Sei sulla pagina 1di 12

Quick Impact Project (QIP) under the

Comprehensive Capacity Development Project for the Bangsamoro (CCDP-B)

SECTION 1
1.

INTRODUCTION

1.1

The Purpose of Bid

INSTRUCTION TO BIDDERS

In March 2014, The Comprehensive Agreement on the Bangsamoro (CAB) was signed
between the Government of the Philippines and Moro Islamic Liberation Front (GPHMILF). After CAB signing ceremony, Dr. Tanaka, the President of JICA had a meeting
with Mr. Murad, Chairman of MILF, and decided to support the implementation of Quick
Impact Project (QIP) to make Bangsamoro communities realize the immediate peace
dividends. Later, the Bangsamoro Transition Committee (BTC) and JICA, witnessed by
the Bangsamoro Development Agency (BDA), signed Memorandum of Understanding
(MOU) to implement QIP under the Comprehensive Capacity Development Project for
the Bangsamoro (CCDP-B), through transparent, participatory and inclusive project
implementation process.
Twenty (20) quick impact projects will be implemented in the selected communities in the
provinces of Maguindanao, Cotabato, Lanao de Norte, Lanaodel Sur, Sultan Kudarat,
Sarangani, Compostela Valley, Davao Oriental, ZamboangaSibugay, and the island
provinces of Basilan, Sulu and Tawi-Tawi.
The joint team of BTC Socio-Economic Office, BDA, and JICA had a series of
consultation meetings with the Local Government Units officials and MILF stakeholders
and validated the selection of sites.
The projects cover the construction of multi-purpose halls, school buildings, and
warehouses with solar driers as chosen by the community assemblies.
The Projects - grouped into six (6) packages - are depicted in the Invitation for Prequalification and for Bidding as well as the locations, project components, construction
duration and descriptions.
JICA now seeks eligible bidders described in Clause 1-2 to the tendering of this project.
1.2

Qualification of Bidders
Eligible bidders shall be those pre-qualified by JICA prior to the tendering.

Page 1 of 12

Quick Impact Project (QIP) under the


Comprehensive Capacity Development Project for the Bangsamoro (CCDP-B)

1.3

Description of the Project

Project Name

QIP under the CCDP-B


Package
No.

Province

Sulu
Sulu
Tawi-Tawi

Purok 6-A (Muslim


Village), LaakLaak
SitioLibuak, Lukatan,
Tarrangona
Burias, Glan
Lupoken, Palimbang
Kibleg, NorthUpi
Kibengi, DatuSaudiUy
Sinsimen, Pigkawayan
MakadaagTalagianMasiu
Kala-Kala BuadiposoBuntong
Pendolanon, Munai
Beruar, Tangkal
Pamintayan, Buug
DatuTumanggong,
Tungawan
Masola, Isabela City
Bulansa, Lantawan
SitioKasulutan, Gandasuli,
Patikul
Paiksa, PanglimaEstino
TalipaoMungit-Mungit,
Baldatal Islam, Sapa-sapa

Tawi-Tawi

Pasiagan, Bongao

Compostela Valley
1
Davao Oriental
2
3

Package No.,
Location,
Project
Component

Sarangani
Sultan Kudarat
Maguindanao
Maguindanao
North Cotabato
Lanao Del Sur
Lanao Del Sur
Lanao Del Norte
Lanao Del Norte
ZamboangaSibugay

ZamboangaSibugay
Basilan
Basilan
Sulu

Construction
Duration

Sites

Project Component
Multi-Purpose Hall
Multi-Purpose Hall
Multi-Purpose Hall
Multi-Purpose Hall
School Building
Multi-Purpose Hall
Multi-Purpose Hall
Multi-Purpose Hall
Multi-Purpose Hall
Multi-Purpose Hall
Multi-Purpose Hall
Multi-Purpose Hall
Multi-Purpose Hall
School Building
Multi-Purpose Hall
Multi-Purpose Hall
Multi-Purpose Hall
Multi-Purpose Hall
Multi-Purpose Hall
Warehouse with Solar
Dryer

Approximately Ninety (90) calendar days for Packages 1 and 2, One Hundred Five
(105) calendar days for Packages 3, 4 & 5, and One Hundred Twenty (120) calendar
days for Package 6.
Multi-Purpose Hall:
One storey reinforced concrete building with steel roof framing, with total covered
floor area of 114 square meters. Size of hall is 8.00m x 9.00m including the stage.
Room at the back of the stage is 3.00m x 8.00m with toilets at both sides.
Minimum lot area: 440.0 sq.m.
Minimum area for site development: 326.0 sq.m.

Description of
Project
Components

School Building:
One storey, two-classroom reinforced concrete building with steel roof framing, with
dimensions of 8.00m x 9.00m for each classroom for a total covered floor area of
144 sq.m.
Minimum lot area: 520.0 sq.m.
Minimum area for site development: 376.0 sq.m.
Warehouse with Solar Dryer:
One storey, reinforced concrete building with steel roof framing, with a total covered
floor area of 94.00 square meters. Size of warehouse is 7.00m x 12.00m, while the
size of office area is 2.50m x 4.00m.
Solar dryer adjacent to the warehouse building shall be 12.00 m. x 20.00 m.
reinforced concrete slab with perimeter drain canal.
Minimum lot area: 840.0 sq.m.
Minimum area for site development: 506.0 sq.m.

Page 2 of 12

Quick Impact Project (QIP) under the


Comprehensive Capacity Development Project for the Bangsamoro (CCDP-B)

1.4

Scope of Work
The project will involve the following major works:
(1) All Preliminaries to include mobilization and demobilization, construction of
temporary facilities and other works required in general requirements;
(2) Supply of labor, materials, equipments and construction supervision necessary for the
completion of the project components included in the Packages shown in item1.3 in
accordance with the Drawings and Technical Specifications.

1.5

Misprocurement
JICA requires that Bidders/ Contractors observe the highest standard of ethics during the
procurement and execution of such contracts. In this regard, JICA will not conclude the
contract if it determines that the Bidder/Contractor has engaged in corrupt or fraudulent
practices in competing for the contract in question. JICA will recognize a Contractor as
ineligible, for a period determined by JICA, to be awarded a contract funded by JICA if,
at any time, it determines that the Contractor has engaged in corrupt or fraudulent
practices in competing for, or in executing any other contracts funded by JICA or other
funding agencies and organizations.

1.6

Period of Execution of the Work


The Contractor shall commence the Work by March 6, 2014 and shall be completed
within 90, 105 & 120 calendar days for Package 1 & 2 , Package 3,4 &5, and Package 6,
respectively as shown in Clause 1.3

1.7

Acquaintance with Local Conditions

a. The QIP under the CCDP-B is located in 20 selected sites in 12 provinces in


Mindanao as shown in Clause 1.3

b. On-site orientation will not be held at the site of the Project. The bidders are,
however, advised to visit and to examine the Project Site and its surroundings and to
obtain for themselves, at their own responsibilities and expenses, all information that
may be necessary for preparing the tender, if any.
Before proceeding to the sites, the bidders are advised to communicate with JICACPO and/or the BDA Regional Offices. Protocol in visiting the Project Site will be
attached in the invitation letter.

c. To the extent which is practicable (taking into account the cost and time), the bidders
shall be deemed to have obtained all necessary information as to risks, contingencies
and other circumstances which may influence or affect the tender for the Work. To the
same extent, the bidders shall be deemed to have inspected and examined the Project
site, its surroundings, the above data and other available information, and to have
been satisfied before submitting the bid as to all relevant matters, including (without
limitation):
(1) the form and nature of the Project site, including sub-surface conditions,
(2) the hydrological and climatic conditions,
(3) the extent and nature of the Work and goods necessary for the execution and

Page 3 of 12

Quick Impact Project (QIP) under the


Comprehensive Capacity Development Project for the Bangsamoro (CCDP-B)

completion of the Work and remedying of any defects,


(4) the laws, procedures and labor practices of the locality, and,
(5) the Contractors
requirements for access, accommodation, facilities,
personnel, power, transport, water and other services,

d. No claim whatsoever shall be made as a result of ignorance of local conditions on the


part of the bidders and such ignorance shall be responsibility of the bidders.

2.

TENDER DOCUMENTS

2.1

Composition
The Tender Documents are composed of the following:

a.
b.
c.
d.
e.
f.
g.

Instructions to the Bidders (Vol. 1 Sec. 1)


Bid Forms (Vol. 1 Sec. 2) including Bill of Quantities (BOQ)
Form of Contract (Vol. 1 Sec. 3)
Conditions of Contract (Vol. 1 Sec. 4)
Special Provisions (Vol. 1 Sec.5)
Technical Specifications (Vol. 2)
Tender Drawings (Vol. 3)

The documents are to be taken as mutually explanatory of one another. If an ambiguity or


discrepancy is found in the documents, the interpretation shall be done in accordance with
the above-mentioned sequence of the priority.
2.2

Responsibility of Bidders

a. Bidders shall examine carefully the Tender Documents to understand fully the
contents of the Work including the amounts, and the difficulties and restrictions
affecting the execution and completion of the Work.

b. Bidders shall be liable for any failure or negligence to obtain reliable and necessary
information for successful execution or completion of the Work.
2.3

Clarification of Tender Documents

a. Pre-qualified Contractors are required to attend the Pre-Bid Conference which will be
held in JICA Cotabato Office on January 7, 2015 from 1:00-4:00 in the afternoon.
JICA CPO Office
3rd Floor, Alnor Building 2
Alnor Complex, Sinsuat Avenue
Cotabato City

b. Any inquiries of the Tender Documents or any doubts as to interpretation after the
pre-bid conference shall be written in English and sent by mail to the following
address:
NORIAKI NIWA
Chief Representative
c/o Procurement Section
JICA PHILIPPINES OFFICE

Page 4 of 12

Quick Impact Project (QIP) under the


Comprehensive Capacity Development Project for the Bangsamoro (CCDP-B)

40th Floor, Yuchengco Tower


RCBC Plaza, 6819 Ayala Ave.,
Makati City, Philippines
or sent by facsimile at no.: (02) 889-6871 on or before 12 noon, January 9, 2015.

c. JICA shall respond in writing to the inquiry and/or doubt as to the interpretation
stated above. The responses will be sent by facsimile to all Bidders on or before
January 14, 2015.

d. All prospective Bidders shall send a facsimile to JICA for the confirmation of the
receipt.

e. The responses shall constitute a part of the Tender Documents provided in Clause 21.
2.4

Addenda of Tender Documents

a. JICA may, for any reason, whether at its own initiative or in response to a clarification
requested by prospective Bidders, modify the Tender Documents.

b. JICA will notify through addenda indicating the modification by facsimile to all
prospective Bidders on or before January 14, 2015 in English.

c. The prospective Bidders shall send the confirmation of receiving the addenda stated
above to JICA by facsimile.

d. The addenda shall constitute a part of the Tender Documents provided in Clause 2-1.
3.

PREPARATION AND SUBMISSION OF BIDS

3.1

Preparation of Bid

a. The bid shall be prepared and submitted by filling out all the required Bid Forms in
accordance with the formats shown in Section 2, Bid Forms. These include the
following:

Form A Submission Form of Bid


Form B Authority of Signatory
Form C Special Power of Attorney Designating Authorized Representative
during Bid Opening (required only in case of Signing Official delegates all or
parts of his/her power to another person, who shall legally represent the company
during the Bid Opening)
Form D Construction Schedule in the form of a Bar Chart with S-Curve
Construction Methodology
Organizational Chart
Form E Manpower Schedule in the Form of a Bar Chart
Form F Equipment Utilization Schedule in the form of a Bar Chart
Form G Form of Bid
Form H Preamble to Bill of Quantities (BOQ)
Cash Flow and Payment Schedule

Page 5 of 12

Quick Impact Project (QIP) under the


Comprehensive Capacity Development Project for the Bangsamoro (CCDP-B)

Construction Methodology, Organizational Chart and Cash Flow/Payment Schedules


shall be prepared by the Bidder.
Aside from the hard copy of BOQ, Bidders are required to attach and submit an
electronic file of BOQ in CD (2 copies). JICA will also provide all Bidders the forms
of Bid in electronic file.

b. Each of the forms shall be completely filled-up using indelible ink or re-typed in a
similar format with the appropriate data and information provided. The original Bid
shall contain no interlineations or overwriting or corrections.

c. All entries in the bid shall be written in English. All units in the bid shall be in the
metric system unless otherwise specified.

d. Incomplete, vague or conditional bids will not be considered.


3.2

Bid Prices

a. All prices shall be quoted in Philippine Peso without exception. The Bid Price shall
be indicated as a lump sum price in Form G, with the breakdown properly shown in
Form H.

b. Bid Prices shall be fixed and final. Such prices shall likewise satisfy all conditions
stated in the Preamble to Bill of Quantities shown in Form H.
3.3

Bid Security
Every bid shall be accompanied by a Bid Security in the form of either (a) Irrevocable
Letter of Credit issued by a first class bank acceptable to JICA in an amount of not less
than 1 % of the total bid price; or (b) Bank Guarantee issued by a first class bank
acceptable to JICA in an amount of not less than 1 % of the total bid price; or (c) Surety
Bond callable upon demand issued by a reputable surety or insurance company acceptable
to JICA in an amount of not less than 2 % of the total bid price. Bid security shall be
valid for 120 calendar days following the opening of bids.
The bid security shall be given as a guarantee that the bidder, if awarded the work, will
submit the performance security, all risks insurance, and all other documents/information
required from the receipt of the Notice of Award up to 5calendar days after the tentative
scheduled signing of contract on February 20, 2015; and upon issuance of Notice to
Proceed, the winning bidder shall mobilize within 7 calendar days to execute the contract
scheduled to start on March 13, 2015.
The bid security shall be forfeited in favor of JICA if the successful bidder withdraws its
bid during the validity period or refuses or fails to enter into contract within the
prescribed time.
Failure to enclose the bid security with the bid or the posting of a bid security less than
the stipulated amounts shall be a ground for rejection of the bid. Further, a bid security
with an expiration date earlier than the stipulated validity period of the security shall also
be a ground for rejection.
Bid securities of the unsuccessful bidders shall be returned only after the successful
bidder has signed the contract and furnished the performance security but in any case not
later than the expiration of the bid security validity period indicated in the first paragraph

Page 6 of 12

Quick Impact Project (QIP) under the


Comprehensive Capacity Development Project for the Bangsamoro (CCDP-B)

hereof.
3.4

Term of Validity of Bid

a. The bid shall remain valid and irrevocable for a period of one hundred twenty (120)
calendar days from bid opening date.
3.5

Submission of Bids
a. The Bidders shall prepare one (1) ORIGINAL and two (2) COPIES of their bid, and
shall be completely label as to the PACKAGE NUMBER he intend to participate.
The bid shall be arranged in accordance with the following:

The Bidders shall submit the bid in two (2) envelopes properly sealed and duly
marked as ENVELOPE 1 or ENVELOPE 2

Envelope 1 shall contain the original and two copies of the following duly
accomplished tender forms, which shall be marked ORIGINAL or COPY as
appropriate (The originals shall be bound as one document, while the copy
shallbe bound separately):
-

Form A Submission Form of Bid


Form B Authority of Signatory
Form C Special Power of Attorney
Form D Construction Schedule in the form of a Bar Chart with S-Curve
Construction Methodology
Organizational Chart
Form E Manpower Schedule in the form of a Bar Chart
Form F Equipment Utilization Schedule in the form of a Bar Chart

Envelope 2 shall contain the original and two copies of the following duly
accomplished tender forms, which shall be marked ORIGINAL or COPY as
appropriate:
-

Form G Form of Bid


Bid Security
Form H Preamble to the Bill of Quantities with electronic file of bid.
Cash Flow and Payment Schedules

b. The bid shall be submitted to the address below at 8:00 a.m. of January 21, 2015:
NORIAKI NIWA
Chief Representative
c/o Procurement Section
JICA PHILIPPINES OFFICE
40th Floor, Yuchengco Tower
RCBC Plaza, 6819 Ayala Ave.,
Makati City, Philippines
c. The bid shall be submitted in person. The bid submitted through other means such as
telex, telegraph, facsimile, e-mail or mail shall not be accepted.
d. Any bid submitted after the closing time will not be accepted and is automatically

Page 7 of 12

Quick Impact Project (QIP) under the


Comprehensive Capacity Development Project for the Bangsamoro (CCDP-B)

disqualified from joining the bid.


e. Alternative bid shall not be allowed.
f.
3.6

The bidder is not allowed to modify or withdraw his bid after the bid closing time.

Interpretation of Bid
a. Should there be any discrepancy between the ORIGINAL and the COPY, the
ORIGINAL shall prevail. In case there is a difference between the figures entered
in words and in numerals in the tender, the figures entered in words shall prevail.
b. Should there be any discrepancy between the BOQ and the Tender Price indicated in
the Form of Tender, the Tender Price shall prevail.

4.

OPENING OF BID

4.1

Introduction
a. All BIDS shall be opened on January 21, 2015 at 8:00 am, in JICA-PP office in
Makati City in the presence of JICA and the Bidders.
b. At least one (1) authorized person with a Notarized Special Power of Attorney, issued
by the Signing Official of bidder who signed the Form of Bid, shall attend the Bid
Opening (required only in case the Signing Official delegates all or parts of his/her
power to another person, who then shall legally represent the company during the Bid
Opening).

4.2

Bid Opening Procedures


a. All participants in the Bid Opening shall register their signatures in an attendance
sheet prepared by JICA before the Bid Opening.
b. JICA shall confirm the validity of each Power of Attorney of the Bidders. In case
the document is incomplete or inappropriate, the bidder shall forfeit its right to
participate in the Bid Opening any further and the bid shall be returned unopened.
c. Envelope 1 will be opened and availability of the documents in the Envelope 1
required in Clause 3-5(a) shall be examined. In case the documents are incomplete or
inappropriate, the bidder shall forfeit his right to participate in the Bid Opening any
further and must leave the tender room immediately. The appropriateness of each
document of a valid bid shall further be examined carefully and thoroughly during bid
evaluation.
d. In the event that all documents in Envelope 1 are found to be complete and
appropriate, Envelope 2 will be opened and the Bid Price offered by the bidder
shall be read aloud and recorded. The bidder who submitted the lowest Bid Price
within the ceiling price set forth by JICA shall be designated as the prioritized
negotiator for the contract. In the event that the prioritized negotiator is rejected as a
result of the evaluation of the bid, JICA will invite the next lowest bidder to enter into
negotiation for the contract. This procedure will be followed until JICA reaches
agreement with a bidder.

Page 8 of 12

Quick Impact Project (QIP) under the


Comprehensive Capacity Development Project for the Bangsamoro (CCDP-B)

e. In the event that all Bid Prices offered exceed the ceiling price, the Bidders are
requested to submit the prices again immediately after the first Bid Opening. In this
case, Bidders shall be requested to submit the Form of Bid only. The Form of Bid will
be prepared by JICA and distributed to each of the Bidders before the second tender.
The representative of each Bidder who attends the Bid Opening shall, therefore, be
duly authorized by his firm or company to submit the bids for these second offers, as
provided in Clause 4-1 (b).
f.

In the second tendering, the Bidder who submits the lowest Bid Price within the
ceiling price set forth by JICA shall be designated as the prioritized negotiator for the
contract. In the event that the prioritized negotiator is rejected as a result of the
evaluation of the bid, JICA will invite the next lowest Bidder to enter negotiation for
the contract. This procedure will be followed until JICA reaches agreement with a
Bidder.

g. If the Bid Price in the second tendering are exceeding the ceiling price, the Bidder
submitting the lowest price on the second tender will be asked to enter into price
negotiation in the stage of the bid evaluation for price reduction into the ceiling price.
h. In case the negotiation with the lowest Bidders is not successful, the Client will invite
the next lowest Bidder to enter into price negotiation. This procedure will be followed
until JICA reaches agreement with the Bidder. When no Bidder reaches agreement in
this procedure, re-bidding may be considered.
i.

In case there are two or more bidders at the same price within the ceiling price, a
prioritized bid shall be determined by drawing of lots.

5.

EVALUATION OF BID AND AWARD OF CONTRACT

5.1

Evaluation of Bid
a. JICA will ascertain, examine and evaluate the bid to ensure that:
1)
2)
3)
4)

computations are free of material errors,


the submitted documents are substantially responsive to the Tender Documents,
documents have been properly signed, and
the tenders are otherwise generally in order.

b. If a bid does not substantially conform to the Technical Specifications, or contains


inadmissible reservation or otherwise not substantially responsive to the Tender
Documents, it shall be rejected.
c. JICA shall negotiate the contract with the bidder which submits a bid that satisfies all
the conditions in the Tender Documents with the lowest bid price, which is within the
ceiling price set forth by JICA.
5.2

Clarification or Alteration of Bid


In the examination, evaluation and comparison of the bids, JICA may, at its discretion,
ask any Bidder for a clarification of his bid. All responses to the requests for clarification
shall be in writing, and no change in the total price or the substance of the tender shall be
offered or permitted.

Page 9 of 12

Quick Impact Project (QIP) under the


Comprehensive Capacity Development Project for the Bangsamoro (CCDP-B)

5.3

Process to be Confidential
Information relating to the examination, clarification, and evaluation of tenders, and
recommendations for the award of the Contract shall not be disclosed to Bidders or any
other persons who are not officially concerned with such process until the Notice of
Award defined in Clause 5-5.

5.4

Contact with JICA


a. Except for the clarification of the bid as provided in this Clause 5-2, no Bidder shall
contact JICA on any matter related to the tender, from the time of the Bid Opening to
the time of the contract awarding.
b. Any effort by a Bidder to influence JICAs processing of bidding or award decisions
may result in the disqualification of the Bidder.

5.5

Notice of Award
a. The Bidder whose offer substantially conforms to the Technical Specifications and
other conditions of the Tender Documents, and who offers the lowest price within the
ceiling price, shall be designated as the successful Bidder.
b. After completion of evaluation of the bid, JICA shall issue a Notice of Award to the
successful Bidder within the period of validity of bid stated in Clause 3-4 hereof by
facsimile or registered letter.

5.6

Signing of Contract
a. At the same time that JICA notifies the successful Bidder that his bid has been
accepted, JICA will send the Bidder the Form of Contract provided in the Tender
Documents, incorporating all arrangements between the parties. The signing of the
contract is tentatively scheduled on February 20, 2015.
b. The following documents shall be considered as the integral part of the Contract:
1)
2)
3)
4)
5)
6)
7)
8)
9)

Contract Agreement
Bid Forms & BOQ of the successful Bidder
Conditions of Contract
Technical Specifications
Tender Drawings
Construction, Manpower & Equipment Utilization Schedules
Construction Methodology
Organizational Chart
Curriculum Vitae of Proposed Project Manager, Civil Engineer, Structural
Engineer, Architect, Site Engineer, and Foreman.
10) Cash Flow/Payment Schedule
11) Instructions to Bidders and such other documents intended to form the
Contract.
The documents of the Contract are to be taken as mutually explanatory of one
another. If an ambiguity or discrepancy is found in the documents, the interpretation
shall be done in accordance with the above-mentioned sequence of the priority.

Page 10 of 12

Quick Impact Project (QIP) under the


Comprehensive Capacity Development Project for the Bangsamoro (CCDP-B)

5.7

Performance Security
To guarantee the faithful performance of the Contractor under the Contract, he shall post,
up to Five (5) calendar days before the tentative scheduled signing of contract on
February 14, 2015, a Performance Security in the form of either Bank Guarantee
amounting to ten percent (10%) of the total contract price or in the form of Surety Bond
amounting to thirty percent (30%) of the total contract price.

This performance security shall be posted in favor of JICA and shall guarantee the
payment of the amount of the security as penalty in the event it is established that the
Contractor is in default of his obligation thereof.
In the execution of the performance security, the following conditions shall be complied
with:
1) It shall be executed in accordance with the form prescribed therefore.
2) It shall be at-least co-terminus with the final completion of the project.
3) The following provision shall form part of the performance security.
The right to institute action on the penal bond pursuant to Act No. 3688 of any
individual, firm, partnership, corporation, and association supplying the Contractor with
labor and material for the prosecution of the work is hereby acknowledged and
confirmed.
Subject to the conditions of the Contract, the performance security will be released by
JICA after the final acceptance, provided that there are no claims for labor and materials
filed against the Contractor.
5.8

Insurance
a. General
The Contractor shall not commence work under this Contract until he has obtained an
All Risks Insurance to be maintained continuously, proof (photocopy) of which
shall be submitted to JICA together with the performance bond when applicable, until
final acceptance of the work by JICA.
The required insurance(s) shall cover, among others:
1) Bodily injury P 100,000.00 for any one person and not exceeding P 500,000.00
per one accident, when such bodily injury does not cause the loss of life.
2) Property damage, other than that caused by operation of motor vehicles, including
injury to or destruction of wires, pipes and other similar property and appurtenant
apparatus; collapse or structural injury to any structure P 100,000.00 on
accountof one accident, and P500,000.00 on account of all accidents. This
coverage does not include structure and work done under this Contract.
3) In case the Contractor is a self-insurer, an employers liability of P 12,000.00 per
person in the work.
4) Builders risk in an amount equal to the value of all materials and equipment
provided/procured for the project.

Page 11 of 12

Quick Impact Project (QIP) under the


Comprehensive Capacity Development Project for the Bangsamoro (CCDP-B)

5) Insurance for goods in transit The full amount of all materials to be supplied
under this Contract shall be insured at all times against all risks incident to their
transit to the site. It is understood that the insurance shall include all risks from
Philippine Port of Entry, if imported, or place of departure, if locally procured, to
the site of the work. All such insurance shall be secured upon terms and
conditions with good commercial practices.

b. Scope of Insurance
The insurance required shall provide adequate protection for the Contractor and its
sub-contractors, respectively, against damage claims which may arise from operation
under this Contract, whether such operation is by the insured, or by anyone directly or
indirectly employed by it.
The Contractor shall be responsible in the processing of insurance claims and shall
not involve JICA in any activity or whatsoever regarding insurance claims.
5.9

Notice of the Result of Bid


JICA shall promptly notify the other Bidders in writing that their bids have been
unsuccessful upon receipt of the performance security from the successful Bidder.

5.10

Notice to Proceed
The Notice to Proceed for the project shall be issued upon signing of the contract between
the two parties.

6.

COMMON CONDITIONS

6.1

Safety Procedure
The Contractor shall:
1) comply with all applicable safety regulations;
2) ensure the safety of all persons entitled to be on the Site;
3) use reasonable efforts to keep the Site and the Work clear of unnecessary
obstructions so as to avoid danger to these persons; and,
4) provide lighting, guarding and watching of the Work until completion and turnover
of the Project.

6.2

Quality Assurance
a. The Contractor shall institute a quality assurance system to demonstrate compliance
with the requirements of the Contract. The system shall be in accordance with the
details stated in the Contract.
b. Compliance with the quality assurance system shall not relieve the Contractor of any
of his duties, obligations or responsibilities under the Contract.

6.3

Protection of the Environment


The Contractor shall take all reasonable steps to protect the environment (both on and off
the Site) and to limit damage and nuisance to people and property resulting from
pollution, noise and other results of his operations.

Page 12 of 12

Potrebbero piacerti anche