, Herbal Plants, Accessibility, Existence Of Alternative Routes 7. Material Sustainability – Use Of Sustainable Materials, Procurement Of Sustainable And Recyclable Products, Less Use Of Hazardous And Toxic Substances 8. Indoor Environmental Quality – Lighting, Ventilation, Interior Design, Air Quality Management C. Energy Efficiency  Orientate Building & Façade Design To Mitigate Heat Gain. The East And West Facades Receive The Greatest Solar Radiation, And Should Be Designed To Avoid Direct Sun.  Use Of Glass/glazing With A Lower U-value And Shading Coefficient Reduce Solar Heat Gain.  Allow Provision For Easy Access For Maintenance And Cleaning Especially For Curtain Wall System.  Consider Lifespan, Durability And Life Cycle-costing When Selecting Façade Materials.  Install And Use Energy-efficient Lighting Fixtures I.e. Led, Cfl, Slim Type Fluorescent, Etc.  Skylights (if Applicable) And Windows To Maximize Natural Lighting And Ventilation On Selected Areas. Utilizing Daylight As Possible.  Use Of Appliance With Inverter Technology With Variable Frequency Drive Technology.  Window And Door Assemblies Shall Have Complete Gaskets, Weather Stripping, Door Bottom Sweeps And Seals.  All Operable Windows Shall Be Provided With Safety Features For Protection Against Strong Winds, Water Penetration And Protection For Building Occupants Including Child Safety And Security.  Specific Air Exchange Rates Are Usually Attained Through Artificial Ventilation. Adequate Ventilation Throughout The Facility Contributes To Maintaining A Hygienic Environment. Presence Of Functional Windows And Doors, That Allow At Least 6-8 Air Changes Per Hour For Natural Ventilation. For Airborne Infection Isolation Room/s And Er/triage Areas, Greater Or More Than 12 Air Changes Per Hour Is Recommended, While Up To 15 Air Changes Per Hour May Be Recommended For Operating Procedure, Or Delivery Rooms.  Light-colored Building Envelopes Is Also Recommended To Reduce Heat Transfer From The Outside To Inside Of The Building By Having Surfaces With High Solar Reflectance Index (sri). D. Water Efficiency, Sanitation And Hygiene  Optimize Water Conservation Through Installation Of Rainwater Harvesting Cistern Tank  Use Of Waterless Urinals And Dual Flush Water Closets.  Use Of Low-flow & Water Efficient Faucet And Hand-held Bidets.  Use Of Water-saving Shower Heads  For Hospitals, There Must Be At Least One Water Closet For Every Eight Patients In Compliance With Ra 4226 – Hospital Licensure Act.  A Separate Toilet For Male And Female Is Preferred, And Shall Be Pwd Accessible. And, A Separate Toilet For The Staff, With A Provision Of One Toilet For Every Fifteen Personnel Shall Be Applied.  Waterless Urinals Must Be Provided For Male Toilets.  There Should Be Sufficient And Functional Hand-washing Facilities. E. Environmentally Resilient Health Facility  Ground Floor Must Be Above Ground Line And Anticipated Flood Level. F. Material Sustainability  Building Materials, If Applicable, Must Be Locally Sourced To Minimize Carbon Footprint.  Rapidly Renewable And Sustainable Materials Are Also Recommended. Refer To Sec. 16.3.4 Of Doh Green And Safe Health Facilities Manual For List Of Sustainable Construction Materials That Can Be Used.  Use Of Materials (specifically Wet-applied Materials) That Are Low In Vocs (volatile Organic Compounds) G. Site Sustainability  Adopt The Development Controls Indicated In The National Building Code Of The Philippines To Establish The Extent Of The Health Facility Site Can Develop.  Biophilic Design Is Recommended To Help Reduce Stress, Improve Cognitive Function And Creativity, Improve Patients’ Well-being And Expedite Healing.  Porous Pavement Is Recommended At The Site Development To Alleviate Flooding. Landscape Swales Is Also One Solution. H. Indoor Environmental Quality  Harvest Natural Daylight If Applicable.  Acoustic Quality, Especially In Areas/rooms That Needs To Be Soundproofed, Shall Be Maintained.  Use Of Acoustic Privacy Partitions Is Required.  Separate Entrances For Ambulances And Walk-in Patients.  In Procedure Rooms With Windowless Areas, Backlit Photomurals Or Artificially Illuminated Glass Artwork Can Alleviate Feeling Of Claustrophobia.  In Wards And Recovery Rooms, Provide Windows And Natural Illumination As Much As Possible.  Provide Acoustic Privacy In Patient Rooms, Offices, And Examination Rooms With Partitions Of Sound Transmission Class (stc) Of 45.  Noise Level In The Operational Rooms Must Follow The Minimum Noise Standards In Accordance To The Doh Manual Of The Technical Guidelines For Hospital Planning And Design (level 3) Drawing Requirements: See Doh Standard Checklist Based On Revised Irr Of The National Building Code Of The Philippines (pd 1096). Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation. -end Of Green And Safe Health Facilities Design Parameters- Xx. Build Aspect Furnish Labour, Materials, Equipment, Paint, Tools And Other Facilities To Complete The Entire Building Including Architectural, Structural/ Civil, Electrical, Mechanical, Sanitary, Communication, Fire Protection, And Other Related Works To Complete The Scope As Specified And/or As Shown On Drawings And Plans 1. General Requirement  Contractor’s Temporary Facility And Lay Down Yard.  Communication And Transmittal, Reproduction, Tarpaulin/billboard And Photos  Material Testing (rsb, Chb, Concrete, Steel)  Safety Requirements (warning Signs, Hardhat, Etc.)  As Built Plan  Demolition, Clearing Work, Permits And Licenses 2. Other Items Of Work  Demolition Of Existing Structures In Affected Areas Or Where The Proposed Project Shall Be Situated, Clearing And Disposal Of All Debris Generated During Construction.  All Serviceable Materials Shall Be Turn Over To Doh-dedvmh Through Its Representative  Soil Excavation And Soil Treatment  Restoration Of Any Damaged Properties During The Construction  Permit Fees, And Other Necessary Documents For The Project Shall Be Shouldered By The Contractor  Temporary Facilities Shall Be Provided During The Construction Period, To Be Constructed Within The Hospital Compound, Which Shall Serve As The Field Office, Storage Of Materials And Bunkhouse For The Workers.  No Implementation Of The Project Without An Approved Plan And Other Related Documents.  Strict Implementation Of (dole Guidelines And Other Standards Applicable) Health And Safety Rules.  Shall Abide By The Medical Center Hospital House Rules  Conduct Weekly Progress And Coordinative Report To The Agency Or Its Representative  Other Items Of Work Not Mentioned Herewith But It Is Very Necessary For Execution And Completion Or Works Shall Be Included And Charge To The Contractor 3. Pre-installation Requirements  All Tests To Be Conducted Shall Be Witnessed By The Hospital Representatives.  Soil Investigation  Concrete Strength Testing  Reinforcing Bar Strength Testing  Concrete Masonry Unit (cmu) Testing  All Plumbing And Sanitary System  Automatic Fire Sprinkler System  Ventilation And Air Conditioning System  All Electrical System  And Other Tests That Necessary To Perform To Ensure The Quality Of The Project  All Certifications And Reports Under Post-installation Requirement Shall Be Submitted To The Hospital Representatives.  The Contractor Shall Submit A Sample Of Materials For Approval Of The Medical Center Chief Prior To Installation.  No Implementation Or Execution Of Work In Any Discipline Without The Approval Of Medical Center Chief Or Through Its Representative  Any Request For Inspection, Approval, Concrete Pouring, Testing And Commissioning Must Be Address To Medical Center Chief Or Must Adhere To The Reporting Protocol As Mentioned Above. -end Of Build Aspect- Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Architectural Drawings (as Applicable) A – 1 (a…n) Perspective, Site Development Plan, Vicinity Map/location Plan (2.00 Kms. Radius) Table Of Contents A – 2 (a…n) Floor Plans (scale 1:100m Minimum) Including Furniture Layout When Necessary A – 3 (a…n) Four (4) Elevations (scale 1:100m Minimum) A – 4 (a…n) Two (2) Sections (scale 1:100m Minimum) Including Spot Details When Necessary A – 5 (a…n) Roof Plan/s Showing Downspouts (scale 1:100m Minimum), Including Detail Of Gutter, Downspout, Etc. A – 6 (a…n) Reflected Ceiling Plan/s (scale 1:100m Minimum), Including Details A – 7 (a…n) Details Of Stairs, Fire Escapes/exits, Accessible Ramps, Etc. (scale 1:50m), Including Details Of Railings, Treads, Risers, Etc., In The Form Of Plans, Elevation/section A – 8 (a…n) Details Of Toilets (1:50 M) Including Accessible Toilets In The Form Of Plans, Elevation/section A – 9 (a…n) Details Of Specialized Design Features (scale 1:50 M) Such As Partitions, Cabinets, Etc. And Accessible Design Features A – 10 (a…n) Detail Of Typical Bay Section From Ground To Roof (scale 1:50 M) A – 11 (a…n) Details Of Special Elevations/section Rooms (1:50m) In Form Of Plans, A – 12 (a…n) Schedule Of Doors, Gates, Emergency Exits, Etc. (scale 1:50 M), Including Specifications For Materials And Hardware A – 13 (a…n) Schedule Of Windows (scale 1:50 M), Including Specifications For Materials And Hardware A – 14 (a…n) Schedule Of Finishes For Interior And Exterior Floors, Walls, Ceilings Architectural Technical Specifications Architectural Scope Of Works Architectural Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 1 Of 6 Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Architectural Interior Design Drawings (as Applicable) Aid – 1 (a…n) Floor Plans Showing Layout Of Floor Finishes (scale 1:100m Minimum) Aid – 2 (a…n) Floor Plans Showing Layout Of Furniture/finishing Partitions, Cabinets, Etc. (scale 1:100m Minimum) Aid – 3 (a…n) Interior Elevations And Sections Showing Wall Patterns, Ceiling Sections, Etc. (scale 1:100m Minimum) Aid – 4 (a…n) Details Of Partitions, Cabinets, Furniture, Ceiling And Other Interior Design Features (scale 1:100m Minimum) Aid – 5 (a…n) Architectural Interior Perspective/s Architectural Interior Design Technical Specifications Architectural Interior Design Scope Of Works Architectural Interior Design Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 2 Of 6 Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Structural Drawings (as Applicable) S – 1 (a…n) General Notes And Construction Standards S – 2 (a…n) Site Development Plan S – 3 (a…n) Foundation Plan/s (scale 1:100m Minimum) S – 4 (a…n) Floor Framing Plan/s (scale 1:100m Minimum) S – 5 (a…n) Roof Framing Plan (scale 1:100m Minimum) S – 6 (a…n) Schedule And Detail Of Footings And Columns S – 7 (a…n) Schedule And Detail Of Beams And Floor Slabs S – 8 (a…n) Detail Of Trusses S – 9 (a…n) Details Of Stairs, Ramps, Fire Exits S – 10 (a…n) Other Spot Details Structural Analysis And Design (for 2 Storey Building And Higher) Boring And Land Test Results (for 3 Storey Building And Higher) Seismic Analysis Structural Technical Specifications Structural Scope Of Works Structural Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 3 Of 6 Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Electrical Drawings (as Applicable) E – 1 (a…n) General Notes And Legends E – 2 (a…n) Location And Site Plan E – 3 (a…n) Lighting Layout (scale 1:100m Minimum) Including Details E – 4 (a…n) Power Layout (scale 1:100m Minimum) Including Details E – 5 (a…n) Auxiliary System Layout (scale 1:100m Minimum) Including E – 6 (a…n) Schedule And Detail Of Loads E – 7 (a…n) Riser Diagram E – 8 (a…n) Other Detail Electrical Computation Design Analysis Electrical Technical Specifications Electrical Scope Of Works Electrical Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 4 Of 6 Electronics/auxiliary System Ready For Integrated Communications 1. Nurse Call System 2. Telephone System 3. Paging System 4. Lan System 5. Fire Alarm System 6. Security System Cctv 7. Integrated Communications And Systems Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Plumbing/sanitary Drawings (as Applicable) P – 1 (a…n) General Notes And Legends P – 2 (a…n) Location And Site Plan P – 3 (a…n) Storm Drainage Layout (scale 1:100m Minimum) Including Actual Length Of Tapping Line To Main Drainage Line P – 4 (a…n) Waterline Layout (scale 1:100m Minimum) Including Actual Length Of Tapping Line From Main Water Source When Applicable P – 5 (a…n) Sewerline Layout (scale 1:100m Minimum) Including Actual Length Of Tapping Line To Septic Tank Or Existing Sewerline P – 6 (a…n) Isometric Layout, Showing Waterline, Sewerline And Drainage Line P – 7 (a…n) Detail Of Connections, Catch Basins, Downspouts, Etc. P – 8 (a…n) Detail Of Septic Tank/sewer Treatment Plant Design Analysis Sanitary Technical Specifications Sanitary Scope Of Works Sanitary Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 5 Of 6 Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Mechanical Drawings (as Applicable) M – 1 (a…n) General Notes And Legends, Site Development Plan, Location Plans M – 2 (a…n) Floor Plans/isometric Drawings (scale 1:100m Minimum) Showing Ventilation And Air Conditioning Systems And Other Installations M – 3 (a…n) Floor Plans/isometric Drawings (scale 1:100m Minimum) Of Gas Pipeline System And Details M – 4 (a…n) Floor Plans/isometric Drawings (scale 1:100m Minimum) Of Air-conditioning Systems And Details M – 5 (a…n) Floor Plans/isometric Drawings (scale 1:100m Minimum) Of Fire Suppression Systems, Fire Sprinkler System, Wet Stand Pipe, Dry Standpipe And Other Installation M – 6 (a…n) Details Water Tank, Flow Diagram (scale 1:50m) M – 7 (a…n) Details Of Firewater Supply Sytem (scale 1:50m) M – 8 (a…n) Detail Of Elevators, Escalators, Dumbwaiters, Etc. (scale 1:50m) M – 9 (a…n) Detail Of Other Machinery/equipment (scale 1:50) M – 10 (a…n) Longitudinal And Transverse Section Of Building (scale 1:100m) Showing Manner Of Support Of Machines/equipment Mechanical Technical Specifications Mechanical Scope Of Works Mechanical Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 6 Of 6 General Guidelines • All Construction Works Shall Be Undertaken By Contractor In Accordance With Existing Laws And All Other Applicable Rules And Regulations. • The Contractor Shall Be Responsible In Setting Out Reference Lines, Elevations (lines And Grades) Prior And During The Execution Of The Works. All References Shall Be Maintained And Protected By The Contractor At His Own Expense. Disturbed References Shall Be Restored To Its Original Position Without Extra Cost To Devmh. • The Contractor Shall Carry Out The Works Properly And In Accordance With This Contract. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Equipment, Which May Be Required. • The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Approved Pert/cpm Network Diagram Submitted By The Contractor, As Updated With The Approval Of The Procuring Entity’s Representative, And Shall Complete The Works By The Intended Completion Date. • The Contractor Shall Be Responsible For The Safety Of All Activities On The Site. • During On-going Construction And Before The Turn-over Of The Project, Engineering & Facilities Management Staff, End-users, Twg And Bac Shall Inspect The Works Undertaken By Contractor. Hospital Engineers And End-users Discover Any Deviations By Contractor From The Approved Construction Plans, Contractor Shall Be Required To Rectify All Such Deviations, Within Such Period Required By Client. • Contractor Shall Have Full Responsibility For Any And All Damages To Existing Hospital Facilities, Utilities, And/or Any Portion Of The Hospital’s Common Area, Due To The Works Undertaken By Contractor, Whether Accidental Or Intentional. • No Variation Order Shall Be Undertaken Unless Verified By Hospital Engineer And Approved By Executive Committee. • Contractor Shall Not Cover Or Block Stub-outs (cleanouts, Water Source, Exhaust, Sewer, Drainage, Etc.) When Not Utilized. Said Stub-outs Shall At All Times Be Free Of Obstructions And Easily Accessible. • Contractor Shall Secure A Utility Tapping Permit Prior To Tapping From Utility Provision. • Electricity And Water Consumed During Construction Shall Be Charged To Contractor. • End-users Reserves The Right To Inspect The Works At Any Time. • Contractor Shall Insure And Hold Client, Its Affiliates, Officers, Directors, Stockholders, Employees, Agents, And/or Representatives, Free And Harmless From And Against Any Injury, Losses, Claims, Damages, Liabilities, Expenses, And/or Costs Of Litigation, Resulting From Or Arising Out Of The Works Undertaken By Contractor. • In Event Of Force Majeure, The Contractor Shall Rectify, Replace Or Build The Unfinished Projects When It Is Not Yet Completed And Accepted W/o Additional Cost For The Procuring Entity. • Contractor Shall Comply With The Construction House Rules Of This Hospital.
Closing Date11 Mar 2025
Tender AmountPHP 65 Million (USD 1.1 Million)
3201-3210 of 3203 archived Tenders