q co^$M}r A g reE%.wf f - DPWH

8
DEPARTMENT OF PUBLIC WORI(S Ah{D IIIGIIWAYS (DPWH) Contract IO I{o. : Contract t{ame : Contract Location: 19H8O20(, Construction and Completion of 1 - Storey, 2 Classrooms D6;ha-i=IemenaeEEtE6Tt; Aricia, Bohor Alicia, Bohol E q o - r,l.l r oogt o q co^$M}r A g reE%.wf f THIS CONTRACT AGREEMENT, made this -L day of Sq!!b!128!Lbetween Department of Plbllc Works and Highways, Bohol 3d Djstrict Englneerlng Office, Guindulman, Bohol hereinafte. called the "ENTITY", and lruafta coNSfRUcfIoN AND DEVELOPMEIIT CORPTORATION hereiaafter called the 'CONTMCTOR". a) WHEREAS, the ENTITY is desirous th.t the CONTMCTOR executes the Works uride( ConFact ID No. 79HBO2OO - Constntction and Comptetion of 7 - Storey. 2 Ctassrgo,n,s Pagahat Ele,nentary Sdroor, Aficia, Bohol hereinafter called \he Works" and the ENTITY has accepted the Calculated Bld of the CONTMCTOR for the execution and completion of the Works at the calculated unit bid prices shown ln the attached Bill of Quantities, or a total Contract Price of Four lrilllon Thirty Nine Thousand erght Hundred Slxly Seven Pesos and 7ai/7@ (Php 4,O39,e67.76). NOW THIS AGREENNE T WITNESSETH AS FOLLOWS: 1- In this CONTMCT AGREEMENT, words and expression shall have the same meanings as are respectively asslgned 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 CONTRACII 3. AGREEIVENT; a. The bid form accomplished and submitted by the Contractor including the followlng annexes: Bid Security l) Authority of the Signing Official ii) Duly srgned Construction Schedule and S Curve iri) Duly signed Construction Methods in narrative form iv) Duly signed Organization Chart for the Contract v) Duly signed Contractor's Certificatiofl on Key Personnel's Affid3vit of Commitment to Work on the Contract vi) Duly signed Flanpower Schedule vii) Duly signed List of Contractor's Equrpment owned/pledge to the Contract viii) DuJy signed and notarized affidavit of Site lnspeciion ix) Written credit lrne commitment or cash deposit certificate for The contract issued by a reputable bank: attach original document if not yet submitted as part of LOI, or certified copy ,f al,eadv submrrled a< part of r Ol Duly signed Const.uction Safety and Health Program Duly signed and notarized Affidavit of cornpliance with existing labor laws and standards Duly signed and notarized Affrdavit of cornpliance with responsibilities under R.A. 91a4, IRR-A, Section I7.7.1 DJly srgnpd Brd Pn, es ,n the BrJl of Quanutres Duly signed Detailed Estimates Duly signed Cash Flow by Quarter and Payments Schedule x) xi) xii) 19 I == -12 ! ..NE EA k_9 t! xiii) xiv) xv) (b) Biddinq Documents for the Contract (Annex "A,,)l a. General Conditions of Contract b- Special Conditions of Contract c. Draw'ngs/Specifications -9 s qlnll1 att6tt6te4ll" 01'udq1 ?4 ozl'v't'lc tZ f E ci E o lr.l I o o 6 J .9 I q E = o z tfl,q. r Lowa-Lrt,J w Frwl LzcL iP'j@k F p$' tlLlc'tAt w1L

Transcript of q co^$M}r A g reE%.wf f - DPWH

DEPARTMENT OF PUBLIC WORI(S Ah{D IIIGIIWAYS (DPWH)

Contract IO I{o. :Contract t{ame :

Contract Location:

19H8O20(,Construction and Completion of 1 - Storey, 2 ClassroomsD6;ha-i=IemenaeEEtE6Tt; Aricia, BohorAlicia, Bohol

E q

o

-r,l.l

r oogt o q co^$M}r A g reE%.wf fTHIS CONTRACT AGREEMENT, made this

-L day of Sq!!b!128!Lbetween

Department of Plbllc Works and Highways, Bohol 3d Djstrict Englneerlng Office,Guindulman, Bohol hereinafte. called the "ENTITY", and lruafta coNSfRUcfIoNAND DEVELOPMEIIT CORPTORATION hereiaafter called the 'CONTMCTOR".

a) WHEREAS, the ENTITY is desirous th.t the CONTMCTOR executes the Worksuride( ConFact ID No. 79HBO2OO - Constntction and Comptetion of 7 -Storey. 2 Ctassrgo,n,s Pagahat Ele,nentary Sdroor, Aficia, Boholhereinafter called \he Works" and the ENTITY has accepted the Calculated Bldof the CONTMCTOR for the execution and completion of the Works at thecalculated unit bid prices shown ln the attached Bill of Quantities, or a totalContract Price of Four lrilllon Thirty Nine Thousand erght Hundred SlxlySeven Pesos and 7ai/7@ (Php 4,O39,e67.76).

NOW THIS AGREENNE T WITNESSETH AS FOLLOWS:

1- In this CONTMCT AGREEMENT, words and expression shall have the samemeanings as are respectively asslgned to them in the Conditions of Contracthereinafter referred to.

2. The following documents shall be attached, deemed to form and be read andconstrued as part of this CONTRACII

3. AGREEIVENT;

a. The bid form accomplished and submitted by the Contractor including thefollowlng annexes: Bid Security

l) Authority of the Signing Officialii) Duly srgned Construction Schedule and S Curveiri) Duly signed Construction Methods in narrative formiv) Duly signed Organization Chart for the Contractv) Duly signed Contractor's Certificatiofl on Key Personnel's

Affid3vit of Commitment to Work on the Contractvi) Duly signed Flanpower Schedulevii) Duly signed List of Contractor's Equrpment owned/pledge to

the Contractviii) DuJy signed and notarized affidavit of Site lnspeciionix) Written credit lrne commitment or cash deposit certificate for

The contract issued by a reputable bank: attach originaldocument if not yet submitted as part of LOI, or certified copy,f al,eadv submrrled a< part of r OlDuly signed Const.uction Safety and Health ProgramDuly signed and notarized Affidavit of cornpliance withexisting labor laws and standardsDuly signed and notarized Affrdavit of cornpliance withresponsibilities under R.A. 91a4, IRR-A, Section I7.7.1DJly srgnpd Brd Pn, es ,n the BrJl of QuanutresDuly signed Detailed EstimatesDuly signed Cash Flow by Quarter and Payments Schedule

x)xi)

xii)

19I

==-12 !..NEEAk_9t!

xiii)xiv)xv)

(b) Biddinq Documents for the Contract (Annex "A,,)la. General Conditions of Contractb- Special Conditions of Contractc. Draw'ngs/Specifications

-9

s

qlnll1 att6tt6te4ll" 01'udq1 ?4 ozl'v't'lc

tZ

fEci E

o

lr.l

Ioo6

J

.9I

q

E

=

oz

tfl,q. r Lowa-Lrt,J w Frwl LzcL iP'j@k F p$' tlLlc'tAt w1L

_9

o

l

LU

Invtation to Apply for Eligibility and to Bidhstructions to BiddersBid Data SheetSupplemental/Bid Bul{etins (Addenda)

CONTRACTOR's Calculated Bid in the Form of Bid including its Technical andFinancial Proposais, wrth addendum showing corrections, if any, madeduring the Bid evaluation to arrive at the Calculated Bid (Annex "B')

CONTMCTOR'S Letter of intent for Eligibility and Contractor's Informationfrorn the DPWH Reqistry (Annex C")

Notce of Award of Contract and the CONTRACTOR'S "conforme" thereon(Annex "D")

Performance Securlty (Annex "E")

d.

f_

s.

(c)

(d)

(e)

(f)

e

4cI

IF-

o9

oz

(q) PERT / CPl,l diagram (Annex "F")

(h) Credit line issued by an authorized bank in accordance with the provisionsof their of R.A. 9184;

(i) Contractor's All Risk Insurance (CARI)

(j) Other contract documents that may be required by existing laws and/or theProcurino Entity

In consideration of the payments to be made by the ENT1TY to theCONTRACTOR as hereinafter mentioned, the CONTRACTOR hereby covenantswith the ENTITY to execute and co.nplete the WORKS and remedy any defectstherein in conformity with the provisions of this CONTRACT AGREEMENT in all

In consideration of the execution and completion of the WORKS by theCONTRACTOR, the ENTITY hereby covenants to pay the CONTRACTOR the unitprices in the CONTRACTOR's Calculated Bid, as applied to the actual quantitiesaccomplished as certified by the PROCURING ENTtry under the provision oF thtsCONTRACT AGREEI\4ENT at the times and in the manner prescribed by thisCoNTRACT AGREEIVIENT and specified in the BID. It is understood that thequantities listed in the PROPOSAL do not govern final paymeflt; hence paymentto the CONTMCTOR will be made only for actual quantities of contract itemsperformed in accordance wrth the plans and specifications and ac.epted by theEMPLOYER,

The following rtems and quantities are included in the scope of worki

E

L!

aoo6 6_

o1=;

)26-n-!r E0a_ o<Pltl

-ql!6

2

Quantity (P)

A.1.1 (8) Provision of FieldOffice for theEngineer (RentalEasis)

lYos, 5.00 5,19 / -1a 25,985.90

8.3 - Permits andClearances L.S 1.00 6,777.94 6,171.94

B.s Project Billboard /Signboard Each 2.OO 5,970.00 11,940_00

8.7( 1) - OccupationalSafety and Health 14os. 5.00 9,O74.40 45,312_AO

Sub total Page 1of4 PhP 9O,O75.a4

tZ

l=

g. 9

.e

(,

l

LU

tzl=

Nft(.)

. J_i=:.!zr\NEEd

k2

I.9=-

oF

o(,a

-q

s

za*9

r9)

=

9.9o(,6

Quantity (P)

8.9 lvlobilization/Demobilization LS 1.00 38,218-07 38,218.47

803(1)a - SiructureExcavation (Common Soil) 67.39 214.90 14,751_67

804(1)a - Embankmentfrom Roadway/ Structure 67.i9 264_65 14,104.32

804( 1)b Embankment 322.76 338.30 109,1a9-71

804(4) - Gravel Fill 1.05 2,417.45 9,792.29

900(1)b2 - StructuralConcrete (Footingand Slab on Fill)Class A 14 davs

3s.59 11,542.00 410,779-/8

900( 1)b3 StructuralConcrete (FootingTie Beam) Class A14 days)

12.45 13,034.50 162,279.53

900(1)b4 - StructuralConcrete (Columns)Class A 14 days

11.00 15,522.00 17O,142-OO

900(1)b6 - Structural

(Beam/Grrders)Class A 14 days

20.09 75,522.OO 311,836.98

902(1)a ReinforcingSteel, (Deformed)Grade 40

kgs 14,7 37 .33 57.11 850,491.31

903(2) - Formworks andFalseworks 2t3.75 646.75 !34,242.41

1000( 1) Soil Poisoning L 31.00 1,422.45 44,tOA_35

1046(2)a1 - 100mm CHBNon Load Beartng(includingReinforcing Steel)

24.OO 1.73L.30 41,551-20

Io46(2)a2 - 150mm CHBNon Load Bearing(includingReinforcing Steel)

144.15 1,400.95 259,606.94

1009(1)a - JalousieWindow (Glass) 34.56 1,970.70 68,086.66

1010(1) Wooden Doorsand Windows LS 1.00 47,759.OO 47,759 -OO

sub total Page 2 of 4 PhP 2,695,54O.62

l

ln

,9

e

o

f

T!

.=

LIJ

,9

.9oIo

\z)

=

o<

zLo

],s,

c,9

E

al

o

ooIF

ztr

=

.t-

-9g

oI =-)z a

:--.1 N E-86

kPI! I

Quantity

1003( 17) Carpentry andLS 1.00,- 22,884.00 22,884.00

1018(1) - Glazes Tiles andTr ms 57.04 1,542.25 / 47,969.94

10ta(2) - Unqlazed Tiles 1,641.75 37,169.22

1021( 1)c - Cement FloorFinish with Floo. Hardener 17434

507.45 84,489.13

1027(1) Cement Plaster 337.58 441-t5 151,151.45

1032( 1)c - Parnting Works(Steel) 236.76 184.08 43,582.78

1014( 1)b2 - PreparntedNletal Sheets (RibType, Long Span,above 0.427mmthk)

273.75 825.85 176,525.44

1013(2)a1 - FabrlcatedI\4etal RoofingAccessory (RidgeRoll) Galqe 26

ln.m 22.50 885.55 19,924_Aa

1047(2)a StructuralSteel, Trusses kgs 2,0a1.59 a4.5a 176,060.88

1047(2)b StructuralSleel Purlins kgs. 2,372.81 /1.64 169,948_11

r047(3)c - [4etalStructures(Turnbuckles)

r2.00 925.35 11,1O4-2O

1047(6) - I\,]etal StructuresAccessones (SteelPlates)

kss 264.14 148.26 39,7 54-44

1047(7)b lvletalStructuresAccessories(Sagrods)

kqs. 58.52 144.26 8,676.18

1047(4) I\4etalStructureAccessories(Crossbracins)

kgs 69.73 744.26 10,338.17

1001(8) - Sewer LlneLS 1.O0 28,356.50 28,356.50

1001(11) - Septic VaultConcrete/CHB

LS 1.OO 22,AA4.AO 22,aA4.OO

Sub total Page 3 of4 PhP 1,O94,859.32

,

6. The implementing Rules and Regulations of the amended P.D. 1594, P.D.1759, and Implementing Rules and Regulation of Republic Act No- 9184 andother existing laws, decrees, executive and administrative orders, crcularsissr,red by proper authorities aifecting goverfiment construction projects, as wellas the guidelines for the completion and payment of Pr'ce Escalation oninfrastructure contracts adopted and approved by the Governrnent, shall bemade and formed as Ifitegral part of the Contract-

7. That this CoNTRACT shall not take effect until the CONTMCTOR has furnishedand delivered io the EI4PLOYER a Performance Bond that is fully acceptable tothe EIqPLOYER in the form a.d amount as required in the Instructrons toBidders.

8. In case the CONTMCTOR retuses or fails to satisfactorily comp ete the workwithin the specified contract time of One Hundred Fiftv {150) Davs, plusany time extension duly granted and is hereby in default under theCONTRACT, the CONTRACIOR shall pay the GOVERNI,4ENT forliquidated damages, as computed with the approved formulas belowand not by way of penalty. An amount to be determrned for eachcalendar day of delay, until the works is completed and accepted orldt en ovcr by lhe Governn"ent.

TLD = VUUP X [(1+OCC) 1] X KVUUP=TCP-VCUP

Where TLD = Total Liquidated Damages in pesos

VUUP = Value of the uncompleted and unusable portions of the contractwork as of the expiry date of the contract, in pesos

TCP = Total Contract Price, in pesos

VCUP = Value of the completed an usable portron of the contract work, as ofthe expiry date of the contrad, in pesos

Quantity

1002(2a) - Cold WaterLine

LS 1.OO 10,446.50 10,446.50

1002(27) - PlumbingLS 1.00 73,629.00 73,629-00

1100( 10) Conduits,Boxes, and Fittings LS 1.00 12,735.00 12,73s.00

1101(33) wires andWiring Devices

LS 1.00 20,297.00 20,297.00

1102(1) Panel Boardwith I\4ain andBranch Breaker

LS 1.00 14,426.50 14,426.50

1103(1) Lightinq Fixturesand Lamps LS 1.00 27,457.34 27,457.34

Sub total Page 4 of4 PhP 159,391.34

TOTAL P}I P 4,039,a67.46.

d

f

OCC = Prevailinq opportunity cost of Capital for government projects set byNEDA, which is currently pegged at 15o/.

n = Total number of years that the contract work is delayed after theexpiry date of the coatract

K = Adjustment factor to cover additional losses= 1+C+(i xn)

where c = cost of construction supervisions as a percentage,not exceedlng 10o/o of construction cos!

I = Annual Inflation Rate

The head of Agency is not precluded may also impose additionalliquidated damages on the Contractor in default

In case the CONTRACTOR lags behind schedule in his work and incurs 15oloor more negative slippage, based on his approved PERT/CPiV1, ihe Secretaryof Department of Public Works & Highways may, at his discretron, terminateor rescind the contract pursuant through the recommendation of theProcuring Head pursuant to existing laws, rules and requlations.

The provision of RA 6685 as implemented by Department Order No. 51 senesof 1990 is hereby incorporated as parl of this CONTRACT.

tzl=(,

10.

9.

15.

,9T

.9-:

oz

o(,

=

=T

IF

I

p

o

E

qoQ

11. The CONTMCTOR shall comply with, and striclly observe, all laws regardinqWorkmen's health and safety, workmen's welfare, compensation forinjuries, mlnimum wages, hours of labor and other labor laws as perl4inistry Order No. 9 series of 1981.

12. The CONTRACIOR warrants that he, his partners, incorporators, employees &relatives has not given nor promised to give any money or qift to anyemployee of the EMPLOYER in order (or any Philippine GovernmentInstrumentality) to secure or perform this CONTRACT.

13. The loint Guidelines on Change Orders, Extra Work Orders, etc. as providedunder the pertinent provisions of the lmplementing Rules and Requlations ofR.A. No. 9184 as amended are hereby Incorporated as part of thisCONTRACT,

Within a period of 12 (tr,!elve months) after completion and final acceptanceof the PROIECT the CONTRACTOR shall remain liable for any damages ordefects discovered on the works due to faulty construction or the use ofmaterials of infe.ior quality in violatlon of terms and conditions of theCONTRA'T

If any dispute or dilference of any kind whatsoever arises between theENIpLOYER or the ENGINEER and the CONTRACTOR ln connection wrth orarising out of the CONTRACT, or carrying out of the WORKS, li shall first be.eferred to and seU:led by, the ENGINEER. However, if the decston ofthe ENGINEER is not satisfactorily either to the E[4PLOYER or theCONTMCTOR, such dispute may be submitled to/ and settled by, theConstruction lndustry Arbitration Commissron (CIAC) created by ExecutiveOrder No. 1088.

14-

This agreement becomes binding and valid upon approval by the proper authorities.

l

o

=;Lz s- ?N

='-t E dF-q

dl6

I

IN WIT ESS whereof, the parties thereto have caused this CONTRACT AGREEI'4ENT tobe executed the day and year flrst before written.

Slgned, sealed, delivered by

Signed, sealed delivered bY

}IAGITING A. CRUZoIC - Distrid EngineerDPWH - Bohol 3d DistrictEngineering OfficeGuindulman. Bohol

RICARDOG. UAftA

Tal!say City Cebu

RoCURTNG ENTITY / Binding Signature o/ the CoNTMCIORBrnding Signature of

BEATRIZ N. MILO

r;)^' -' -\->'c@r:n/sEfr'xidd...--- "1/* a.,r.un

,7

a

O

:)

Lll

REPUBLIC OF THE PHILIPPINES)

tz

=cilon,td

T].bllim: c,i! Bohol ) S.S

ACKI{OWLEDGEi,IE T

BEFORE ilE, as the Notary Public for and within the City of . personallyappeared IIIAGITII{G A. CRUZ, OIC - District Engineer representlng the REPUBLICOF THG PHILIPPINES (Department of Public Works & Highways), withResidence No. (,9919423 issued oI lellltArI.llE 20!9 at SAlcalS._GCbdUEa!,ggIOl and RICARDo c. UAfrA, Proprietor/ General lilanager, IriUA[ACO STRUCTIOI{ & DEVELOPI.TE T CORPORATION, with Residence Certificate No.

28776779. issued on lanual S, 2019, at Talisav Citv. Cebu who executed theforegoing CONTMCT and AGREEMENT and they acknowledge to me that the same istheir true act and deed for and in behalf of the parties they represented.

This instrument consists of Seven (7) pages, lncluding this page, on which thisacknowledgement is written duly signed by the contracting parties and their witnesseson the left margin of the other pages.

IN WIT ESS WHEBEOf, I have hereunto affixed my signature and official seal this_day o( edohe'l | , 2@11

6

=,9I

+=-

E

Zd:

==

=o-

a1

L]J

oz

o(,IF

q

oO

Doc, No, zrq ,Page No. _ J4 ,Book No. {A!t-,Series of. ida ,

(Notary Public)

Q,*a, a,t,1ATTy. LdljRDts G.aEEL!ailtlcE rnoi

IIOIARY PUBTIC

ICS 201E.03. lniit olcerber 31 A19RoLL No 60,168 Tlil 906.177.412

oln o 507?1a6. 10n&8 iror 2019t Vablrn, BohollEP o 05?308 10.1518(or20i9l

TrobirrrI Crty Eohd

Iq6

FlrJo 8