HIRING OF CONSULTANCY SERVICES TO CONDUCT …crk.clarkairport.com/files/26/Edited_Bid Docs - New...
Transcript of HIRING OF CONSULTANCY SERVICES TO CONDUCT …crk.clarkairport.com/files/26/Edited_Bid Docs - New...
1 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
CLARK INTERNATIONAL AIRPORT
CORPORATION Corporate Office Building, Civil Aviation Complex, Clark Freeport Zone, Pampanga
Telephone Nos. [+6345] 599-2888 | Fax Nos. [+6345] 599-2044 | http://www.clarkairport.com
BIDDING DOCUMENTS
REPUBLIC OF THE PHILIPPINES
HIRING OF CONSULTANCY SERVICES TO
CONDUCT DETAILED ENGINEERING
DESIGN AND CONSTRUCTION
MANAGEMENT FOR THE HORIZONTAL
INFRASTRUCTURE PROJECT (APRON,
TAXIWAY AND APRON/TAXIWAY
SHOULDERS) OF THE CLARK
INTERNATIONAL AIRPORT NEW
TERMINAL BUILDING PROJECT
(FORMERLY CLARK AIRPORT LOW
COST TERMINAL)
PART – I
2 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
TABLE OF CONTENTS
PART I
Section I. Request for Expression of Interest ................................................. 3
Section II. Eligibility Documents ..................................................................... 6
Section III. Eligibility Data Sheet .................................................................. 13
Section III. Bid Data Sheet .............................................................................. 46
Section IV. General Conditions of Contract ................................................... 53
Section V. Special Conditions of Contract ...................................................... 76
Section VI. Terms of Reference ....................................................................... 83
Section VII. Bidding Forms ........................................................................... 143
Section VIII. Appendices ............................................................................... 176
3 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Section I. Request for Expression of Interest
4 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
REQUEST FOR EXPRESSION OF INTEREST FOR
HIRING OF CONSULTANCY SERVICES TO CONDUCT DETAILED
ENGINEERING DESIGN AND CONSTRUCTION MANAGEMENT SERVICES FOR
THE HORIZONTAL INFRASTRUCTURE PROJECT (APRON, TAXIWAY, AND
APRON/TAXIWAY SHOULDERS) OF THE CLARK INTERNATIONAL AIRPORT
NEW TERMINAL BUILDING PROJECT
(FORMERLY CLARK AIRPORT LOW COST TERMINAL)
1. The Clark International Airport Corporation (CIAC), through the General Appropriations Act of
2015 intends to apply the sum of One Hundred Forty Two Million Three Hundred Eighty
Thousand Pesos (PhP142,380,000.00) being the Approved Budget for the Contract (ABC) to
payments under the contract: “Hiring of Consultancy Services to conduct Detailed
Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark
International Airport New Terminal Building Project (formerly Clark Airport Low
Cost Terminal).” Bids received in excess of the ABC shall be automatically rejected at the
opening of the financial proposals.
2. The CIAC now calls for the submission of eligibility documents for the project: “Hiring of
Consultancy Services to conduct Detailed Engineering Design and Construction
Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and
Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal).” Eligibility documents of interested
consultants must be duly received by the BAC Secretariat on or before 31 May 2017
(Wednesday), 10:00 AM at the Records Management Office (RMO), CIAC Corporate
Office Building, Civil Aviation Complex, Clark Freeport Zone. Applications for eligibility
will be evaluated based on a non-discretionary “pass/fail” criterion.
3. Interested bidders may obtain further information from BAC Secretariat Office and inspect the
Bidding Documents at the address given below during office hours.
4. A complete set of Bidding Documents may be acquired by interested Bidders on 23 May 2017
until the deadline set for the Submission of Bids from the address below and upon payment
of the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the
GPPB, in the amount of Fifty Thousand Pesos (PhP50,000.00).
5. 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 applicable fee for the Bidding Documents not later than the
submission of their bids.
6. The BAC shall draw up the short list of consultants from those who have submitted Expression
of Interest, including the eligibility documents, and have been determined as eligible in
accordance with the provisions of Republic Act 9184 (RA 9184), otherwise known as the
“Government Procurement Reform Act”, and its Implementing Rules and Regulations (IRR).
7. The short list shall consist of seven (7) prospective bidders who will be entitled to submit bids.
Each eligible consultant shall be rated based on the following criteria:
a. Applicable experience of the consultant and associates in case of joint
ventures - 40%
5 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
b. Qualification of principal and key staff of the consultant who may be
assigned to the job vis-à-vis extent and complexity of the undertaking -
40%
c. Current workload relative to capacity - 20%
8. Bidding will be conducted through open competitive bidding procedures using non-
discretionary “pass/fail” criterion as specified in the IRR of RA 9184.
9. Bidding is open to all interested bidders, whether local or foreign, subject to the conditions for
eligibility provided in the IRR of RA 9184.
10. The CIAC shall evaluate bids using the Quality-Cost Based Evaluation/Selection
(QCBE/QCBS), Fixed Budget Selection, or Least-Cost Selection procedure. The financial
and technical proposals shall be given corresponding weights with the financial proposal
given a minimum weight of forty percent (40%) up to a maximum of eighty percent (80%).
The weight of the technical proposal shall be given a minimum weight of ten percent (10%)
up to a maximum of twenty percent (20%) accordingly such that their total weight in
percent together with the weight given to the financial proposal shall add to one hundred
percent (100%). The BAC shall rank the consultants in descending order based on the
combined numerical ratings of their technical and financial proposals and identify the
Highest Rated Bid.
11. The contract shall be completed within eight (8) months from receipt of Notice to Proceed.
12. The CIAC reserves the right to reject any and all bids, declare a failure of bidding, or not
award the contract at any time prior to contract award in accordance with Section 41 of RA
9184 and its IRR, without thereby incurring any liability to the affected bidder or bidders.
For further information, please refer to:
Address & Contact Information:
ATTY. ANA MARIA RIVERA-SUBA
Office of the BAC Secretariat, Clark International Airport Corporation
CIAC Annex Building, Clark Civil Aviation Complex, Clark Freeport Zone
Philippines 2023
Telephone Nos.: [+6345] 599-2888 local 183 | Fax Nos.: [+6345] 599-2888 local 181
E-mail Address: [email protected] |
Web Address: http://www.clarkairport.com
ATTY. JOSEP JEPRI M. MIRANDA
CIAC-BAC Chairman
6 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Section II. Eligibility Documents
7 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
1. Eligibility Criteria
1.1 The following persons/entities shall be allowed to participate in the bidding for
Consulting Services:
(a) Duly licensed Filipino citizens/sole proprietorships;
(b) Partnerships duly organized under the laws of the Philippines and of
which at least sixty percent (60%) of the interest belongs to citizens of
the Philippines;
(c) Corporations duly organized under the laws of the Philippines and of
which at least sixty percent (60%) of the outstanding capital stock
belongs to citizens of the Philippines;
(d) Cooperatives duly organized under the laws of the Philippines; or
(e) Persons/entities forming themselves into a joint venture, 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
Filipino ownership or interest thereof shall be at least sixty percent
(60%). 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.
1.2 When the types and fields of Consulting Services involve the practice of
professions regulated by law, those who will actually perform the services
shall be Filipino citizens and registered professionals authorized by the
appropriate regulatory body to practice those professions and allied
professions specified in the EDS.
1.3 If the Request for Expression of Interest allows participation of foreign
consultants, prospective foreign bidders may be eligible subject to the
conditions stated in the EDS.
1.4 Government owned or –controlled corporations (GOCCs) 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 attached
agencies of the Procuring Entity.
2. Eligibility Requirements
2.1. The following eligibility requirements, together with the Eligibility
Documents Submission Form, shall be submitted on or before the date of the
eligibility check specified in the Request for Expression of Interest and Clause
5 for purposes of determining eligibility of prospective bidders:
(a) Class “A” Documents –
Legal Documents
8 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
(i) PhilGEPS Certificate of Registration and Membership in
accordance with Section 8.5.2 of the IRR, except for foreign
bidders participating in the procurement by a Philippine
Foreign Service Office or Post, which shall submit their
eligibility documents under Section 24.1 of the IRR, provided,
that the winning Consultant shall register with PhilGEPS in
accordance with Section 37.1.4 of the IRR;
Technical Documents
(ii) Statement of the prospective bidder of all its ongoing and
completed government and private contracts, including
contracts awarded but not yet started, if any, whether similar or
not similar in nature and complexity to the contract to be bid,
within the relevant period provided in the EDS. The statement
shall include, for each contract, the following:
(ii.1) the name and location of the contract;
(ii.2) date of award of the contract;
(ii.3) type and brief description of consulting services;
(ii.4) consultant’s role (whether main consultant,
subconsultant, or partner in a JV)
(ii.5) amount of contract;
(ii.6) contract duration; and
(ii.7) certificate of satisfactory completion or equivalent
document specified in the EDS issued by the client, in
the case of a completed contract;
(iii) Statement of the consultant specifying its nationality and
confirming that those who will actually perform the service are
registered professionals authorized by the appropriate
regulatory body to practice those professions and allied
professions in accordance with Clause 1.2, including their
respective curriculum vitae.
(b) Class “B” Document –
If applicable, the Joint Venture Agreement (JVA) in case the joint
venture is already in existence, or duly notarized statements from all
the potential joint venture partners in accordance with Section 24.1(b)
of the IRR of RA 9184.
2.2. The eligibility requirements or statements, the bids, and all other documents to
be submitted to the BAC must be in English. If the eligibility requirements or
statements, the bids, and all other documents submitted to the BAC are in
foreign language other than English, it must be accompanied by a translation
9 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
of the documents in English. The documents shall be translated by the relevant
foreign government agency, the foreign government agency authorized to
translate documents, or a registered translator in the foreign bidder’s country;
and shall be authenticated by the appropriate Philippine foreign service
establishment/post or the equivalent office having jurisdiction over the foreign
bidder’s affairs in the Philippines. The English translation shall govern, for
purposes of interpretation of the bid.
2.3. Prospective bidders may obtain a full range of expertise by associating with
individual consultant(s) and/or other consultants or entities through a JV or
subcontracting arrangements, as appropriate. However, subconsultants may
only participate in the bid of one short listed consultant. Foreign Consultants
shall seek the participation of Filipino Consultants by entering into a JV with,
or subcontracting part of the project to, Filipino Consultants.
3. Format and Signing of Eligibility Documents
3.1. Prospective bidders shall submit their eligibility documents through their duly
authorized representative on or before the deadline specified in Clause 5.
3.2. Prospective bidders shall prepare an original and copies of the eligibility
documents. In the event of any discrepancy between the original and the
copies, the original shall prevail.
3.3. The Eligibility Documents Submission Form shall be signed by the duly
authorized representative/s of the Bidder. Failure to do so shall be a ground for
the rejection of the eligibility documents.
3.4. Any interlineations, erasures, or overwriting shall be valid only if they are
signed or initialed by the duly authorized representative/s of the prospective
bidder.
4. Sealing and Marking of Eligibility Documents
4.1. Prospective bidders shall enclose their original eligibility documents described
in Clause 2.1, in a sealed envelope marked “ORIGINAL – ELIGIBILITY
DOCUMENTS”. Each copy thereof shall be similarly sealed duly marking
the envelopes as “COPY NO. ___ - ELIGIBILITY DOCUMENTS”. These
envelopes containing the original and the copies shall then be enclosed in one
single envelope.
4.2. The original and the number of copies of the eligibility documents as indicated
in the EDS shall be typed or written in ink and shall be signed by the
prospective bidder or its duly authorized representative/s.
4.3. All envelopes shall:
(a) contain the name of the contract to be bid in capital letters;
(b) bear the name and address of the prospective bidder in capital letters;
10 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
(c) be addressed to the Procuring Entity’s BAC specified in the EDS;
(d) bear the specific identification of this Project indicated in the EDS; and
(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for the
opening of eligibility documents, in accordance with Clause 5.
4.4 Eligibility documents that are not properly sealed and marked, as required in
the bidding documents, shall not be rejected, but the bidder or its duly
authorized representative shall acknowledge such condition of the documents
as submitted. The BAC shall assume no responsibility for the misplacement of
the contents of the improperly sealed or marked eligibility documents, or for
its premature opening.
5. Deadline for Submission of Eligibility Documents
Eligibility documents must be received by the Procuring Entity’s BAC at the address
and on or before the date and time indicated in the Request for Expression of Interest
and the EDS.
6. Late Submission of Eligibility Documents
Any eligibility documents submitted after the deadline for submission and receipt
prescribed in Clause 5 shall be declared “Late” and shall not be accepted by the
Procuring Entity. The BAC shall record in the minutes of submission and opening of
eligibility documents, the Bidder’s name, its representative and the time the eligibility
documents were submitted late.
7. Modification and Withdrawal of Eligibility Documents
7.1. The prospective bidder may modify its eligibility documents after it has been
submitted; provided that the modification is received by the Procuring Entity
prior to the deadline specified in Clause 5. The prospective bidder shall not be
allowed to retrieve its original eligibility documents, but shall be allowed to
submit another set equally sealed, properly identified, linked to its original bid
marked as “ELIGIBILITY MODIFICATION” and stamped “received” by the
BAC. Modifications received after the applicable deadline shall not be
considered and shall be returned to the prospective bidder unopened.
7.2. A prospective bidder may, through a letter of withdrawal, withdraw its
eligibility documents 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 eligibility
documents.
7.3. Eligibility documents requested to be withdrawn in accordance with this
Clause shall be returned unopened to the prospective bidder concerned. A
prospective bidder that withdraws its eligibility documents shall not be
permitted to submit another set, directly or indirectly, for the same project. A
prospective bidder that acquired the eligibility documents may also express its
intention not to participate in the bidding through a letter which should reach
11 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
and be stamped by the BAC before the deadline for submission and receipt of
eligibility documents.
8. Opening and Preliminary Examination of Eligibility Documents
8.1. The BAC will open the envelopes containing the eligibility documents in the
presence of the prospective bidders’ representatives who choose to attend, at
the time, on the date, and at the place specified in the EDS. The prospective
bidders’ representatives who are present shall sign a register evidencing their
attendance.
In case the submitted eligibility envelopes cannot be opened as scheduled due
to justifiable reasons, the BAC shall take custody of the said envelopes and
reschedule the opening on the next working day or at the soonest possible time
through the issuance of a Notice of Postponement to be posted in the
PhilGEPS website and the website of the Procuring Entity concerned.
8.2. Letters of withdrawal shall be read out and recorded during the opening of
eligibility documents and the envelope containing the corresponding
withdrawn eligibility documents shall be returned unopened to the
withdrawing prospective bidder.
8.3. The eligibility documents envelopes and modifications, if any, shall be opened
one at a time, and the following read out and recorded:
(a) the name of the prospective bidder;
(b) whether there is a modification or substitution; and
(c) the presence or absence of each document comprising the eligibility
documents vis-à-vis a checklist of the required documents.
8.4. The eligibility of each prospective bidder shall be determined by examining
each bidder’s eligibility requirements or statements against a checklist of
requirements, using non-discretionary “pass/fail” criterion, as stated in the
Request for Expression of Interest, and shall be determined as either “eligible”
or “ineligible.” If a prospective bidder submits the specific eligibility
document required, he shall be rated “passed” for that particular requirement.
In this regard, failure to submit a requirement, or an incomplete or patently
insufficient submission, shall be considered “failed” for the particular
eligibility requirement concerned. If a prospective bidder is rated “passed” for
all the eligibility requirements, he shall be considered eligible to participate in
the bidding, and the BAC shall mark the set of eligibility documents of the
prospective bidder concerned as “eligible.” If a prospective bidder is rated
“failed” in any of the eligibility requirements, he shall be considered ineligible
to participate in the bidding, and the BAC shall mark the set of eligibility
documents of the prospective bidder concerned as “ineligible.” In either case,
the BAC chairperson or his duly designated authority shall countersign the
markings.
12 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
9. Short Listing of Consultants
9.1. Only prospective bidders whose submitted contracts are similar in nature and
complexity to the contract to be bid as provided in the EDS shall be
considered for short listing.
9.2. The BAC shall draw up the short list of prospective bidders from those
declared eligible using the detailed set of criteria and rating system to be used
specified in the EDS.
9.3. Short listed consultants shall be invited to participate in the bidding for this
project through a Notice of Eligibility and Short Listing issued by the BAC.
10. Protest Mechanism
Decision of the Procuring Entity at any stage of the procurement process may be
questioned in accordance with Section 55 of the IRR of RA 9184.
13 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Section III. Eligibility Data Sheet
14 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Eligibility Data Sheet Eligibility
Documents
1.2 The consultant shall conduct Hiring of Consultancy Services to conduct
Detailed Engineering Design and Construction Management Services for the
Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway
Shoulders) of the Clark International Airport New Terminal Building
Projects (formerly Clark Airport Low Cost Terminal).
1.3 No further instructions.
(i) No additional Requirements.
2.1(a)(ii) The statement of all ongoing and completed government and private contracts
shall include all such contracts within ten (10) years prior to the deadline for the
submission and receipt of eligibility documents.
2.1(a)(ii.7) Any of the following:
a. Certificate of satisfactory completion
b. Notice of Award
c. Contracts
d. Any equivalent documents
4.2 Each prospective bidder shall submit one (1) original and two (2) copies of its
eligibility documents.
(e) CIAC Bids and Awards Committee
Office of the BAC Secretariat,
CIAC Annex Bldg., Civil Aviation Complex, Clark Freeport Zone,
Pampanga, Philippines 2023
(f) Hiring of Consultancy Services to conduct Detailed Engineering Design and
Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International
Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal) 5 The address for submission of eligibility documents is at the Records
Management Office (RMO), CIAC Corporate Office Building, Civil
Aviation Complex, Clark Freeport Zone.
The deadline for submission of eligibility documents is on 31 May 2017
(Wednesday), 10:00 AM.
8.1 The place of opening of eligibility documents is CIAC Board Room, Corporate
Office Bldg., Civil Aviation Complex, Clark Freeport Zone, Pampanga,
Philippines 2013
The date and time of opening of eligibility documents is 31 May 2017
(Wednesday), 10:15 AM.
9.1 No further instructions.
9.2 Each eligible consultant shall be rated based on the following criteria:
d. Applicable experience of the consultant and associates in case of joint
ventures - 40%
e. Qualification of principal and key staff of the consultant who may be
assigned to the job vis-à-vis extent and complexity of the undertaking -
40%
f. Current workload relative to capacity - 20%
15 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
TABLE OF CONTENTS
SECTION I. NOTICE OF ELIGIBILITY AND SHORTLISTING………16
SECTION II. INSTRUCTIONS TO BIDDERS…………………………. . 19
SECTION III. BID DATA SHEET ............................................................... 46
SECTION IV. GENERAL CONDITIONS OF CONTRACT .................... 53
SECTION V. SPECIAL CONDITIONS OF CONTRACT ........................ 78
SECTION VI. TERMS OF REFERENCE ................................................... 83
SECTION VII. BIDDING FORMS ............................................................. 147
SECTION VIII. APPENDICES ................................................................... 176
16 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the
Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New
Terminal Building Project (formerly Clark Airport Low Cost Terminal)
Section I. Notice of Eligibility and
Short Listing
17 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
[Insert Date]
[Name and Address of Short Listed Consultant]
Dear [Addressee]:
1. The Clark International Airport Corporation (hereinafter called “Procuring Entity”
has received financing (hereinafter called “funds”) from the Department of
Transportation (DOTr) Budget– General Appropriation Act ( G A A ) CY 2015
(hereinafter called the “Funding Source”) toward the cost of Project. The
Procuring Entity intends to apply a portion of the funds in the amount One
Hundred Forty Two Million Three Hundred Eighty Thousand Pesos
(PhP142,380,000.00) to eligible payments under the contract: Hiring of
Consultancy Services to conduct Detailed Engineering Design and
Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International
Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal) for which the Bidding Documents is issued. 2. The Procuring Entity now invites bids to provide the following Consulting
Services: on a) Review of the existing materials and preparation of the updated
conceptual design b) Detailed Architectural and Engineering design c)
Implementation Plan d) Tender Assistance and e) Construction, Supervision and
Management. More details on the services are provided in the Terms of Reference
(TOR) for the project. 3. The Consultant shall be selected and employed in accordance with Quality
Cost Based Evaluation/Selection (QCBE/QCBS) procedures as described in the
Bidding Documents. 4. This notice has been addressed to the following short listed consultants:
[Insert list of short listed consultants]
5. It is not permissible for you to transfer this invitation to any other consultant.
6. The Bidding Documents shall be available at the BAC Secretariat Office, CIAC
Annex Building, Civil Aviation Complex, Clark Freeport Zone, Pampanga,
Philippines 2023 during office hours (8:00 AM to 5:00 PM.) 7. The Clark International Airport Corporation will hold a Pre-Bid Conference on 19
June 2017 (Monday), 10:00 AM at CIAC Board Room, Corporate Office
Building, Civil Aviation Complex, Clark Freeport Zone, Pampanga, Philippines
2023, which shall be open only to all interested parties who have purchased the
Bidding Documents.
Yours sincerely,
Atty. Josep Jepri M. Miranda
Chairman, BAC
18 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
CLARK INTERNATIONAL AIRPORT CORPORATION Corporate Office Building, Civil Aviation Complex, Clark Freeport Zone, Pampanga Telephone Nos. [+6345]
599-2888 | Fax Nos. [+6345] 599-2044 | http://www.clarkairport.com
BIDDING DOCUMENTS
REPUBLIC OF THE PHILIPPINES
HIRING OF CONSULTANCY SERVICES TO
CONDUCT DETAILED ENGINEERING DESIGN
AND CONSTRUCTION MANAGEMENT
SERVICES FOR THE HORIZONTAL
INFRASTRUCTURE PROJECTS (APRON,
TAXIWAY AND APRON/TAXIWAY
SHOULDERS) OF THE CLARK
INTERNATIONAL AIRPORT NEW TERMINAL
BUILDING PROJECT (FORMERLY CLARK
AIRPORT LOW COST TERMINAL)
PART – II
19 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
Section II. Instructions to Bidders
20 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
General
1. Introduction
1.1 The Procuring Entity named in the Bid Data Sheet (BDS) shall select an
individual, sole proprietorship, partnership, corporation, or a joint venture (JV)
(hereinafter referred to as “Consultant”) from among those short listed, in
accordance with the evaluation procedure specified in the BDS.
1.2 The Procuring Entity has received financing (hereinafter called “funds”) from the
source indicated in the BDS (hereinafter called the “Funding Source”) toward the
cost of the Project named in the BDS. The Procuring Entity intends to apply a
portion or the whole of the funds to payments for this Project.
1.3 Consultants are invited to submit bids composed of a technical proposal and a
financial proposal for Consulting Services required for this Project described in
the BDS. Bids shall be the basis for contract negotiations and ultimately for a
signed contract with the selected Consultant.
1.4 If the BDS indicates that the Project will be completed in phases, each phase must
be completed to the Procuring Entity’s satisfaction prior to the commencement of
the next phase.
1.5 Consultants must familiarize themselves with local conditions and take them into
account in preparing their bids. To obtain firsthand information on the project and
on the local conditions, Consultants are encouraged to visit the Procuring Entity
before submitting a bid and to attend the pre-bid conference specified in ITB
Clause 7.
1.6 The Consultants’ costs of preparing their bids and negotiating the contract,
including a visit to the Procuring Entity, are not reimbursable as a direct cost of
the project.
1.7 Consultants shall not be under a declaration of ineligibility for corrupt, fraudulent,
collusive, or coercive practices issued by the Funding Source or the Procuring
Entity in accordance with ITB Clause 3.1.
2. Conflict of Interest
2.1 The Funding Source’s policy requires that Consultants provide professional,
objective, and impartial advice and at all times hold the Procuring Entity’s
interests paramount, without any consideration for future work, and strictly avoid
situations where a conflict of interest shall arise with their other projects or
their own interests. Consultants shall not be hired for any project that would
be in conflict with their prior or current obligations to other entities, or that may
place them in a position of not being able to carry out the Project in the best
interest of the Procuring Entity. Without limitation on the generality of
this rule, Consultants shall not be hired under the circumstances set forth below:
(a) If a Consultant combines the function of consulting with those of
contracting and/or supply of equipment;
21 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
(b) If a Consultant is associated with, affiliated to, or owned by a
contractor or a manufacturing firm with departments or design offices
offering services as consultants unless such Consultant includes
relevant information on such relationships along with a statement in
the Technical Proposal cover letter to the effect that the Consultant
shall limit its role to that of a consultant and disqualify itself and its
associates from work in any other capacity that may emerge from the
Project (including bidding for any part of the future project). The
contract with the Consultant selected to undertake the Project shall
contain an appropriate provision to such effect; or
(c) If there is a conflict among consulting projects, the Consultant
(including its personnel and subcontractors) and any subsidiaries or
entities controlled by such Consultant shall not be recruited for the
relevant project. The duties of the Consultant depend on the
circumstances of each case. While continuity of consulting services
may be appropriate in particular situations where no conflict exists, a
Consultant cannot be recruited to carry out a project that, by its nature,
shall result in conflict with a prior or current project of such
Consultant. Examples of the situations mentioned are when a
Consultant engaged to prepare engineering design for an infrastructure
project shall not be recruited to prepare an independent environmental
assessment for the same project; similarly, a Consultant assisting a
Procuring Entity in privatization of public assets shall not purchase,
nor advise purchasers, of such assets; or a Consultant hired to prepare
Terms of Reference (TOR) for a project shall not be recruited for the
project in question.
2.2 Consultants shall not be related to the Head of the Procuring Entity, members of
the BAC, the TWG, and the BAC Secretariat, the head of the PMO or the end-user
unit, and the project consultants, by consanguinity or affinity up to the third civil
degree. The prohibition shall apply as follows:
(a) If the Consultant is an individual or sole proprietorship, then to
himself;
(b) If the Consultant is a partnership, then to all its officers and members;
(c) If the Consultant is a corporation, then to all its officers, directors and
controlling stockholders; or
(d) If the Consultant is a JV, the provisions of items (a), (b), or (c) of this
Section shall correspondingly apply to each of the members of the said
joint venture, as may be appropriate.
Relationship of the nature described above or a failure to comply with the
provisions of this clause will result in the rejection of the Consultant’s bid.
2.3. Subject to the provisions of ITB Clause 2, any previous or ongoing participation
by the Consultant, its professional staff, or its affiliates or associates under a
contract with the Funding Source or the Procuring Entity in relation to this
22 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
Project may result in the rejection of its bid. Consultants should clarify
their situation in that respect with the Procuring Entity before preparing its bid.
2.4 Failure by a Consultant to fully disclose potential conflict of interest at the time
of Bid submission, or at a later date in the event that the potential conflict
arises after such date, shall result in the Procuring Entity and/or the Funding
Source seeking the imposition of the maximum administrative, civil and
criminal penalties up to and including imprisonment.
2.5 Consultants are discouraged to include officials and employees of the
Government of the Philippines (GOP) as part of its personnel. Participation of
officials and employees of the GOP in the Project shall be subject to existing
rules and regulations of the Civil Service Commission.
2.6 Fairness and transparency in the selection process require that Consultants do
not derive unfair competitive advantage from having provided consulting
services related to the Project in question. To this end, the Procuring Entity
shall make available to all the short listed consultants together with the Bidding
Documents all information that would in that respect give each Consultant a
competitive advantage.
3. Corrupt, Fraudulent, Collusive, and Coercive Practices
3.1 The Procuring Entity as well as the Consultants shall observe the highest
standard of ethics during the procurement and execution of the contract. In
pursuance of this policy, the Procuring Entity:
(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 GoP, 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.
23 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
(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 any of the practices mentioned in this Clause for
purposes of competing for the contract.
3.2 Further, the Procuring Entity will seek to impose the maximum civil,
administrative, and/or criminal penalties available under 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 Consultant in the bidding
for and performance of a contract themselves or through independent
auditors as reflected in the GCC Clause 51.
4. Consultant’s Responsibilities
4.1 The Consultant or its duly authorized representative shall submit a sworn
statement in the form prescribed in Section VII. Bidding Forms required in
ITB Clause 10.2(d)1.1(d).
4.2 The Consultant 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;
24 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
(c) Having made an estimate of the facilities available and needed for this
Project, if any;
(d) Having complied with its responsibility to inquire or secure Supplemental/Bid
Bulletin/s as provided under ITB Clause 8.4.
(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 to participate, submit the bid, and to sign and execute the
ensuing contract, accompanied by the duly notarized Special Power of
Attorney, Board/Partnership Resolution, or Secretary’s Certificate, whichever
is applicable;
(i) Complying with the disclosure provision under Section 47 of RA 9184 and its
IRR in relation to other provisions of Republic Act 3019;
(j) Complying with existing labor laws and standards, in the case of procurement
of services. Moreover, bidder undertakes to:
(i) Ensure the entitlement of workers to wages, hours of work, safety and
health and other prevailing conditions of work as established by national
laws, rules and regulations; or collective bargaining agreement; or
arbitration award, if and when applicable.
In case there is a finding by the Procuring Entity or the DOLE of
underpayment or non-payment of workers’ wage and wage-related
benefits, bidder agrees that the performance security or portion of the
contract amount shall be withheld in favor of the complaining workers
pursuant to appropriate provisions of Republic Act No. 9184 without
prejudice to the institution of appropriate actions under the Labor Code,
as amended, and other social legislations.
(ii) Comply with occupational safety and health standards and to correct
deficiencies, if any. In case of imminent danger, injury or death of the
worker, bidder undertakes to suspend contract implementation pending
clearance to proceed from the DOLE Regional Office and to comply
with Work Stoppage Order; and
(iii) Inform the workers of their conditions of work, labor clauses under the
contract specifying wages, hours of work and other benefits under
25 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
prevailing national laws, rules and regulations; or collective bargaining
agreement; or arbitration award, if and when applicable, through posting
in two (2) conspicuous places in the establishment’s premises; and
(k) Ensuring that it did not give or pay, directly or indirectly, any commission,
amount, fee, or any form of compensation, pecuniary or otherwise, to any
person or official, personnel or representative of the government in relation to
any procurement project or activity.
Failure to observe any of the above responsibilities shall be at the risk of the
Consultant concerned.
4.3 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.
4.4 The Procuring Entity shall not assume any responsibility regarding erroneous
interpretations or conclusions by the Consultant out of the data furnished by the
Procuring Entity. However, the Procuring Entity shall ensure that all information
in the Bidding Documents, including supplemental/bid bulletins issued are correct
and consistent.
4.5 Before submitting their bids, the Consultants are deemed to have become familiar
with all existing laws, decrees, ordinances, acts and regulations of the GoP which
may affect the contract in any way.
4.6 The Consultant 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.
4.7 Consultants should note that the Procuring Entity will only accept bids from those
that have paid the applicable fee for the Bidding Documents at the office indicated
in the Request for Expression of Interest.
5. Origin of Associated Goods
Unless otherwise indicated in the BDS, there is no restriction on the origin of Goods other
than those prohibited by a decision of the United Nations Security Council taken under
Chapter VII of the Charter of the United Nations.
6. Subcontracts
6.1 Unless otherwise specified in the BDS, the Consultant may subcontract portions
of the Consulting Services to an extent as may be approved by the Procuring
Entity and stated in the BDS. However, subcontracting of any portion shall not
26 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
relieve the Consultant from any liability or obligation that may arise from the
contract for this Project.
6.2 Subconsultant must comply with the eligibility criteria and the documentary
requirements specified in the BDS. In the event that any subconsultant is found by
the Procuring Entity to be ineligible, the subcontracting of such portion of the
Consulting Services shall be disallowed.
6.3 The Consultant may identify the subconsultant to whom a portion of the
Consulting Services will be subcontracted at any stage of the bidding process or
during contract implementation. If the Consultant opts to disclose the name of
the subconsultant during bid submission, the Consultant shall include the required
documents as part of the technical component of its bid. A subconsultant that is
identified by the Consultant during contract implementation must comply with the
eligibility criteria and documentary requirements and secure approval of the
Procuring Entity.
B. Contents of Bidding Documents
7. Pre-Bid Conference
7.1 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 Consultants’ questions on the
technical and financial components of this Project.
7.2 The pre-bid conference shall be held at least twelve (12) calendar days before the
deadline for the submission and receipt of bids, but not earlier than seven (7)
calendar days from the determination of the shortlisted consultants. 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.
7.3 Consultants are encouraged to attend the pre-bid conference to ensure that they
fully understand the Procuring Entity’s requirements. Non-attendance of the
Consultant will in no way prejudice its bid; however, the Consultant 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 Bulleting. The
minutes of the pre-bid conference shall be recorded and prepared not later than
five (5) calendar days after the pre-bid conference. The minutes shall be made
available to prospective bidders not later than five (5) days upon written request.
7.4 Decisions of the BAC amending any provision of the bidding documents shall be
issued in writing through a Supplemental/Bid Bulletin at least seven (7) calendar
days before the deadline for the submission and receipt of bids.
8. Clarifications and Amendments to Bidding Documents
8.1 Shortlisted consultants may request for clarification(s) on and/or an interpretation
of any part of the Bidding Documents. Such a request must be in writing and
27 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
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.
8.2 The BAC shall respond to the said request by issuing a Supplemental/Bid Bulletin
to be made available to all those who have properly secured the Bidding
Documents at least seven (7) calendar days before the deadline for the submission
and receipt of Bids.
8.3 Supplemental/Bid Bulletins may also 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.
8.4 Any Supplemental/Bid Bulletin issued by the BAC shall also be posted in the
PhilGEPS and the website of the Procuring Entity concerned, if available and at
any conspicuous place in the premises of the Procuring Entity concerned. It shall
be the responsibility of all Consultants who have properly secured the Bidding
Documents to inquire and secure Supplemental/Bid Bulletins that may be issued
by the BAC. However, Consultants 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 20.
C. Preparation of Bids
9. Language of Bids
The eligibility requirements or statements, the bids, and all other documents to be
submitted to the BAC must be in English. If the eligibility requirements or statements, the
bids, and all other documents submitted to the BAC are in foreign language other than
English, it must be accompanied by a translation of the documents in English. The
documents shall be translated by the relevant foreign government agency, the foreign
government agency authorized to translate documents, or a registered translator in the
foreign bidder’s country; and shall be authenticated by the appropriate Philippine foreign
service establishment/post or the equivalent office having jurisdiction over the foreign
bidder’s affairs in the Philippines. The English translation shall govern, for purposes of
interpretation of the bid.
10. Documents Comprising the Bid: Technical Proposal
10.1 While preparing the Technical Proposal, Consultants must give particular
attention to the following:
(a) The Technical Proposal shall not include any financial information. Any
Technical Proposal containing financial information shall be declared non-
responsive.
(b) For projects on a staff-time basis, the estimated number of professional staff-
months specified in the BDS shall be complied with. Bids shall, however, be
based on the number of professional staff-months estimated by the Consultant
28 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
(c) Proposed professional staff must, at a minimum, have the experience indicated in
the BDS, preferably working under conditions similar to those prevailing in the
Republic of the Philippines.
(d) No alternative professional staff shall be proposed, and only one Curriculum
Vitae (CV) may be submitted for each position.
10.2 The Technical Proposal shall contain the following information/documents:
(a) Technical Proposal Submission Form shall be the cover letter of the Technical
Proposal, using the form prescribed in Section VII. Bidding Forms (TPF 1).
(b) Bid security as prescribed in ITB Clause 15. If the bidder opts to submit the bid
security in the form of:
(i) 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
(ii) a surety bond accompanied by a certification coming from the Insurance
Commission that the surety or insurance company is authorized to issue such
instrument.
(c) Information indicated in the paragraphs below must be provided by the Consultant
and each partner and/or subconsultant, if any, following the formats described in
the Technical Proposal Forms:
(i) A brief description of the organization and outline of recent experience of the
Consultant and each partner and/or subconsultant on projects of a similar and
related nature as required in form TPF 2. For each project, the outline should
indicate inter alia, the project, contract amount and the Consultant’s
involvement. Information should be provided only for those projects for
which the Consultant was legally contracted by itself or as one of the major
participating consultants within an association. Whenever applicable, the
experience of individual experts from projects completed independently or
when associated with consultants other than the one with whom the individual
is currently associated with cannot be claimed as the experience of the current
consultant or any one of its partners and/or subconsultants, but can be claimed
by the individuals themselves in their CVs. Consultants should be prepared to
substantiate the claimed experience if so requested by the Procuring Entity.
(ii) Comments, if any, on the TOR (TPF 3. Comments and Suggestions of
Consultant on the Terms of Reference and on data, Services, and Facilities to
be Provided by the Procuring Entity) to improve performance in carrying out
the Project. Innovativeness shall be appreciated, including workable
suggestions that could improve the quality/effectiveness of the Project. In this
regard, unless the Consultant clearly states otherwise, it shall be assumed by
the Procuring Entity that work required to implement any such improvements,
are included in the inputs shown on the Consultant’s Staffing Schedule. It
shall include a list of facilities requested by the Consultant to be provided by
the Procuring Entity, if any, in addition to those shown on the Data Sheet that
29 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
may include support facilities such as: counterpart staff, office space, local
transportation, equipment, domestic administrative support, etc. that would be
needed to carry out the project.
(iii) A concise, complete, and logical description of how the Consultant’s team
shall carry out the services to meet all requirements of the TOR using TPF 4.
Description of the Methodology and Work Plan for Performing the Project.
(iv) An organization chart of the key and support staff indicating their tasks and
relationships amongst the Consultant and any partner and/or subconsultant, the
Procuring Entity, the Funding Source and the GoP, and other parties or
stakeholders, if any, involved in the project using TPF 5. Team Composition and
Task.
(v) The name, age, nationality, background employment record, and professional
experience of each nominated expert including ongoing projects, with particular
reference to the type of experience required for the tasks assigned should be
presented in the CV format shown in TPF 6. Format of Curriculum Vitae (CV) for
Proposed Professional Staff. Only one duly notarized CV for each consultant
involved in the Project may be submitted for each position.
(vi) The Procuring Entity requires that each expert confirm that the content of his/her
CV is correct and the experts themselves should sign the certification of the CV.
In addition, the expert should submit a signed written commitment stating that the
expert shall work for the Project once awarded the contract. A zero rating shall be
given to a nominated expert if the expert:
(vi.1) is proposed for a domestic position but is not a Filipino citizen;
(vi.2) failed to state nationality on the CV; or
(vi.3) the CV is not signed in accordance with paragraph (v) above.
(vii) A Time Schedule (TPF 7. Time Schedule for Professional Personnel) indicating
clearly the estimated duration in terms of person-months (shown separately for
work in the field and in the home office) and the proposed timing of each input for
each nominated expert, including domestic experts, if required, using the format
shown. The schedule shall also indicate when experts are working in the project
office and when they are working at locations away from the project office.
(viii) A work plan showing in graphical format (bar chart) the timing of major
activities, anticipated coordination meetings, and deliverables such as reports
required under the TOR using TPF 8. Activity (Work) Schedule.
(d) Sworn statement in accordance with Section 25.3 of the IRR of RA 9184 and
using the form prescribed in Section VII. Bidding Forms.
11. Documents Comprising the Bid: Financial Proposal
11.1 All information provided in a Consultant’s Financial Proposal shall be treated as
confidential. The Financial Proposal must be submitted in hard copy using the
format shown in Financial Proposal Forms.
30 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
11.2 The Financial Proposal requires completion of six (6) forms, particularly, FPF 1,
FPF 2, FPF 3, FPF 4, FPF 5, and FPF 6. Financial Proposal Submission Form
should form the covering letter of the Financial Proposal. Form FPF 2. Summary
of Costs, FPF 3. Breakdown of Price per Activity, FPF 4. Breakdown of
Renumeration per Activity, FPF 5. Reimbursables per Activity, and FPF 6.
Miscellaneous Expenses relate to the costs of consulting services under two
distinct categories, namely: (a) Remuneration; and (b) Reimbursable
Expenditures.
11.3 Remuneration is divided into billing rate estimates for international and domestic
consultants. Reimbursable Expenditures are divided into per diem rates for
international and domestic consultants and costs for other reimbursable
expenditure items required to perform the consulting services.
11.4 The list of experts, and their respective inputs, identified in Financial Proposal
Forms, must match the list of experts and their respective inputs shown in
Technical Proposal Forms.
11.5 The Consultant shall be subject to Philippine taxes on amounts payable by the
Procuring Entity under the contract through mandated withholding by local tax
authorities of specified percentages of such amounts or otherwise. The BDS
details the taxes payable.
11.6 The Financial Proposal should clearly estimate, as a separate amount, the local
taxes (including social security), duties, fees, levies, and other charges imposed
under the applicable law, on the Consultants, the subconsultants, and its personnel
(other than Philippine Nationals or permanent residents of the Philippines).
11.7 Unless otherwise provided in the BDS, total calculated bid prices, as evaluated
and corrected for minor arithmetical corrections, such as computational errors,
which exceed the approved budget for the contract (ABC) shall not be considered.
12. Alternative Bids
Consultants participating in more than one bid or associating with any other entity other
than those already provided in its eligibility documents and allowed by the Procuring
Entity shall be disqualified.
13. Bid Currencies
13.1 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.
13.2 If so allowed in accordance with ITB Clause 13.1, 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 Bangko Sentral ng Pilipinas (BSP) reference
rate bulletin on the day of the bid opening.
31 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
13.3 Unless otherwise specified in the BDS, payment of the contract price shall be
made in Philippine Pesos.
14. Bid Validity
14.1 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.
14.2 In exceptional circumstances, prior to the expiration of the bid validity period, the
Procuring Entity may request Consultants 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 15 should also be extended corresponding to the
extension of the bid validity period at the least. A Consultant may refuse the
request without forfeiting its bid security, but his bid shall no longer be considered
for further evaluation and award. A Consultant granting the request shall not be
required or permitted to modify its bid.
15. Bid Security
15.1 The Consultant shall submit a Bid Securing Declaration or any form of Bid
Security in an amount stated in the BDS, which shall be not less than the
percentage of the ABC in accordance with the following schedule:
Form of Bid Security
Amount of Bid Security
(Not less than the
Percentage of the ABC)
a) Cash or cashier’s/manager’s check issued
by a Universal or Commercial Bank.
For biddings conducted by LGUs, the
cashier’s/manager’s check may be issued
by other banks certified by the BSP as
authorized to issue such financial
instrument.
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.
For biddings conducted by LGUs, the Bank
Draft/ Guarantee, or irrevocable letter of
credit may be issued by other banks certified
by the BSP as authorized to issue such
financial instrument.
c) Surety bond callable upon demand issued
by a surety or insurance company duly
certified by the Insurance Commission as
Five percent (5%)
32 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
authorized to issue such security.
The Bid Securing Declaration mentioned above is an undertaking which states, among
others, that the bidder shall enter into contract with the Procuring Entity and furnish the
performance security required under ITB Clause 31, within ten (10) calendar days from
receipt of the Notice of Award, and commits to pay the corresponding amount as fine,
and be suspended for a period of time from being qualified to participate in any
government procurement activity in the event it violates any of the conditions stated
therein as provided in the guidelines issued by the GPPB.
15.2 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.
15.3 No bid securities shall be returned to the Consultants 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 request for
reconsideration and/or protest or lapse of the reglementary period without having
filed a request for reconsideration or protest. Without prejudice on its forfeiture,
bid securities shall be returned only after the bidder with the Highest Rated
Responsive Bid (HRRB) 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 15.2.
15.4 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 Consultant’s
bid security will be discharged, but in no case later than the bid security validity
period as indicated in ITB Clause 15.2.
15.5 The bid security may be forfeited:
(a) if a Consultant:
(i) withdraws its bid during the period of bid validity specified in ITB
Clause 15.2;
(ii) does not accept the correction of errors pursuant to ITB Clause 11.7;
(iii)has a finding against the veracity of the required documents submitted
in accordance with ITB Clause 27.2;
(iv) submission of eligibility requirements containing false information or
falsified documents;
(v) any 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;
33 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
(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 LCRB;
(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 Consultant:
(i) fails to sign the contract in accordance with ITB Clause 31;
(ii) fails to furnish performance security in accordance with ITB
Clause 32; or
(iii)any other reason stated in the BDS.
16. Format and Signing of Bids
16.1 Consultants shall submit their bids through their duly authorized representative
using the appropriate forms provided in Section VII. Bidding Forms on or before
the deadline specified in the ITB Clause 18 in two (2) separate sealed bid
envelopes, and which shall be submitted simultaneously. The first shall contain
the technical proposal and the second shall contain the financial proposal.
16.2 Forms as mentioned in ITB Clause 16.1 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.
16.3 The Consultant shall prepare an original of the first and second envelopes as
described in ITB Clauses 10 and 11. In addition, the Consultant 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.
16.4 Each and every page of the Technical Proposal Submission Form and the
Financial Proposal Submission Form under Section ___ hereof shall be signed by
the duly authorized representative/s of the Consultant. Failure to do so shall be a
ground for the rejection of the bid.
34 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
16.5 Any interlineations, erasures, or overwriting shall be valid only if they are signed
or initialed by the duly authorized representative/s of the Consultant.
17. Sealing and Marking of Bids
17.1 Unless otherwise indicated in the BDS, Consultants shall enclose their
original technical proposal described in ITB Clause 0, in one sealed
envelope marked “ORIGINAL - TECHNICAL PROPOSAL”, and the
original of their financial proposal in another sealed envelope marked
“ORIGINAL - FINANCIAL PROPOSAL”, sealing them all in an outer
envelope marked “ORIGINAL BID”.
17.2 Each copy of the first and second envelopes shall be similarly sealed duly
marking the inner envelopes as “COPY NO. ___ - TECHNICAL
PROPOSAL” and “COPY NO. ___ – FINANCIAL PROPOSAL” and the
outer envelope as “COPY NO. ___”, respectively. These envelopes
containing the original and the copies shall then be enclosed in one single
envelope.
17.3 The original and the number of copies of the bid as indicated in the BDS
shall be typed or written in ink and shall be signed by the bidder or its duly
authorized representative/s.
17.4 All envelopes shall:
(a) contain the name of the contract to be bid in capital letters;
(b) bear the name and address of the Consultant in capital letters;
(c) be addressed to the Procuring Entity’s BAC in accordance with ITB
Clause 18.1;
(d) bear the specific identification of this bidding process indicated in the
ITB Clause 1.2; and
(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for
the opening of bids, in accordance with ITB Clause 18.
17.5 Bid envelopes that are not properly sealed and marked, as required in the
bidding documents, shall not be rejected, but the bidder or its duly
authorized representative shall acknowledge such condition of the Bid as
submitted. The BAC or the Procuring Entity shall assume no responsibility
for the misplacement of the contents of the improperly sealed or marked
Bid, or for its premature opening.
D. Submission and Opening of Bids
18. 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.
35 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
19. Late Bids
Any bid submitted after the deadline for submission and receipt of bids prescribed
by the Procuring Entity, pursuant to ITB Clause 18, shall be declared “Late” and
shall not be accepted by the Procuring Entity. The BAC shall record in the
minutes of Bid submission and opening, the Consultant’s name, its representative
and the time the late bid was submitted.
20. Modification and Withdrawal of Bids
20.1 The Consultant 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 Consultant shall not be allowed to retrieve
its original bid, but shall be allowed to submit another bid equally sealed, properly
identified in accordance with ITB Clause 17.4, 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 Consultant unopened.
20.2 A Consultant 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. The letter of withdrawal must be executed by the
authorized representative of the Bidder identified in the Omnibus Sworn
Statement, a copy of which should be attached to the letter.
20.3 Bids requested to be withdrawn in accordance with ITB Clause 20.1 shall be
returned unopened to the Bidders. A Consultant, who has acquired the bidding
documents, 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 Consultant that withdraws its bid shall not be
permitted to submit another bid, directly or indirectly, for the same contract.
20.4.1 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 Consultant on the
Financial Bid Form. Withdrawal of a bid during this interval shall result in the
forfeiture of the Consultant’s bid security, pursuant to ITB Clause 15.5, and the
imposition of administrative, civil, and criminal sanctions as prescribed by R.A.
9184 and its IRR.
E. Evaluation and Comparison of Bids
21. Opening and Preliminary Examination of Bids
21.1 Only bids from short listed bidders shall be opened and considered for award of
contract. These short listed bidders, whether single entities or JVs, should
confirm in their Technical Proposal Submission Form that the information
contained in the submitted eligibility documents remains correct as of the date of
bid submission.
36 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
21.2 The BAC shall open the bids immediately after the deadline for the submission
and receipt of bids in public, as specified in the BDS. In case the bids
cannot be opened as scheduled due to justifiable reasons, the BAC shall take
custody of the bids submitted and reschedule the opening on the next working day
or at the soonest possible time through the issuance of a Bulletin to be posted at
the PhilGEPS website and the website of the Procuring Entity concerned.
21.3 To determine each bidder’s compliance with the documents prescribed in ITB
Clause 10, the BAC shall open the first envelope (Technical Proposal) and check
the submitted documents of each bidder in accordance with ITB Clause 10.2 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”.
21.4 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
Consultant unopened
21.5 All members of the BAC who are present during bid opening shall initial every
page of the original copies of all bids received and opened.
21.6 All technical envelopes shall be resealed. Those rated “passed” shall be secured
for the detailed technical bid evaluation, while those rated “failed” will be secured
for purposes of possible filing of a request for reconsideration unless the bidder
waives its right to file a request for reconsideration, in which case, the envelope
shall be returned to the bidder immediately.
21.7 The Procuring Entity shall prepare the minutes of the proceedings of the bid
opening that shall include, as a minimum: (a) names of Bidders, their bid price
(per lot, if applicable, and/or including discount, if any), bid security, findings of
preliminary examination, and whether there is a withdrawal or modification; and
(b) attendance sheet. The BAC members shall sign the abstract of bids as read.
22. Process to be Confidential
22.1 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 Consultant regarding the evaluation of their bids until the approval by
the HoPE of the ranking of shortlisted Consultants, unless otherwise allowed in
the BDS or in the case of ITB Clause 23.
22.2 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 Consultant’s bid.
23. Clarification of Bids
To assist in the evaluation, comparison and post-qualification of the bids, the Procuring
37 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
Entity may ask in writing any Consultant for a clarification of its bid. All responses to
requests for clarification shall be in writing. Any clarification submitted by a Consultant
in respect to its bid and that is not in response to a request by the Procuring Entity shall
not be considered.
24. Bid Evaluation
24.1 For the evaluation of bids, numerical ratings shall be used. In order to eliminate
bias in evaluating the Bids, it is recommended that the highest and lowest scores
for each Consultant for each criterion shall not be considered in determining the
average scores of the Consultants, except when the evaluation is conducted in a
collegial manner.
24.2 For complex or unique undertakings, such as those involving new
concepts/technology or financial advisory services, participating short listed
consultants may be required, at the option of the Procuring Entity concerned, to
make an oral presentation to be presented by each Consultant, or its nominated
Project Manager or head, in case of consulting firms, within fifteen (15) calendar
days after the deadline for submission of Technical Proposals.
24.3 The entire evaluation process, including the submission of the results thereof to
the HoPE for approval, shall be completed in not more than twenty-one (21)
calendar days after the deadline for receipt of bids. The bid with the highest rank
shall be identified as the Highest Rated Bid. The HoPE shall approve or
disapprove the recommendations of the BAC within two (2) calendar days after
receipt of the results of the evaluation from the BAC.
24.4 All participating short listed consultants shall be furnished the results (ranking and
total scores only) of the evaluation after the approval by the HoPE of the ranking.
Said results shall also be posted in the PhilGEPS and the website of the Procuring
Entity, if available, for a period of not less than seven (7) calendar days.
25. Evaluation of Technical Proposals
25.1 The BAC shall then conduct a detailed evaluation of technical bids following the
procedures specified in the BDS depending on the evaluation procedure identified
in the Request for Expression of Interest and ITB Clause 1.1.
25.2 The BAC evaluates the Technical Proposals on the basis of their compliance with
the requirements under ITB Clause 10 and responsiveness to the TOR using the
following criteria:
(a) Quality of personnel to be assigned to the Project which covers suitability of
key staff to perform the duties for the Project and general qualifications and
competence including education and training of the key staff;
(b) Experience and capability of the Consultant which include records of
previous engagement and quality of performance in similar and in other
projects; relationship with previous and current clients; and, overall work
commitments, geographical distribution of current/impending projects and
attention to be given by the consultant. The suitability of the Consultant to
38 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
the Project shall consider both the overall experiences of the firm and the
individual experiences of the principal and key staff including the times
when employed by other consultants; and
(c) Plan of approach and methodology with emphasis on the clarity, feasibility,
innovativeness and comprehensiveness of the plan approach, and the quality
of interpretation of project problems, risks, and suggested solutions.
25.3 The BAC shall assign numerical weights and the minimum required technical
score to each of the above criteria which shall be indicated in the BDS. A Bid
shall be rejected at this stage if it does not respond to important aspects of the
TOR or if it fails to achieve the minimum Technical Score (St) indicated in the
BDS.
25.4 Technical Proposals shall not be considered for evaluation in any of the following
cases:
(a) late submission, i.e., after the deadline set in the ITB Clause 18;
(b) failure to submit any of the technical requirements provided under this ITB
and TOR;
(c) the Consultant that submitted a Bid or any of its partner and/or
subconsultant belongs to one of the conflict of interest cases as described
in ITB Clauses 2.1(k) to (c) and failed to make a proper statement to that
effect in the cover letter; or
(d) the Technical Proposal included any cost of the services.
26 Opening and Evaluation of Financial Proposals
26.1 Financial Proposals shall be opened on the date indicated in the BDS.
26.2 The Financial Proposals opened shall be evaluated based on the evaluation
procedure indicated in ITB Clause 1.1 using the corresponding procedure
provided in the BDS.
27 Negotiations
27.1 Negotiations with the Consultant that submitted the Highest Rated Bid
shall be held at the address indicated in the BDS. The aim is to reach
agreement on all points.
27.2 Negotiations shall cover the following:
(a) Discussion and clarification of the TOR and Scope of Services;
(b) Discussion and finalization of the methodology and work program
proposed by the Consultant;
39 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
(c) Consideration of appropriateness of qualifications and pertinent
compensation, number of man-months and the personnel to be
assigned to the job, taking note of over-qualified personnel to be
commensurate with the compensation of personnel with the
appropriate qualifications, number of man-months and schedule of
activities (manning schedule);
(d) Discussion on the services, facilities and data, if any, to be
provided by Procuring Entity concerned;
(e) Unless otherwise indicated in the BDS, discussion on the Financial
Proposal submitted by the Consultant; and
(f) Provisions of the contract.
27.3 Having selected the Consultant on the basis of, among other things, an
evaluation of the proposed key professional staff, the Procuring Entity
expects to negotiate a contract on the basis of the experts named in the bid.
Before contract negotiations, the Procuring Entity shall require assurances
that the experts shall be actually available. The Procuring Entity shall not
consider substitutions during contract negotiations except for justifiable
reason as may be determined by the Procuring Entity, such as illness,
death, or resignation, unless both parties agree that undue delay in the
selection process makes such substitution unavoidable or that such
changes are critical to meet the objectives of the Project. If this is not the
case and if it is established that key staff were offered in the bid without
confirming their availability, the Consultant may be disqualified. Once
the contract has been awarded, no replacement shall be allowed until after
fifty percent (50%) of the personnel’s man-months have been served,
except for justifiable reasons as may be determined by the Procuring
Entity. Violators shall be fined an amount equal to the refund of the
replaced personnel’s basic rate, which should be at least fifty percent
(50%) of the total basic rate for the duration of the engagement.
27.4 Negotiations shall include a discussion of the technical proposal, the
proposed methodology (work plan), staffing and any suggestions made by
the Consultant to improve the TOR. The Procuring Entity and Consultant
shall then work out the final TOR, staffing, and bar charts indicating
activities, staff, periods in the field and in the home office, staff-months,
logistics, and reporting. The agreed work plan and final TOR shall then
be incorporated in Appendix I and form part of the contract. Special
attention shall be paid to getting the most the Consultant can offer within
the available budget and to clearly defining the inputs required from the
Procuring Entity to ensure satisfactory implementation of the Project.
27.5 The financial negotiations shall include a clarification of the Consultant’s
tax liability in the Philippines, if any, and the manner in which it shall be
reflected in the contract; and shall reflect the agreed technical
modifications in the cost of the services. The negotiations shall conclude
with a review of the draft form of the contract. To complete negotiations,
the Procuring Entity and the Consultant shall initial the agreed contract. If
40 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
negotiations fail, the Procuring Entity shall invite the Consultant whose
Bid received the second highest score to negotiate a contract. If
negotiations still fail, the Procuring Entity shall repeat the process for the
next-in-rank Consultant until the negotiation is successfully completed.
28 Post Qualification
28.1 The BAC shall determine to its satisfaction whether the Consultant that is
evaluated as having submitted the Highest Rated Bid (HRB) complies with
and is responsive to all the requirements and conditions specified in the
Eligibility Documents and ITB Clauses 10 and 11.
28.2 Within a non-extendible period of five (5) calendar days from receipt by
the Consultant of the notice from the BAC that it submitted the Highest
Rated Bid, the Consultant shall submit its latest income and business tax
returns filed and paid through the BIR Electronic Filing and Payment
System (EFPS) and other appropriate licenses and permits required by law
and stated in the BDS.
Failure to submit any of the post-qualification requirements on time, or a
finding against the veracity thereof, shall disqualify the bidder for award.
Provided, in the event that a finding against the veracity of any of the
documents submitted is made, it shall cause the forfeiture of the bid
security in accordance with Section 69 of the IRR of RA 9184.
28.3 The determination shall be based upon an examination of the documentary
evidence of the Consultant’s qualifications submitted pursuant to ITB
Clauses 10 and 11, as well as other information as the Procuring Entity
deems necessary and appropriate, using a non-discretionary “pass/fail”
criterion, which shall be completed within a period of twelve (12) calendar
days.
28.4 If the BAC determines that the Consultant with the Highest Rated Bid
passes all the criteria for post-qualification, it shall declare the said bid as
the Consultant with the HRRB, and recommend to the HoPE the award of
contract to the said Consultant 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 Consultant’s bid,
in which event the BAC shall proceed to the next Highest Rated Bid with a
fresh period to make a similar determination of that Consultant’s
capabilities to perform satisfactorily. If the second Consultant, however,
fails the post qualification, the procedure for post qualification shall be
repeated for the Consultant with the next Highest Rated Bid, and so on
until the HRRB is determined for recommendation of contract award.
28.6 Within a period not exceeding fifteen (15) calendar days from the
determination by the BAC of the HRRB and the recommendation to award
the contract, the HoPE or his duly authorized representative shall approve
or disapprove the said recommendation.
41 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
28.7 In the event of disapproval, which shall be based on valid, reasonable, and
justifiable grounds as provided for under Section 41 of the IRR of RA
9184, the HoPE shall notify the BAC and the Consultant in writing of such
decision and the grounds for it. When applicable, the BAC shall conduct
negotiations, and if successful, post-qualification of the Consultant with
the next Highest Rated Bid. A request for reconsideration may be filed by
the bidder with the HoPE in accordance with Section 37.1.3 of the IRR of
RA 9184.
29 Reservation Clause
29.1 Notwithstanding the eligibility, short listing, or post-qualification of a
Consultant, 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
Consultant, or that there has been a change in the Consultant’s capability
to undertake this 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 Consultant 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 Consultant 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 GoP 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 HoPE;
(ii) If the project is no longer necessary as determined by the HoPE;
and
42 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
(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 there is no
successful negotiation, or fail post-qualification; or
(d) The bidder with the HRRB refuses, without justifiable cause to
accept the award of contract, and no award is made in accordance
with Section 40 of the IRR of RA 9184.
F. Award of Contract
30. Contract Award
30.1 Subject to ITB Clause 28, the HoPE or its authorized representative shall
award the contract to the Bidder whose bid has been determined to be the
HRRB.
30.2 Prior to the expiration of the period of bid validity, the Procuring Entity
shall notify the successful Consultant in writing that its bid has been
accepted, through a Notice of Award duly received by the Consultant or
its authorized representative personally or by registered mail or
electronically, receipt of which must be confirmed in writing within two
(2) days by the Consultant with the HRRB 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 (10) calendar days from
receipt of the Notice of Award:
(i) Valid JVA, if applicable;
(ii) In the case of procurement by a Philippine Foreign Service Office
or Post, the PhilGEPS Registration Number of the winning foreign
consultant; and/or
(iii) SEC Certificate of Registration of the foreign consulting firm,
and/or the authorization or license issued by the appropriate GoP
professional regulatory body of the foreign professionals engaging
in the practice of regulated professions and allied professions,
where applicable.
(b) Posting of the performance security in accordance with ITB Clause 32;
43 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
(c) Signing of the contract as provided in ITB Clause 31; and
(d) Approval by higher authority, if required, as provided in Section 37.3 of
the IRR of RA 9184.
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 and 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:
(1) Contract Agreement;
(2) Bidding Documents;
(3) Winning bidder’s bid, including the Technical and Financial
Proposals, and all other documents/statements submitted (e.g., bidder’s
response to request for clarifications on the bid), including corrections
to the bid, if any, resulting from the Procuring Entity’s bid evaluation;
(4) Performance Security;
(5) Notice of Award of Contract; and
(6) Other contract documents that may be required by existing laws and/or
specified in the BDS.
32. Performance Security
32.1 Unless otherwise provided in the BDS, to guarantee the faithful performance by
the winning Consultant 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 not less than the percentage of the total
contract price in accordance with the following schedule:
44 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
Form of Performance Security
Amount of Performance Security
(Not less than the Percentage of
the Total Contract Price)
(a) Cash or cashier’s/manager’s check issued
by a Universal or Commercial Bank;
For biddings conducted by the LGUs, the
Cashier’s/Manager’s Check may be issued by
other banks certified by the BSP as authorized to
issue such financial instrument.
Five percent (5%)
(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;
and/or
For biddings conducted by the LGUs, the Bank
Draft/ Guarantee or Irrevocable Letter of Credit
may be issued by other banks certified by the
BSP as authorized to issue such financial
instrument.
(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.
Thirty percent (30%)
32.3 Failure of the successful Consultant 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 have a
fresh period to initiate negotiation and if successful, complete post-qualification of
the second Highest Rated Bid. The procedure shall be repeated until the HRRB is
identified and selected for recommendation of contract award. However if no
Consultant had a successful negotiation or passed post-qualification, the BAC
shall declare the bidding a failure and conduct a re-bidding with re-advertisement,
if necessary.
33. Notice to Proceed
33.1 Within seven (7) calendar days from the date of approval of the contract
by the appropriate government approving authority, the Procuring Entity
shall issue the Notice to Proceed together with copies of the approved
contract to the successful Consultant. All notices called for by the terms of
the contract shall be effective only at the time of receipt thereof by the
successful Consultant.
33.2 The contract effectivity date shall be the date of contract signing. The
Consultant shall commence performance of its obligations only upon
receipt of the Notice to Proceed.
45 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
34. Protest Mechanism
Decision of the Procuring Entity at any stage of the procurement process may be
questioned in accordance with Section 55 of the IRR of RA 9184.
46 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
Section III. Bid Data Sheet
47 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
Bid Data Sheet ITB Clause
1.1 The Procuring Entity is Clark International Airport Corporation
The evaluation procedure is Quality Cost Based Evaluation/Selection
(QCBE/QCBS)
QCBE/QCBS – (GOP) Technical and Financial Scores are combined to
determine the winner. ABC is stated and Financial Proposal above this
amount are rejected except in the case of (GOP), no ABC or cost estimate is
included in the Bidding Documents except for an estimate of the staff
months required to complete the Project
1.2 The Funding Source is:
The Government of the Philippines (GOP) through DOTr-GAA approved
budget CY2015.
The name of the project is Hiring of Consultancy Services to conduct
Detailed Engineering Design and Construction Management Services for
the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway
Shoulders) of the Clark International Airport New Terminal Building Pro
Services to Conduct Detailed Engineering and Design and Construction
Management for the Horizontal Infrastructure Projects at Clark International
Airport
1.3 This project consists five primary components needed by CIAC, among others but not limited to:
a. Review of the Existing Materials and Preparation of the Updated
Conceptual Design
b. Detailed Architectural and Engineering Design c. Implementation Plan
d. Tender Assistance
e. Construction, Supervision and Management
1.4 The Project shall be phased.
5 No further instructions.
6.1 No further instructions.
6.2 Not applicable.
7.1 The Procuring Entity will hold a Pre-bid Conference for this Project on 19 June 2017 (Monday), 10:00 AM at CIAC Board Room, Corporate
Office Bldg., Civil Aviation Complex, Clark Freeport Zone, Pampanga
2013. 8.1 The Procuring Entity’s address is: CIAC Annex Building, Civil Aviation Complex, Clark Freeport Zone,
Pampanga, Philippines 2013.
Contact Person: Atty, ANA MARIA R. SUBA – BAC Secretariat
Telephone Nos.: [+6345] 599-2888 local 183 |
Fax Nos.: [+6345] 599-2888 local 181
E-mail Address: [email protected]
10.1(b) Not applicable
48 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
10.1(c) The minimum required experience of proposed professional staff are:
a. The Project Manager shall be a qualified civil engineer or architect with at least
10 years professional experience in airport planning and engineering design, and
successful track record as project manager for at least two (2) airport projects
that involve either (1) detailed engineering design and tender assistance, or (2)
construction supervision and defects liability period supervision. He shall be
responsible for the overall conduct of the services and for providing the
professional expertise for formulating and conducting field investigation
programs. He shall be assigned full-time on the Project from the
commencement until completion and final acceptance of the Project.
b. The Deputy Project Manager/Sr. Civil Engineer shall be a qualified civil
engineer with at least 10 years’ experience in airport planning, design and/or
construction supervision/management. He shall be responsible in assisting the
Project Manager in supervising all the activities of the Project.
c. The Sr. Architect shall be a qualified architect and has at least 10 years’
experience in planning, design and/or construction supervision/management for
airport terminals and other transport facilities
d. The Sr. Structural Engineer shall be a qualified civil engineer (with Masters
Degree in Structural Engineering) with at least 10 years’ experience in structural
engineering design and/or construction supervision/management of vertical and
horizontal structures.
e. The Sr. Mechanical Engineer shall be a qualified mechanical engineer with at
least 10 years’ experience in planning, engineering design and/or installation
supervision of mechanical systems for vertical structures as well as air
conditioning systems including its environmental protection system.
f. The Sr. Electrical Engineer shall be a qualified electrical engineer with at least
10 years’ experience in planning, engineering design and/or installation
supervision of electrical systems for vertical structures as well as power
supply/distribution systems and telecommunication systems.
g. The Sr. Sanitary Engineer shall be a qualified sanitary engineer with at least 10
years’ experience in planning, engineering design and/or construction
supervision of water and sewage system and other public health services.
h. The Sr. Navaids Specialist shall be a qualified professional electronics engineer
who has at least 10 years’ experience in airport navigational aid facilities.
i. The Sr. Quantity/Cost Engineer shall a qualified engineer or architect with at
least 10 years’ experience in cost estimation of large scale horizontal and
vertical construction projects, particularly airport and aviation development
projects.
j. The Sr. Document Specialist shall be a B.S. degree holder, who has at least 10
years’ experience in preparation of bidding documents for government projects.
k. The Sr. Transport Planner/Economist shall be a graduate of economics or related
fields, who has at least 10 years’ experience in transport infrastructure project
feasibility studies.
l. The Sr. Environmental Specialist shall be a qualified consultant/planner, who
has at least 10 years’ experience in green building planning and design,
construction methodologies and sustainable management system in green
architecture.
m. The other key consultant staff shall be qualified engineers in the field relevant to
the position, who have at least 5 years’ experience in airport development
studies, planning, design, and/or construction supervision. All key consultants
must have a valid license from the Professional Regulation Commission (PRC).
49 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
11.5 Taxes: Taxes applicable as required by local tax authorities.
Note: CIAC is a VAT-exempt corporation as per R.A. 9400
11.7 The ABC is One Hundred Forty Two Million Three Hundred Eighty Thousand Pesos (PHP142,380,000.00). Any bid with a financial component exceeding this amount shall not be accepted.
13.1 The bid prices shall be quoted in Philippine Pesos.
13.3 No further instructions.
14.1 Bids will be valid until one hundred twenty (120) calendar days from the date of the opening of bids.
15.1 The bid security shall be in the following amount:
1. Two Million Eight Hundred Forty Seven Thousand Six Hundred Pesos
and 00/100 (Php2,847,600.00), if bid security is in cash,
cashier’s/manager’s check, bank draft/guarantee or irrevocable letter
of credit; 2. Seven Million One Hundred Nineteen Thousand Pesos
(Php7,119,000.00), if bid security is in Surety Bond; 3. Any combination of the foregoing proportionate to the share of form
with respect to total amount of security; or 4. Notarized Bid Securing Declaration.
15.2 The bid security shall be valid until one hundred twenty (120) calendar days from the date of the opening of bids.
15.5(a)(iv) Additional grounds for forfeiture of bid security: 1. Submission of eligibility requirements containing false information or
falsified documents. 2. 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. 3. Allowing the use of one’s name, or using the name of another for
purposes of public bidding.
4. Withdrawal of a bid, or refusal to accept an award, or enter into
contract with the Government without justifiable cause, after the
Bidder had been adjudged as having submitted the Lowest Calculated
and Responsive Bid. 5. Refusal or failure to post the required performance security within the
prescribed time. 6. Refusal to clarify or validate in writing its bid during post-
qualification within a period of seven (7) calendar days from receipt of
the request for clarification. 7. Any documented unsolicited attempt by a bidder to unduly influence
50 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
the outcome of the bidding in his favor. 8. Failure of the potential joint venture partners to enter into the joint
venture after the bid is declared as successful. 9. All other acts that tend to defeat the purpose of the competitive
bidding, such as habitually withdrawing from bidding, submitting late
Bids or patently insufficient bid, for at least three (3) times within a
year, except for valid reasons.
15.5(b)(iii) No further instructions.
17.1 No further instructions.
17.3 Each Bidder shall submit one (1) original and two (2) copies of the first and second components of its bid.
18 The address for submission of bids is at the Records Management Office, CIAC Corporate Office Building, Civil Aviation Complex, Clark Freeport Zone, Pampanga, Philippines 2023.
The deadline for submission of bids is on 10 July 2017 (Monday),
10:00AM.
21.1 No further instructions.
21.2 The address for opening of bids is CIAC Board Room, CIAC Corporate Office Building, Civil Aviation Complex, Clark Freeport Zone, Pampanga, Philippines 2023. The date and time for opening of bids is 10 July 2017 (Monday), 10:15AM.
22.1 No further instructions.
24.1 The following processes for the opening and evaluation of bids shall be adopted:
a) The technical proposal together with the financial proposal shall be
considered in the evaluation of consultants. The technical proposals
shall be evaluated first using the criteria in ITB Clause 24.2. The
financial proposals of the consultants who meet the minimum
technical score shall then be opened. b) The financial and technical proposals shall be given corresponding
weights with the financial proposal given a minimum weight of forty
percent (40%) up to a maximum of eighty percent (80%). The
weight of the t e c h n i ca l proposal shall be given a minimum weight
of ten percent (10%) up to a maximum of twenty percent (20%)
accordingly such that their total weight in percent together with the
weight given to the financial proposal shall add to one hundred
percent (100%). The BAC shall rank the consultants in descending
order based on the combined numerical ratings of their technical
and financial proposals and identify the Highest Rated Bid. c) The Head of the Procuring Entity shall approve or disapprove the
recommendations of the BAC within seven 7) calendar days after
receipt of the results of the evaluation from the BAC.
51 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
d) After approval by the Head of the Procuring Entity of the Highest
Rated Bid, the BAC shall, within three (3) calendar days, notify and
invite the consultant with the Highest Rated Bid for negotiation in
accordance with ITB Clause 26.
24.3
The technical bid shall be evaluated based on the following criteria:
Selection Criteria for the DED &CM Consultant Rating
a) Company Experience 25%
b) Qualification of the key personnel to be assigned to the
Project 20%
c) Understanding the Project 15%
d) Project Schedule 10%
e) Quality Assurance Approach 10%
f) Design Approach 5%
g) Use of Sub-Consulatants 5%
h) Quality of SOQ 10%
TOTAL 100%
The minimum Sf required to pass is 70%.
The attention of the Consultant is drawn to Technical Proposal Forms–
Bids must adhere to the maximum number of pages outlined in this clause.
26.1 The opening of Financial Proposals shall be on _______, 10:00 AM, at CIAC Board Room, Corporate Office Bldg., Civil Aviation Complex, Clark Freeport Zone, Pampanga, Philippines 2023.
Financial Proposals shall be opened in public.
26.2 After the evaluation of quality is completed, the Procuring Entity shall
notify those Consultants whose Bids did not meet the minimum qualifying mark or were considered non-responsive to the Bidding Documents and TOR, indicating that their Financial Proposals shall be returned unopened after completing the selection process. The Procuring Entity shall simultaneously notify the Consultants that have secured the minimum qualifying mark, indicating the date and time set for opening the Financial Proposals. The opening date shall not be sooner than two weeks after the notification date unless otherwise specified in ITB Clause 25.1. The notification may be sent by registered letter, facsimile, or electronic mail. The Financial Proposals shall be opened publicly in the presence of the Consultants’ representatives who choose to attend. The name of the Consultant, the quality scores, and the proposed prices shall be read aloud and recorded when the Financial Proposals are opened. The Procuring Entity shall prepare minutes of the public opening. The BAC shall determine whether the Financial Proposals are complete,
i.e., whether all the documents mentioned in ITB Clause 11 are present
and all items of the corresponding Technical Proposals that are required to
be priced are so priced. If not, the Procuring Entity shall reject the
proposal. The BAC shall correct any computational errors, and convert
52 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
prices in various currencies to the Philippine Peso at the rate indicated in ITB Clause 13. The Financial Proposal shall not exceed the ABC and
shall be deemed to include the cost of all taxes, duties, fees, levies, and
other charges imposed under the applicable laws. The evaluation shall
include all such taxes, duties, fees, levies, and other charges imposed
under the applicable laws; where special tax privileges are granted to a
particular class or nationality of Consultant by virtue of the GOP’s
international commitments, the amount of such tax privileges shall be
included in the Financial Proposal for purposes of comparative evaluation
of Bids.
The lowest Financial Proposal (Fm) shall be given a Financial Score (Sf)
of 100 points. The Sf of other Financial Proposals shall be computed
based on the formula indicated below:
Sf = 100 Fl/F Where:
Sf is the financial score of the Financial Proposal under consideration,
Fl is the price of the Fm, and
F is the price of the Financial Proposal under consideration.
Using the formula S = St T% + Sf F%, the Bids shall then be ranked
according to their combined St and Sf using the weights (T = the weight
given to the Technical Proposal; F = the weight given to the Financial
Proposal; T + F = 1) indicated below:
T 80% [Normally between 0.6 and 0.8]; and
F 20% [Normally between 0.15 and 0.2];
provided that the total weights given to the Technical and Financial
Proposals shall add up to 100%
27.2 (e) No negotiations pertaining to the Financial Proposal shall be undertaken.
28.2 Consultants have the 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
2 years preceding the date of bid submission.
27.(d) No additional licenses and permits.
30.4(f) No further instructions.
32.1 No further instructions.
32.2 No further instructions
53 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
Section IV. General Conditions of
Contract
54 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
1. Definitions
1.1. Unless the context otherwise requires, the following terms whenever used in
this Contract have the following meanings:
(a) “Applicable Law” means the laws and any other instruments having
the force of law in the Philippines as they may be issued and enforced
from time to time.
(b) “Consultant” refers to the short listed consultant with the Highest
Rated and Responsive Bid determined by the Procuring Entity as such
in accordance with the ITB and specified in the SCC.
(c) “Consulting Services” refer to services for Infrastructure Projects and
other types of projects or activities of the Government of the
Philippines (GOP) requiring adequate external technical and
professional expertise that are beyond the capability and/or capacity of
the Procuring Entity to undertake such as, but not limited to: (i)
advisory and review services; (ii) pre-investment or feasibility studies;
(iii) design; (iv) construction supervision; (v) management and related
services; and (vi) other technical services or special studies.
(d) “Contract” means the agreement signed by the Parties, to which these
General Conditions of Contract (GCC) and other sections of the
Bidding Documents are attached.
(e) “Effective Date” means the date on which this Contract comes into full
force and effect.
(f) “Foreign Currency” means any currency other than the currency of the
Philippines.
(g) “Funding Source” means the entity indicated in the SCC.
(h) “GCC” means these General Conditions of Contract.
(i) “Government” means the Government of the Philippines (GOP).
(j) “Local Currency” means the Philippine Peso (Php).
(k) “Member,” in case the Consultant is a Joint Venture (JV) of two (2) or
more entities, means any of these entities; and “Members” means all
these entities.
(l) “Party” means the Procuring Entity or the Consultant, as the case may
be, and “Parties” means both of them.
(m) “Personnel” means persons hired by the Consultant or by any Sub-
Consultant as employees and assigned to the performance of the
Services or any part thereof; “Foreign Personnel” means such persons
who at the time of being so hired had their domicile outside the
Government’s country; “Local Personnel” means such persons who at
55 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
the time of being so hired had their domicile inside the Philippines; and
“Key Personnel” means the Personnel referred to in GCC Clause 39.
(n) “Procuring Entity” refers to any branch, constitutional commission or
office, agency, department, bureau, office or instrumentality of the
Government, including GOCC, GFI, SUC, and LGU procuring Goods,
Consulting Services, and Infrastructure Projects.
(o) “SCC” means the Special Conditions of Contract by which the GCC
may be amended or supplemented.
(p) “Services” means the work to be performed by the Consultant pursuant
to this Contract, as described in Appendix I.
(q) “Sub-consultant” means any person or entity to whom/which the
Consultant subcontracts any part of the Services in accordance with the
provisions of GCC Clause 50.
(r) “Third Party” means any person or entity other than the Government,
the Procuring Entity, the Consultant or a Sub-Consultant.
2. Headings
The headings shall not limit, alter or affect the meaning of this Contract.
3. Location
The Services shall be performed at such locations as are specified in Appendix I and,
where the location of a particular task is not so specified, at such locations, whether in
the Philippines or elsewhere, as the Procuring Entity may approve.
4. Law Governing Contract and Services
4.1. This Contract, its meaning and interpretation, and the relation between the
Parties shall be governed by the Applicable Law.
4.2. The Consultant shall perform the Services in accordance with the Applicable
Law and shall take all practicable steps to ensure that any Sub-Consultant, as
well as the Personnel of the Consultant and any Sub-Consultant, complies with
the Applicable Law. The Procuring Entity shall notify the Consultant in
writing of relevant local customs, and the Consultant shall, after such
notification, respect such customs.
4.3. If, after the date of this Contract, there is any change in the Applicable Law
with respect to taxes and duties which increases or decreases the cost incurred
by the Consultant in performing the Services, then the remuneration and
reimbursable expenses otherwise payable to the Consultant under this Contract
shall be increased or decreased on a no loss-no gain basis, and corresponding
adjustments shall be made to the ceiling amounts specified in GCC Clause 52,
provided that the cost is within the Approved Budget for the Contract (ABC).
56 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
5. Language
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
6. Consultants and Affiliates Not to Engage in Certain Activities
6.1. The Consultant agrees that, during the term of this Contract and after its
termination, the Consultant and any entity affiliated with the Consultant, as
well as any Sub-Consultant and any entity affiliated with such Sub-Consultant,
shall be disqualified from providing goods, works, or consulting services for
any project resulting from or closely related to this Contract other than the
Services and any continuation thereof provided there is no current or future
conflict.
6.2. The Consultant shall not engage, and shall cause their Personnel as well as
their Sub-Consultants and their Personnel not to engage, either directly or
indirectly, in any of the following activities:
(a) during the term of this Contract, any business or professional activities
in the Government’s country which would conflict with the activities
assigned to them under this Contract; and
(b) after the termination of this Contract, such other activities as may be
specified in the SCC.
7. Authority of Member in Charge
In case the Consultant is a JV, the Members hereby authorize the entity specified in
the SCC to act on their behalf in exercising all the Consultant’s rights and obligations
towards the Procuring Entity under this Contract, including without limitation the
receiving of instructions and payments from the Procuring Entity.
8. Resident Project Manager
If required by the SCC, the Consultant shall ensure that at all times during the
Consultant’s performance of the Services in the Government’s country, a resident
project manager, acceptable to the Procuring Entity, shall take charge of the
performance of such Services.
9. Entire Agreement
This Contract, including the documents specified in Section 37.2.3 of the IRR,
contains all covenants, stipulations and provisions agreed by the Parties. No agent or
representative of either Party has authority to make any statement, representation,
promise, or agreement not set forth herein of which the Parties shall not be bound by
or be liable for.
57 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
10. Modification
Unless otherwise specified in the SCC, no modification of the terms and conditions of
this Contract, including any modification of the scope of the Services shall be
allowed. Pursuant to GCC Clause 14 hereof, however, each Party shall give due
consideration to any proposal for modification made by the other Party.
11. Relationship of Parties
11.1. Nothing contained herein shall be construed as establishing a relation of
employer and employee or of principal and agent as between the Procuring
Entity and the Consultant. The Consultant, subject to this Contract, has
complete charge of its Personnel and Sub-Consultants, if any, performing the
Services and shall be fully responsible for the Services performed by them or
on their behalf hereunder.
11.2. The Consultant shall during the performance of the Services be an
independent contractor, retaining complete control over its Personnel,
conforming to all statutory requirements with respect to all its employees, and
providing all appropriate employee benefits.
12. Authorized Representatives
Any action required or permitted to be taken, and any document required or permitted
to be executed, under this Contract by the Procuring Entity or the Consultant may be
taken or executed by the officials specified in the SCC.
13. Good Faith
The Parties undertake to act in good faith with respect to each other’s rights under this
Contract and to adopt all reasonable measures to ensure the realization of the
objectives of this Contract.
14. Operation of the Contract
The Parties recognize that it is impractical for this Contract to provide for every
contingency which may arise during the life of this Contract, and the Parties hereby
agree that it is their intention that this Contract shall operate fairly as between them,
and without detriment to the interest of either of them; and that, if during the term of
this Contract either Party believes that this Contract is operating unfairly, the Parties
shall use their best efforts to agree on such action as may be necessary to remove the
cause or causes of such unfairness, but no failure to agree on any action pursuant to
this Clause shall give rise to a dispute subject to arbitration in accordance with GCC
Clause 34 hereof.
15. Notices
15.1. Any notice, request or consent required or permitted to be given or made
pursuant to this Contract shall be in writing. Any such notice, request or
consent shall be deemed to have been given or made when received by the
concerned party, either in person or through an authorized representative of
the Party to whom the communication is addressed, or when sent by registered
58 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
mail, telex, telegram or facsimile to such Party at the address specified in the
SCC.
15.2. Notice shall be deemed to be effective as specified in the SCC.
15.3. A Party may change its address for notice hereunder by giving the other Party
notice of such change pursuant to the provisions listed in the SCC with respect
to GCC Clause 15.2.
16. Warranty as to Eligibility
16.1. The Consultant represents, warrants, and confirms that it, as well as its Sub-
Consultant, if any, is eligible, i.e., has the legal personality to act as a
consultant in accordance with Part I, Section II. Eligibility Documents issued
for this project.
16.2. The Consultant shall fulfill its obligations under this Contract by using
knowledge according to the best accepted professional standards. The
Consultant shall exercise all reasonable skill, care and diligence in the
discharge of duties agreed to be performed and shall work in the best interest
of the GOP.
17. Confidentiality
Except with the prior written consent of the Procuring Entity, the Consultant and the
Personnel shall not at any time communicate to any person or entity any confidential
information acquired in the course of the Services, nor shall the Consultant and the
Personnel make public the recommendations formulated in the course of, or as a result
of, the Services. For purposes of this clause, “confidential information” means any
information or knowledge acquired by the Consultant and/or its Personnel arising out
of, or in connection with, the performance of the Services under this Contract that is
not otherwise available to the public.
18. Payment
18.1. In consideration of the Services performed by the Consultant under this
Contract, the Procuring Entity shall make to the Consultant such payments and
in such manner as is provided by GCC Clause 53 of this Contract. However,
the Procuring Entity may refuse to make payments when the terms and
conditions of the contract are not satisfactorily performed by the Consultant.
18.2. Subject to the ceilings specified in GCC Clause 52 hereof, the Procuring
Entity shall pay to the Consultant: (i) remuneration as set forth in GCC Clause
53.2; and (ii) reimbursable expenditures as set forth in GCC Clause 53.4. Said
remuneration shall not be subject to price adjustment.
18.3. All payments under this Contract shall be made to the account of the
Consultant specified in the SCC.
19. Currency of Payment
All payments shall be made in Philippine Pesos.
59 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
20. Liability of the Consultant
Subject to additional provisions, if any, set forth in the SCC, the Consultant’s liability
under this Contract shall be as provided by the laws of the Republic of the Philippines.
21. Insurance to be Taken Out by the Consultant
21.1. The Consultant, at its own cost, shall be responsible for taking out or
maintaining any insurance policy against any risk related to the project.
21.2. The Procuring Entity undertakes no responsibility in respect of life, health,
accident, travel or any other insurance coverage for the Personnel or for the
dependents of any such Personnel.
22. Effectivity of Contract
This Contract shall take effect on the date of the Consultant’s receipt of the NTP, in
accordance with ITB Clause 32, provided that the effectiveness of the conditions, if
any, listed in the SCC have been met.
23. Commencement of Services
The Consultant shall begin carrying out the Services starting from the effectivity date
of this Contract, as mentioned in GCC Clause 22.
24. Expiration of Contract
Unless sooner terminated pursuant to GCC Clauses 27 or 28 hereof, this Contract
shall terminate at the end of such time period after the effectivity date as shall be
specified in the SCC.
25. Force Majeure
25.1. 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 Consultant 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 Consultant.
25.2. The failure of a Party to fulfill any of its obligations hereunder shall not be
considered to be a breach of, or default under, this Contract insofar as such
inability arises from an event of force majeure, provided that the Party
affected by such an event has taken all reasonable precautions, due care and
reasonable alternative measures, all with the objective of carrying out the
terms and conditions of this Contract.
25.3. Unless otherwise agreed herein, force majeure shall not include:
60 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
(a) any event which is caused by the negligence or intentional action of a
Party or such Party’s Sub-Consultants or agents or employees;
(b) any event which a diligent Party could reasonably have been expected
to both take into account at the time of the conclusion of this Contract
and avoid or overcome in the carrying out of its obligations hereunder;
(c) insufficiency of funds or failure to make any payment required
hereunder; or
(d) the Procuring Entity’s failure to review, approve or reject the outputs
of the Consultant beyond a reasonable time period.
25.4. A Party affected by an event of force majeure shall take all reasonable
measures to remove such Party’s inability to fulfill its obligations hereunder
immediately or within a reasonable time.
25.5. A Party affected by an event of force majeure shall notify the other Party of
such event as soon as possible, and in any event not later than fifteen (15) days
following the occurrence of such event, providing evidence of the nature and
cause of such event, and shall similarly give notice of the restoration of normal
conditions as soon as possible.
25.6. The Parties shall take all reasonable measures to minimize the consequences
of any event of force majeure.
25.7. Any period within which a Party shall, pursuant to this Contract, complete any
action or task, shall be extended for a period equal to the time during which
such Party was unable to perform such action as a direct and proximate result
of force majeure.
25.8. During the period of their inability to perform the Services as a direct and
proximate result of an event of force majeure, the Consultant shall be entitled
to continue receiving payment under the terms of this Contract as well as to be
reimbursed for additional costs reasonably and necessarily incurred by it
during such period for the purposes of the Services and in reactivating the
Services after the end of such period, provided that such costs are still within
the total contract price. However, the foregoing provision shall not apply if the
Procuring Entity suspends or terminates this Contract in writing, notice thereof
duly received by the Consultant, pursuant to GCC Clauses 26 and 27 hereof
with the exception of the direct and proximate result of force majeure.
25.9. Not later than fifteen (15) days after the Consultant, as the direct and
proximate result of an event of force majeure, has become unable to perform a
material portion of the Services, the Parties shall consult with each other with
a view to agreeing on appropriate measures considering the circumstances.
25.10. In the case of disagreement between the parties as to the existence, or extent of
force majeure, the matter shall be submitted to arbitration in accordance with
GCC Clause 34 hereof.
61 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
26. Suspension
26.1. The Procuring Entity shall, by written notice of suspension to the Consultant,
suspend all payments to the Consultant hereunder if the Consultant fail to
perform any of their obligations due to their own fault or due to force majeure
or other circumstances beyond the control of either party (e.g. suspension of
civil works being supervised by the consultant) under this Contract, including
the carrying out of the Services, provided that such notice of suspension:
(a) shall specify the nature of the failure; and
(b) shall request the Consultant to remedy such failure within a period not
exceeding thirty (30) days after receipt by the Consultant of such
notice of suspension.
26.2. The Consultant may, without prejudice to its right to terminate this Contract
pursuant to GCC Clause 28, by written notice of suspension, suspend the
Services if the Procuring Entity fails to perform any of its obligations which
are critical to the delivery of the Consultant’s services such as, non-payment
of any money due the Consultant within forty-five (45) days after receiving
notice from the Consultant that such payment is overdue.
27. Termination by the Procuring Entity
27.1. The Procuring Entity shall terminate this Contract when any of the following
conditions attends its implementation:
(a) Outside of force majeure, the Consultant fails to deliver or perform the
Outputs and Deliverables within the period(s) specified in the Contract,
or within any extension thereof granted by the Procuring Entity
pursuant to a request made by the Consultant prior to the delay;
(b) As a result of force majeure, the Consultant is unable to deliver or
perform a material portion of the Outputs and Deliverables for a period
of not less than sixty (60) calendar days after the Consultant’s receipt
of the notice from the Procuring Entity stating that the circumstance of
force majeure is deemed to have ceased;
(c) In whole or in part, at any time for its convenience, the Head of the
Procuring Entity may terminate the Contract for its convenience 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;
(d) If the Consultant is declared bankrupt or insolvent as determined with
finality by a court of competent jurisdiction; in which event,
termination will be without compensation to the Consultant, 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 Consultant;
62 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
(e) In case it is determined prima facie that the Consultant has engaged,
before or during the implementation of this Contract, in unlawful deeds
and behaviors relative to contract acquisition and implementation, such
as, but not limited to, the following: corrupt, fraudulent, collusive and
coercive practices; drawing up or using forged documents; using
adulterated materials, means or methods, or engaging in production
contrary to rules of science or the trade; and any other act analogous to
the foregoing. For purposes of this clause, corrupt, fraudulent,
collusive, and coercive practices shall have the same meaning as that
provided in ITB Clause 3.1(a):
(f) The Consultant fails to remedy a failure in the performance of their
obligations hereunder, as specified in a notice of suspension pursuant
to GCC Clause 15.2 hereinabove, within thirty (30) days of receipt of
such notice of suspension or within such further period as the
Procuring Entity may have subsequently approved in writing;
(g) The Consultant’s failure to comply with any final decision reached as a
result of arbitration proceedings pursuant to GCC Clause 34 hereof; or
(h) The Consultant fails to perform any other obligation under the
Contract.
27.2. In case of termination, written notice shall be understood to mean fifteen (15)
days for short term contracts, i.e., four (4) months or less, and thirty (30) days
for long term contracts.
28. Termination by the Consultant
The Consultant must serve a written notice to the Procuring Entity of its intention to
terminate this Contract at least thirty (30) calendar days before its intended
termination. This Contract is deemed terminated if no action has been taken by the
Procuring Entity with regard to such written notice within thirty (30) calendar days
after the receipt thereof by the Procuring Entity. The Consultant may terminate this
Contract through any of the following events:
(a) The Procuring Entity is in material breach of its obligations pursuant to this
Contract and has not remedied the same within sixty (60) calendar days
following its receipt of the Consultant’s notice specifying such breach;
(b) The Procuring Entity’s failure to comply with any final decision reached as
a result of arbitration pursuant to GCC Clause 34 hereof
(c) As the direct and proximate result of force majeure, the Consultant is
unable to perform a material portion of the Services for a period of not less
than sixty (60) days; or
(d) The Procuring Entity fails to pay any money due to the Consultant
pursuant to this Contract and not subject to dispute pursuant to GCC
Clause 32 hereof within eighty four (84) days after receiving written
notice from the Consultant that such payment is overdue.
63 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
29. Procedures for Termination of Contracts
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 Consultant conveying such termination. The notice shall state:
(i) that the 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 Consultant to show cause as to why the
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 Consultant shall submit to the Head of the
Procuring Entity a verified position paper stating why this Contract
should not be terminated. If the Consultant 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 this
Contract;
(d) The Procuring Entity may, at anytime before receipt of the
Consultant’s verified position paper to withdraw the Notice to
Terminate if it is determined that certain services subject of the notice
had been completed or performed before the Consultant’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 Consultant of its decision and, unless otherwise
provided, this Contract is deemed terminated from receipt of the
Consultant of the notice of decision. The termination shall only be
based on the ground(s) stated in the Notice to Terminate; and
64 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
(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.
30. Cessation of Services
Upon termination of this Contract by notice of either Party to the other pursuant to
GCC Clauses 27 or 28 hereof, the Consultant shall, immediately upon dispatch or
receipt of such notice, take all necessary steps to bring the Services to a close in a
prompt and orderly manner and shall make every reasonable effort to keep
expenditures for this purpose to a minimum. With respect to documents prepared by
the Consultant and equipment and materials furnished by the Procuring Entity, the
Consultant shall proceed as provided, respectively, by GCC Clauses 35 or 36 hereof.
31. Payment Upon Termination
Upon termination of this Contract pursuant to GCC Clauses 27 or 28 hereof, the
Procuring Entity shall make the following payments to the Consultant:
(a) remuneration pursuant to GCC Clause 53 hereof for Services
satisfactorily performed prior to the effective date of termination;
(b) reimbursable expenditures pursuant to GCC Clause 53 hereof for
expenditures actually incurred prior to the effective date of
termination; and
(c) in the case of termination pursuant to GCC Clause 27.1(b)hereof,
reimbursement of any reasonable cost incident to the prompt and
orderly termination of this Contract including the cost of the return
travel of the Personnel and their eligible dependents.
32. Disputes about Events of Termination
If either Party disputes whether an event specified in GCC Clause 27.1 or in GCC
Clause 28 hereof has occurred, such Party may refer the matter to arbitration pursuant
to GCC Clause 34 hereof, and this Contract shall not be terminated on account of such
event except in accordance with the terms of any resulting arbitral award.
33. Cessation of Rights and Obligations
33.1. Upon termination of this Contract pursuant to GCC Clauses 27 or 28 hereof,
or upon expiration of this Contract pursuant to GCC Clause 24, all rights and
obligations of the Parties hereunder shall cease, except:
(a) such rights and obligations as may have accrued on the date of
termination or expiration;
(b) the obligation of confidentiality set forth in GCC Clause 17 hereof; and
(c) the Consultant’s obligation to permit inspection, copying and auditing
of their accounts and records set forth in GCC Clauses 51.1(b) and
65 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
51.1(c) hereof, any right which a Party may have under the Applicable
Law.
34. Dispute Settlement
34.1. If any dispute or difference of any kind whatsoever shall arise between the
Parties in connection with the implementation of this Contract, the Parties
shall make every effort to resolve amicably such dispute or difference by
mutual consultation.
34.2. Any and all disputes arising from the implementation of this Contract shall be
submitted to arbitration in accordance with the rules of procedure specified in
the SCC.
35. Documents Prepared by the Consultant and Software Developed to be the
Property of the Procuring Entity
35.1. All plans, drawings, specifications, designs, reports, other documents and
software prepared by the Consultant for the Procuring Entity under this
Contract shall become and remain the property of the Procuring Entity, and
the Consultant shall, prior to termination or expiration of this Contract, deliver
all such documents to the Procuring Entity, together with a detailed inventory
thereof. The Consultant may retain a copy of such documents and software.
The plans, drawings, specifications, designs, reports, other documents and
software, including restrictions on future use of such documents and software,
if any, shall be specified in the SCC.
35.2. All computer programs developed by the Consultant under this Contract shall
be the sole and exclusive property of the Procuring Entity; provided, however,
that the Consultant may use such programs for its own use with prior written
approval of the Procuring Entity. If license agreements are necessary or
appropriate between the Consultant and third parties for purposes of
development of any such computer programs, the Consultant shall obtain the
Procuring Entity’s prior written approval to such agreements. In such cases,
the Procuring Entity shall be entitled at its discretion to require recovering the
expenses related to the development of the program(s) concerned.
36. Equipment and Materials Furnished by the Procuring Entity
Equipment and materials made available to the Consultant by the Procuring Entity, or
purchased by the Consultant with funds provided by the Procuring Entity, shall be the
property of the Procuring Entity and shall be marked accordingly. Upon termination
or expiration of this Contract, the Consultant shall make available to the Procuring
Entity an inventory of such equipment and materials and shall dispose of such
equipment and materials in accordance with the Procuring Entity’s instructions.
While in possession of such equipment and materials, the Consultant, unless
otherwise instructed by the Procuring Entity in writing, shall insure it at the expense
of the Procuring Entity in an amount equal to their full replacement value.
66 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
37. Services, Facilities and Property of the Procuring Entity
The Procuring Entity shall make available to the Consultant and the Personnel, for the
purposes of the Services and free of any charge, the services, facilities and property
described in Appendix V at the terms and in the manner specified in said appendix,
provided that if such services, facilities and property shall not be made available to
the Consultant as and when so specified, the Parties shall agree on:
(a) any time extension that it may be appropriate to grant to the Consultant for the
performance of the Services; (b) the manner in which the Consultant shall procure any such services,
facilities and property from other sources; and (c) the additional payments, if any, to be made to the Consultant as a result thereof
pursuant to GCC Clause 52 hereinafter which should be within the agreed
contract ceiling.
38. Consultant’s Actions Requiring Procuring Entity’s Prior Approval
The Consultant shall obtain the Procuring Entity’s prior approval in writing before
taking any of the following actions:
(a) appointing such members of the Personnel as are listed in Appendix III
merely by title but not by name;
(b) entering into a subcontract for the performance of any part of the
Services, it being understood that:
(i) the selection of the Sub-Consultant and the terms and
conditions of the subcontract shall have been approved in
writing by the Procuring Entity prior to the execution of the
subcontract; and
(ii) the Consultant shall remain fully liable for the performance of
the Services by the Sub-Consultant and its Personnel pursuant
to this Contract;
(c) replacement, during the performance of the contract for any reason, of
any Personnel as listed in Appendix III of this Contract requiring the
Procuring Entity’s prior approval; and
(d) any other action that may be specified in the SCC.
39. Personnel
39.1. The Consultant shall employ and provide such qualified and experienced
Personnel and Sub-Consultants as are required to carry out the Services.
67 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
39.2. The title, agreed job description, minimum qualification and estimated period
of engagement in the carrying out of the Services of each of the Consultant’s
Key Personnel are described in Appendix III.
39.3. The Key Personnel and Sub-Consultants listed by title as well as by name in
Appendix III are hereby approved by the Procuring Entity. In respect of other
Key Personnel which the Consultant proposes to use in the carrying out of the
Services, the Consultant shall submit to the Procuring Entity for review and
approval a copy of their biographical data and, in the case of Key Personnel to
be assigned within the GOP, a copy of a satisfactory medical certificate
attached as part of Appendix III. If the Procuring Entity does not object in
writing; or if it objects in writing but fails to state the reasons for such
objection, within twenty-one (21) calendar days from the date of receipt of
such biographical data and, if applicable, such certificate, the Key Personnel
concerned shall be deemed to have been approved by the Procuring Entity.
39.4. The Procuring Entity may request the Consultants to perform additional
services not covered by the original scope of work but are determined by the
Procuring Entity to be critical for the satisfactory completion of the Services,
subject to GCC Clause 55.6.
39.5. No changes shall be made in the Key Personnel, except for justifiable reasons
beyond the control of the Consultant, as indicated in the SCC, and only upon
prior approval of the Procuring Entity. If it becomes justifiable and necessary
to replace any of the Personnel, the Consultant shall forthwith provide as a
replacement a person of equivalent or better qualifications. If the Consultant
introduces changes in Key Personnel for reasons other than those mentioned in
the SCC, the Consultant shall be liable for the imposition of damages as
described in the SCC.
39.6. Any of the Personnel provided as a replacement under GCC Clauses 39.5 and
39.7, the rate of remuneration applicable to such person as well as any
reimbursable expenditures the Consultant may wish to claim as a result of
such replacement, shall be subject to the prior written approval by the
Procuring Entity. Except as the Procuring Entity may otherwise agree, the
Consultant shall bear all additional travel and other costs arising out of or
incidental to any removal and/or replacement, and the remuneration to be paid
for any of the Personnel provided as a replacement shall not exceed the
remuneration which would have been payable to the Personnel replaced.
39.7. If the Procuring Entity finds that any of the Personnel has committed serious
misconduct or has been charged with having committed a criminal action as
defined in the Applicable Law, or has reasonable cause to be dissatisfied with
the performance of any of the Personnel, then the Consultant shall, at the
Procuring Entity’s written request specifying the grounds therefore, forthwith
provide as a replacement a person with qualifications and experience
acceptable to the Procuring Entity.
40. Working Hours, Overtime, Leave, etc.
40.1. Working hours and holidays for Key Personnel are set forth in Appendix III.
68 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
Any travel time prior to and after contract implementation shall not be
considered as part of the working hours.
40.2. The Key Personnel shall not be entitled to claim payment for overtime work,
sick leave, or vacation leave from the Procuring Entity since these items are
already covered by the Consultant’s remuneration. All leaves to be allowed to
the Personnel are included in the staff-months of service set forth in Appendix
III. Taking of leave by any Personnel should not delay the progress and
adequate supervision of the Services.
40.3. If required to comply with the provisions of GCC Clause 43.1 hereof,
adjustments with respect to the estimated periods of engagement of Key
Personnel set forth in Appendix III may be made by the Consultant by prior
written notice to the Procuring Entity, provided that:
(a) such adjustments shall not alter the originally estimated period of
engagement of any individual by more than ten percent (10%); and
(b) the aggregate of such adjustments shall not cause payments under this
Contract to exceed the ceilings set forth in GCC Clause 52.1 of this
Contract. Any other such adjustments shall only be made with the
Procuring Entity’s prior written approval.
41. Counterpart Personnel
41.1. If so provided in Appendix III hereto, the Procuring Entity shall make
available to the Consultant, as and when provided in such Appendix III, and
free of charge, such Counterpart Personnel to be selected by the Procuring
Entity, with the Consultant’s advice, as shall be specified in such Appendix
III. Counterpart Personnel shall work with the Consultant. If any member of
the Counterpart Personnel fails to perform adequately any work assigned to
such member by the Consultant which is consistent with the position occupied
by such member, the Consultant may request the replacement of such member,
and the Procuring Entity shall not unreasonably refuse to act upon such
request.
41.2. The responsibilities of the Counterpart Personnel shall be specified in
Appendix III, attached hereto, and the Counterpart Personnel shall not perform
any work beyond the said responsibilities.
41.3. If Counterpart Personnel are not provided by the Procuring Entity to the
Consultant as and when specified in Appendix III, and or if the Counterpart
Personnel lack the necessary training, experience or authority to effectively
undertake their responsibilities, the Procuring Entity and the Consultant shall
agree on how the affected part of the Services shall be carried out, and the
additional payments, if any, to be made by the Procuring Entity to the
Consultant as a result thereof pursuant to GCC Clause 52 hereof.
42. Performance Security
42.1. Unless otherwise specified in the SCC, within ten (10) calendar days from
receipt of the Notice of Award from the Procuring Entity but in no case later
69 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
than the signing of the contract by both parties, the Consultant shall furnish the
performance security in any the forms prescribed in the ITB Clause 31.2.
42.2. The performance security posted in favor of the Procuring Entity shall be
forfeited in the event it is established that the Consultant is in default in any
of its obligations under the contract.
42.3. The performance security shall remain valid until issuance by the Procuring
Entity of the Certificate of Final Acceptance.
42.4. The performance security may be released by the Procuring Entity and
returned to the Consultant after the issuance of the Certificate of Final
Acceptance subject to the following conditions:
(a) There are no pending claims against the Consultant or the surety
company filed by the PROCURING ENTITY;
(b) The Consultant has no pending claims for labor and materials filed
against it; and
(c) Other terms specified in the SCC.
42.5. In case of a reduction of the contract value, 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.
43. Standard of Performance
43.1. The Consultant shall perform the Services and carry out their obligations
hereunder with all due diligence, efficiency and economy, in accordance with
generally accepted professional techniques and practices, and shall observe
sound management practices, and employ appropriate advanced technology
and safe and effective equipment, machinery, materials and methods.
43.2. The Consultant shall always act, in respect of any matter relating to this
Contract or to the Services, as faithful advisers to the Procuring Entity, and
shall at all times support and safeguard the Procuring Entity’s legitimate
interests in any dealings with Sub-Consultants or third parties.
43.3. The Consultant shall furnish to the Procuring Entity such information related
to the Services as the Procuring Entity may from time to time reasonably
request.
43.4. The Consultant shall at all times cooperate and coordinate with the Procuring
Entity with respect to the carrying out of its obligations under this Contract.
44. Consultant Not to Benefit from Commissions, Discounts, etc.
The remuneration of the Consultant pursuant to GCC Clause 53 hereof shall constitute
the Consultant’s sole remuneration in connection with this Contract or the Services
70 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
and, subject to GCC Clause 45 hereof, the Consultant shall not accept for their own
benefit any trade commission, discount or similar payment in connection with
activities pursuant to this Contract or to the Services or in the discharge of their
obligations hereunder, and the Consultant shall use its best efforts to ensure that any
sub-Consultants, as well as the Personnel and agents of either of them, similarly shall
not receive any such additional remuneration.
45. Procurement by the Consultant
If the Consultant, as part of the Services, has the responsibility of advising or
procuring goods, works or services, for the Procuring Entity, the Consultant shall
comply with any applicable procurement guidelines of the Funding Source, and shall
at all times exercise such responsibility in the best interest of the Procuring Entity.
Any discounts or advantages obtained by the Consultant in the exercise of such
procurement responsibility shall be for the benefit of the Procuring Entity.
46. Specifications and Designs
46.1. The Consultant shall prepare all specifications and designs using the metric
system and shall embody the best design criteria applicable to Philippine
conditions. The Consultant shall specify standards which are accepted and
well-known among industrial nations.
46.2. The Consultant shall ensure that the specifications and designs and all
documentation relating to procurement of goods and services for this Contract
are prepared on an impartial basis so as to promote national and international
competitive bidding.
47. Reports
The Consultant shall submit to the Procuring Entity the reports, deliverables and
documents in English, in the form, in the numbers, and within the time periods set
forth in Appendix II.
48. Assistance by the Procuring Entity on Government Requirements
48.1. The Procuring Entity may assist the Consultant, Sub-Consultants, and
Personnel in the payment of such taxes, duties, fees and other impositions as
may be levied under the Applicable Law by providing information on the
preparation of necessary documents for payment thereof.
48.2. The Procuring Entity shall use its best efforts to ensure that the Government
shall:
(a) provide the Consultant, Sub-Consultants, and Personnel with work
permits and such other documents as shall be necessary to enable the
Consultant, Sub-Consultants, or Personnel to perform the Services;
(b) arrange for the foreign Personnel and, if appropriate, their eligible
dependents to be provided promptly with all necessary entry and exit
visas, residence permits, and any other documents required for their
stay in the Philippines for the duration of the Contract;
71 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
(c) facilitate prompt clearance through customs of any property required
for the Services and of the necessary personal effects of the foreign
Personnel and their eligible dependents;
(d) issue to officials, agents and representatives of the Government all such
instructions as may be necessary or appropriate for the prompt and effective
implementation of the Services; and
(e) grant to foreign Consultant, any foreign Sub-Consultant and the
Personnel of either of them the privilege, pursuant to the Applicable
Law, of bringing into the Government’s country reasonable amounts of
foreign currency for purposes of the Services or for the personal use of
the foreign Personnel and their dependents.
49. Access to Land
The Procuring Entity warrants that the Consultant shall have, free of charge,
unimpeded access to all lands in the Philippines in respect of which access is required
for the performance of the Services. The Procuring Entity shall be responsible for any
damage to such land or any property thereon resulting from such access and shall
indemnify the Consultant and each of the Personnel in respect of liability for any such
damage, unless such damage is caused by the default or negligence of the Consultant
or any Sub-Consultant or the Personnel of either of them.
50. Subcontract
(f) Subcontracting of any portion of the Consulting Services, if allowed in the
BDS, does not relieve the Consultant of any liability or obligation under this
Contract. The Consultant will be responsible for the acts, defaults, and
negligence of any sub-consultant, its agents, servants or workmen as fully as if
these were the Consultant’s own acts, defaults, or negligence, or those of its
agents, servants or workmen.
(g) Sub-consultants 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.
51. Accounting, Inspection and Auditing
51.1. The Consultant shall:
(a) keep accurate and systematic accounts and records in respect of the
Services hereunder, in accordance with internationally accepted
accounting principles and in such form and detail as shall clearly
identify all relevant time changes and costs, and the bases thereof;
(b) permit the Procuring Entity or its designated representative and or the
designated representative of the Funding Source at least once for short-
term Contracts, and annually in the case of long-term Contracts, and up
to one year from the expiration or termination of this Contract, to
inspect the same and make copies thereof as well as to have them
72 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
audited by auditors appointed by the Procuring Entity; and
(iii) permit the Funding Source to inspect the Consultant’s accounts
and records relating to the performance of the Consultant and to have
them audited by auditors approved by the Funding Source, if so
required.
51.2. The basic purpose of this audit is to verify payments under this Contract and,
in this process, to also verify representations made by the Consultant in
relation to this Contract. The Consultant shall cooperate with and assist the
Procuring Entity and its authorized representatives in making such audit. In
the event the audit discloses that the Consultant has overcharged the Procuring
Entity, the Consultant shall immediately reimburse the Procuring Entity an
amount equivalent to the amount overpaid. If overpayment is a result of the
Consultant having been engaged in what the Procuring Entity (or, as the case
may be, the Funding Source) determines to constitute corrupt, fraudulent, or
coercive practices, as defined in GCC Clause 27.1(e) and under the Applicable
Law, the Procuring Entity shall, unless the Procuring Entity decides otherwise,
terminate this Contract.
51.3. The determination that the Consultant has engaged in corrupt, fraudulent,
coercive practices shall result in the Procuring Entity and/or the Funding
Source seeking the imposition of the maximum administrative, civil and
criminal penalties up to and in including imprisonment.
52. Contract Cost
52.1. Except as may be otherwise agreed under GCC Clause 10, payments under
this Contract shall not exceed the ceiling specified in the SCC. The
Consultant shall notify the Procuring Entity as soon as cumulative charges
incurred for the Services have reached eighty percent (80%) of this ceiling.
52.2. The cost of the Services shall be payable in Philippine Pesos and shall be set
forth in the Appendix IV attached to this Contract.
53. Remuneration and Reimbursable Expenditures
53.1. Payments of Services do not relieve the Consultant of any obligation
hereunder.
53.2. Remuneration for the Personnel shall be determined on the basis of time
actually spent by such Personnel in the performance of the Services including
other additional factors indicated in the SCC after the date determined in
accordance with GCC Clause 22, or such other date as the Parties shall agree
in writing, including time for necessary travel via the most direct route, at the
rates referred to, and subject to such additional provisions as are set forth, in
the SCC.
53.3. Remuneration for periods of less than one month shall be calculated on an
hourly basis for time spent in home office (the total of 176 hours per month
shall apply) and on a calendar-day basis for time spent away from home office
73 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
(1 day being equivalent to 1/30th of a month).
53.4. Reimbursable expenditures actually and reasonably incurred by the
Consultants in the performance of the Services are provided in the SCC.
53.5. Billings and payments in respect of the Services shall be made as follows:
(a) The Procuring Entity shall cause to be paid to the Consultant an
advance payment as specified in the SCC, and as otherwise set forth
below. The advance payment shall be due after the Consultant
provides a bank guarantee in favor of the Procuring Entity issued by a
bank acceptable to the Procuring Entity in accordance with the
requirements provided in the SCC.
(b) As soon as practicable and not later than fifteen (15) days after the end
of each calendar month during the period of the Services, the
Consultant shall submit to the Procuring Entity, in duplicate, itemized
statements, accompanied by copies of receipted invoices, vouchers and
other appropriate supporting materials, of the amounts payable
pursuant to GCC Clauses 52.1 and 53 for such month. Separate
monthly statements shall be submitted in respect of amounts payable in
foreign currency and in local currency. Each separate monthly
statement shall distinguish that portion of the total eligible costs which
pertains to remuneration from that portion which pertains to
reimbursable expenditures.
(c) The Procuring Entity shall cause the payment of the Consultant’s
monthly statements within sixty (60) days after the receipt by the
Procuring Entity of such statements with supporting documents. Only
such portion of a monthly statement that is not satisfactorily supported
may be withheld from payment. Should any discrepancy be found to
exist between actual payment and costs authorized to be incurred by
the Consultant, the Procuring Entity may add or subtract the difference
from any subsequent payments. Interest shall be paid for delayed
payments following the rate provided in the SCC.
54. Final Payment
54.1. The final payment shall be made only after the final report and a final
statement, identified as such, shall have been submitted by the Consultant and
approved as satisfactory by the Procuring Entity. The Services shall be
deemed completed and finally accepted by the Procuring Entity and the final
report and final statement shall be deemed approved by the Procuring Entity as
satisfactory ninety (90) calendar days after receipt of the final report and final
statement by the Procuring Entity unless the Procuring Entity, within such
ninety (90)-day period, gives written notice to the Consultant specifying in
detail deficiencies in the Services, the final report or final statement. The
Consultant shall thereupon promptly make any necessary corrections within a
maximum period of ninety (90) calendar days, and upon completion of such
corrections, the foregoing process shall be repeated.
74 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
54.2. Any amount which the Procuring Entity has paid or caused to be paid in
accordance with this clause in excess of the amounts actually payable in
accordance with the provisions of this Contract shall be reimbursed by the
Consultant to the Procuring Entity within thirty (30) days after receipt by the
Consultant of notice thereof. Any such claim by the Procuring Entity for
reimbursement must be made within twelve (12) calendar months after receipt
by the Procuring Entity of a final report and a final statement approved by the
Procuring Entity in accordance with the above.
55. Lump Sum Contracts
55.1. For Lump Sum Contracts when applicable, notwithstanding the terms of GCC
Clauses 10, 18.1, 31(c), 41.3, 53.2, 53.3, 53.4, 53.5, and 54.1, the provisions
contained hereunder shall apply.
55.2. Personnel - Any replacement approved by the Procuring Entity in accordance
with ITB Clause 26.3 shall be provided by the Consultant at no additional
cost.
55.3. Staffing Schedule - Should the rate of progress of the Services, or any part
hereof, be at any time in the opinion of the Procuring Entity too slow to ensure
that the Services are completed in accordance with the Staffing Schedule, the
Procuring Entity shall so notify the Consultant in writing and the Consultant
shall at its sole cost and expense, thereupon take such steps as necessary,
subject to the Procuring Entity’s approval, or as reasonably required by the
Procuring Entity, to expedite progress so as to ensure that the Services are
completed in accordance with the Staffing Schedule.
55.4. Final payment pursuant to the Payment Schedule in Appendices IV and V
shall be made by the Procuring Entity after the final report has been submitted
by the Consultant and approved by the Procuring Entity.
55.5. Termination - Upon the receipt or giving of any notice referred to in GCC
Clause 29 and if the Consultant is not in default under this Contract and has
partly or substantially performed its obligation under this Contract up to the
date of termination and has taken immediate steps to bring the Services to a
close in prompt and orderly manner, there shall be an equitable reduction in
the maximum amount payable under this Contract to reflect the reduction in
the Services, provided that in no event shall the Consultant receive less than
his actual costs up to the effective date of the termination, plus a reasonable
allowance for overhead and profit.
55.6. Unless otherwise provided in the SCC, no additional payment for variation order, if any, shall be allowed for this Contract.
56. Liquidated Damages for Delay
If the Consultant fails to deliver any or all of the Services within the period(s)
specified in this Contract, the Procuring Entity shall, without prejudice to its other
remedies under this Contract and under the Applicable Law, deduct from the contract
price, as liquidated damages, a sum equivalent to one-tenth of one percent of the price
75 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
of the unperformed portion of the Services for each day of delay based on the
approved contract schedule up to a maximum deduction of ten percent (10%) of the
contract price. Once the maximum is reached, the Procuring Entity may consider
termination of this Contract pursuant to GCC Clause 27.
76 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
Section V. Special Conditions of
Contract
77 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
Special Conditions of Contract GCC Clause
1.1 (g) The Funding Source is: The Government of the Philippines (GOP) under DOTr Budget
GAA CY 2016
BudgetGvernment
6.2(b) No further instructions.
7 Not applicable.
8 Not Applicable.
10 No further instructions.
12 The Authorized Representatives are as follows: For the Procuring Entity
15.1 The addresses are: Procuring Entity: Clark International Airport Corporation
Attention: Atty. Josep Jefri Miranda – BAC Chairman
Address: Corporate Office Bldg, Civil Aviation Complex, Clark Freeport
Zone, Pampanga, Philippines 2023
Facsimile: (045) 599-7748
Email Address: [email protected]
Consultants: [insert name of the Consultant]
Attention: [insert name of the Consultant’s authorized representative]
Address:
Facsimile:
Email Address:
15.2 and 15.3 Notice shall be deemed to be effective as follows: (a) in the case of personal delivery or registered mail, on delivery;
(b) in the case of facsimiles, within office hours (8:00 am – 5:00 pm)
following confirmed transmission; or
(c) in the case of telegrams, within office hours (8:00 am – 5:00 pm)
following confirmed transmission.
18.3 Not applicable
19 No further instructions.
20 No additional provision
22 The effectiveness conditions are the following: None
24 The time period shall be ____________ from the effective date of the contract.
34.2 Any and all disputes arising from the implementation of this contract shall be submitted to arbitration in the Philippines according to the provisions
of Republic Acts 876 and 9285, as required in Section 59 of the IRR of
RA 9184.
35.1 All drawings, specifications, designs, reports, other documents and software prepared by the Consultant for the Procuring Entity under this
Contract that shall become and remain the property of CIAC.
38.1(d) No further instructions.
78 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
39.5 The Consultant may change its Key Personnel only for reasons of death, serious illness, incapacity of an individual Consultant, or until after fifty
percent (50%) of the Personnel’s man-months have been served.
Violators will be fined an amount equal to the refund of the replaced
Personnel's basic rate, which should be at least fifty percent (50%) of the total basic rate for the duration of the engagement.
42.1 No further instructions.
42.4(c) No further instructions
52.1 The total ceiling amount in Philippine Pesos is Three Hundred Thirty Million Pesos (Php 330,000,000.00)
52.2 No further instructions.
53.2 No additional instructions.
53.4 No reimbursements shall be made with respect to the project.
53.5(a) The following provisions shall apply to the advance payment and the advance payment guarantee:
a. An advance payment of fifteen percent (15%) of the contract price
in Philippine peso shall be made within fifteen (15) working days
upon the receipt of the Notice to Proceed (NTP) and submission of
the required documents for the processing of the advance payment.
The advance payment shall be set off by the Procuring Entity
against the first statement of the Services.
b. 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 duly licensed surety or insurance company and
confirmed by the Procuring Entity.
53.5(c) The interest rate is: zero percent (0%)
55.6 No further instructions.
79 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
Section VI. Terms of Reference
80 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
TERMS OF REFERENCE Phase I – Construction of New Taxiways & Aprons
(Horizontal Works)
HIRING OF CONSULTANCY SERVICES TO CONDUCT DETAILED
ENGINEERING DESIGN AND CONSTRUCTION MANAGEMENT SERVICES FOR
THE HORIZONTAL INFRASTRUCTURE PROJECTS (APRON, TAXIWAY, AND
APRON/TAXIWAY SHOULDERS) OF THE CLARK INTERNATIONAL AIRPORT
NEW TERMINAL BUILDING PROJECT (FORMERLY CLARK AIRPORT LOW
COST TERMINAL)
I. BACKGROUND.
1. The Government of the Republic of the Philippines has identified the Clark International
Airport Expansion project as one of the priority infrastructure projects of the government.
2. To support the Clark International Airport Corporation (CIAC), a subsidiary of the Bases
Conversion Development Authority (BCDA), The Bidding and Awards Committee
(BAC) of the Clark International Airport Corporation seeks qualified Detailed
Engineering Consultants to prequalify and submit bids for the Hiring of Consultancy
Services to conduct Detailed Engineering Design and Construction Management Services
for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway
Shoulders) of the Clark International Airport New Terminal Building Projects (formerly
Clark Airport Low Cost Terminal) of the Airport Expansion projects which involve the
construction of the following:
2.1 New apron;
2.2 New taxiway extension;
2.3 Taxiway and apron shoulders;
2.4 Pavement markings and lightings; and
2.5 Required grading of buffer and appurtenant areas for drainage and other related
facilities.
3. The Clark International Airport (“Clark Airport”) with an IATA code “CRK”, is an
integral part of the 2,366.7-hectare Clark Civil Aviation Complex (“Clark Aviation
Complex”) situated within the 4,400-hectare Clark Freeport Zone, Pampanga. The Clark
Aviation Complex is 90 kilometers northwest of Manila. It can be accessed through the
Subic-Clark-Tarlac Expressway (SCTEX) connected to the North Luzon Expressway
(NLEX).
4. The Clark Freeport Zone was the former Clark Air Base, which from 1903 to 1991 served
the United States Air Force as the largest American base outside the United States. These
areas were greatly affected by the eruption of nearby Mount Pinatubo in June 1991. This,
coupled with the rejection of the Philippine Senate to renew the RP-US Military Bases
Agreement, resulted in the return of Clark Air Base from the United States Air Force to
the Philippine Government in November 1991. With the passage of Republic Act No.
7227 in February 1992 and the issuance of Proclamation No. 163 in April 1993, the
former Clark Air Base was declared as the Clark Special Economic Zone (“CSEZ”) in
1993.
Through the Bases and Conversion Development Authority (BCDA) and its subsidiaries,
the Clark Development Corporation (“CDC”) and the Clark International Airport
81 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Corporation (”CIAC”), the Philippine Government led the rehabilitation of the CSEZ
including the Clark Aviation Complex. Subsequently, Republic Act No. 9400 was passed
in March 2007, declaring Clark as a Freeport Zone to provide tax incentives identical
with those of the Subic Bay Freeport Zone.
In 1994, President Fidel V. Ramos issued Executive Order No. 174 and designated Clark
Airport as the next premiere gateway of the Philippines. The development of the airport
was delayed due to the restrictive provisions of the PIATCO NAIA Terminal-3
Agreement, which limited the operating capacity of Clark Airport to 850,000 passengers
per annum. However, the Supreme Court voided the contract in 2005. In October 2005,
CDC granted CIAC, a 50-year franchise to operate the Clark Airport.
Despite E.O. No. 174, regular operations in Clark Airport only started in 2002, with
United Parcel Service starting air cargo flights and eventually establishing its intra-Asian
hub, in 2003; passenger traffic trickled in with the entry of scheduled chartered flights of
South Korean airline Asiana. Subsequently, low-cost carriers (“LCC”) led by Air Asia
Berhad and Tiger Airways flew to Clark Airport from Kuala Lumpur and Singapore in
April 2005, respectively, which paved the way for international and Philippine LCCs to
establish their hub in Clark Airport.
Currently, the airport primarily serves LCCs for domestic and regional flights. In 2012,
the annual throughput was at 1.3 Million passengers – a growth of 72% from 2011’s
767,109 passengers in 2013 and 2014, however, traffic dipped to 1,200,592 (-9%) and
877,000 (-27%) passengers, respectively, owing largely to Zest Air’s (now Air Asia Zest)
transfer of flights from Clark Airport to NAIA and the pullout of certain airlines of their
flights from Clark Airport (i.e. Tiger airways with respect to their Hong kong – Davao –
and Bangkok flights. Emirates, with respect to their Dubai flights; and Sea Air with
respect to their Caticlan flights.
II. SUBMITTAL INSTRUCTIONS.
Seven (7) bound copies of the Statements of Qualifications shall be submitted. Submittals
must be in actual possession at the location indicated above on or prior to the exact time
and date indicated above. Statements of Qualification submitted after the time and date
specified herein will not be accepted. The Clark International Airport Corporation (CIAC)
- Bids and wards Committee (BAC), reserves the right to accept or reject any or all
Statements of Qualifications or to waive any irregularities therein. Any incomplete, false
or misleading information provided by or through the Consultant shall be grounds for
non-consideration.
The Consultant acknowledges that this solicitation is subject to Philippine laws and
regulations, including aviation regulations by the Civil Aviation Authority of the
Philippines (CAAP) and the Department of Transportation (DOTr) , policies, specifically
but not exclusively, as outlined in (FAA Advisory Circular (AC) 150/5100-14E), all
relating to the procurement of architectural/engineering consultant services. The
Consultant, with the submission of the Statement of Qualifications and Experience,
accepts the responsibility for knowledge of, and compliance with, the guidelines and
procedure stated within this noted documentation.
The CIAC-BAC reserves the right to make changes to this Request for Qualifications.
Changes will be made by written addendum, which will be issued to those firms that have
requested this Request for Statement of Qualifications and Experience, and firms shall
acknowledge receipt of any addendums that may be necessary.
82 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
III. DEFINITION OF LEGAL TERMINOLOGY.
A. “Applicable Law” means the laws and any other instruments having the force of law
in the Philippines as they be issued and enforced from time to time;
B. “Services” refer to the consulting services for Hiring of Consultancy Services to
conduct Detailed Engineering Design and Construction Management Services for the
Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders)
of the Clark International Airport New Terminal Building Projects (formerly Clark
Airport Low Cost Terminal), requiring adequate external management and
professional expertise that are beyond the capability and/or capacity of the Client
organization or Agency (Clark International Airport Corporation or CIAC);
C. “The Project” means the Hiring of Consultancy Services to conduct Detailed
Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark
International Airport New Terminal Building Projects (formerly Clark Airport Low
Cost Terminal) with its derived basic requirements or components, as determined by
the selected Design Consultants, as presented in this terms of reference;
D. “First Party” or “CIAC” means the Client Agency” hereby known as Clark
International Airport Corporation (CIAC); the implementing agency of the BCDA,
with jurisdiction over the Clark Aerodrome;
E. “Second Party” or “Design Consultant” or “Design Consultant/Construction
Manager” means the pre-qualified entity or firm representing the winning bidder in
bidding process or the Hiring of Consultancy Services to conduct Detailed
Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark
International Airport New Terminal Building Projects (formerly Clark Airport Low
Cost Terminal) or “the Project”;
F. “Parties” means both of them;
G. “Agreement” means the resulting Contract for the Hiring of Consultancy Services to
conduct Detailed Engineering Design and Construction Management Services for the
Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders)
of the Clark International Airport New Terminal Building Projects (formerly Clark
Airport Low Cost Terminal), which stipulates the basic agreement or guidelines in the
drafting of (a) specific agreement(s) or specific contract(s); provides the objectives of
the relations between the First Party and Second Party, and as defined by the Scope
of Works of the project, duration of the Agreement, with provisions on Deliverables
and Remunerations;
H. “Effective Date” means the date on which this Contract comes into full force and
effect;
I. “Foreign Currency” means the foreign currency exchange monetary unit, the United
States Dollar (US$) currency;
J. “Government” means the Government of the Philippines;
K. “Local Currency” means the Philippine Peso (PhP);
L. “Personnel” means persons hired by the Consultant or by any sub-consultant as
employees and assigned to the performance of the Services or any part thereof;
M. “CIAC” refers to “Clark International Airport Corporation” or hereby known as the
Client or Agency;
N. “DOTr” means the “Department of Transportation”; the line agency or department
supervising Air Transportation;
O. “CAAP” means the Civil Aviation Authority of the Philippines; the former “Air
Transportation Office (ATO)”; the national civil aviation authority in the Philippines;
P. “BCDA” means the “Bases Conversion and Development Authority”; the mother
company or agency of CIAC and CDC, the subsidiary companies covering the
83 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
jurisdictions over the Clark Aerodrome (2,200-hectares portion of the main zone) and
(2,000-hectare Main Zone or Clark Freeport Zone and 29,000-hectare sub-zone),
respectively;
Q. “CDC” means the “Clark Development Corporation”; the implementing agency or
administrator of the BCDA over the Clark Freeport Zone and its sub-zones;
R. “PMO” means the CIAC-Project Management Office; an organization of selected
detailed government officers from the DOTr, BCDA, and CIAC, and the technical
consultants from the private-sector; tasked to provide project administration over the
implementation of “the Project”; the said PMO shall supervise the work of “Design
Consultant/Construction Manager” & shall be the interface between the “Design
Consultant/Construction Manager” and the CIAC;
S. “Primary Flag Carriers” means the designated nation’s flag carriers, namely
“Philippine Airlines” and its secondary carrier, “ Cebu Pacific Airlines”; both ply the
domestic and international flights;
T. “Regular Air Carriers” means airlines (local and international) other than the
budget airlines or regional airlines;
U. “Cargo Airlines” means airlines regularly dedicated to cargo services or logistics
services such as FEDEX, UPS, DHL, etc.;
V. “Chartered Airlines” means airlines or aircrafts chartered with specific destinations
with no regular schedule nor flights; can include general aviation;
W. “Military Aircraft” means aircraft usually belonging to the Philippine Air Forces;
and/or host to its allied forces such as in the Visiting Forces Agreement, U.S. Air
Forces or aircrafts of the U.S. Armed Forces, and other visiting military aircrafts from
South east and East Asian countries such as the Republic of South Korea; usually
occupying the military area reserved for the Philippine Air Force or specifically as
permitted by CIAC; these includes helicopter aircrafts from the Philippine Air Force
(PAF), Philippine Navy (PN), Philippine National Police Aviation Group (PNP),
Philippine Coast Guard (PCG), and other aircrafts as necessary per military and
rescue operations;
X. “Budget Airlines” means regional airlines plying (mostly among Southeast Asian
and East Asian countries; served by the budget terminals and ground services
restricted by budget considerations (not using the aero bridges for loading and
unloading);
Y. “Third Party” means any person or entity other than the Client or Agency and the
Consultant;
Z. “Deliverables” means the output document required for submittal to the Client for
decision points to achieve the project activity objectives;
AA.“Remuneration” means the various types of payment for Consultant’s services and
expenses required in the delivery of project output and performance of functions as
required by the Client and agreed upon by both Parties, in accordance with the project
milestones and compliance with the expected results and Client preferences;
BB.“ADPI” means “Aeroports de Paris Ingeniere”; designated firm commissioned to
draft the “Clark International Airport Master Plan” in 2013 and completed in 2015;
IV. DEFINITION OF TECHNICAL TERMINOLOGY.
A. “Accuracy” means a degree of conformance between estimated or measured value and the true value;
B. “Aerodrome” means a defined area on land or water (including any buildings,
installations, and equipment) intended to be used either wholly or in part for arrival,
departure and surface movement of aircraft;
C. “Aerodrome Beacon” means aeronautical beacon used to indicate the location of an
aerodrome from the air;
84 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
D. “Aerodrome Certificate” means a certificate issued by the appropriate authority
under applicable regulations for the operation of an aerodrome;
E. “Aerodrome Elevation” means the elevation of the highest point of the landing area;
F. “Aerodrome Identification Sign” means a sign placed on an aerodrome to aid in
identifying the aerodrome from the air;
G. “Aerodrome Reference Point” means the designated geographical location of an
aerodrome;
H. “Aerodrome Traffic Density”
a) Light. Where the number of movements in the mean busy hour is not
greater than 15 per runway or typically less than 20 total aerodrome
movements;
b) Medium. Where the number of movements in the mean busy hour is I the
order of 16 to 25 per runway or typically between 20 to 35 total
movements;
c) Heavy. Where the number of movements in the mean busy hour is of the
order of 26 or more per runway or typically more than 35 total aerodrome
movements;
The number of movements in the mean busy hour is the arithmetic
mean over the year of the number of movements in the daily busiest
hour;
Either a take-off or a landing constitutes a movement;
I. “Aeronautical Beacon” means an aeronautical ground light visible at all azimuths,
either continuously or intermittently, to designate a particular point on the surface of
the earth;
J. “Aeronautical ground light” means any light specially provided as an aid to air
navigation, other than a light displayed on an aircraft;
K. “Aeronautical reference field length” means The minimum field length required for
take-off at maximum certificated take-off mass, sea level, standard atmospheric
conditions, still air and zero runway slope, as shown on appropriate airplane flight
manual prescribed by the certificating authority or equivalent data from the airplane
manufacturer; Field length means balanced field length for airplanes, or take-off
distance in other cases;
L. “Aircraft classification number (ACN)” means a number expressing the relative
effect of an aircraft on a pavement for a specified category;
The aircraft classification number is calculated with respect to the
center of gravity (CG) position which yields the critical loading on
the critical gear; normally the aft most CG position appropriate to
the maximum gross apron (ramp) mass is used to calculate the ACN;
in exceptional cases the forward most CG position may result in the
nose gear loading being more critical;
M. “Aircraft stand” means a designated area on an apron intended to be used for
parking an aircraft;
N. “Apron” means a defined area, on a land aerodrome, intended to accommodate
aircraft for purposes of loading or unloading passengers, mail or cargo, fueling,
parking or maintenance;
O. “Apron management service” means a service provided to regulate the activities
and the movement of aircraft and vehicles on an apron;
P. “Barrette” means three (3) or more aeronautical ground lights closely spaced in a
traverse line so that from a distance they appear as a short bar of light;
Q. “Certified Aerodrome” means an aerodrome whose operator has been granted an
aerodrome certificate;
R. “Capacitor discharge light” means a lamp in which high-intensity flashes of
extremely short duration are produced by the discharge of electricity at high voltage
through a gas enclosed in a tube;
85 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
S. “Clearway” means a defined rectangular area on the ground or water under the
control of the appropriate authority, selected or prepared as a suitable area over which
an airplane may make a portion of its initial climb to a specified height;
T. “Cyclic redundancy check (CRC)” means a mathematical algorithm applied to the
digital expression of data that provides a level of assurance against loss or alteration
of data;
U. “Data quality” means a degree or level of confidence that the data provided meet the
requirements of the data user I terms of accuracy, resolution and integrity;
V. “Declared distances”
a) Take-off run available (TORA). The length of the runway declared available and
suitable for the ground run of an airplane taking off;
b) Take-off distance (TODA). The length of the take-off run available plus the length
of the clearway, if provided;
c) Accelerate-stop distance available (ASDA). The length of take-off run available
plus the length of the stop way, if provided;
d) Landing distance available (LDA). The length of runway which is declared
available and suitable for ground run of an airplane landing;
W. “Dependent parallel approaches” means simultaneous approaches to parallel or
near-parallel instrument runways where radar separation minima between aircraft on
adjacent extended runway center lines are prescribed;
X. “Displaced threshold” means a threshold not located at the extremity of a runway;
Y. “Effective intensity” means the effective intensity of a flashing light is equal to the
intensity of a fixed light of the same color which will produce the same visual range
under identical conditions of observation;
Z. “Ellipsoidal height (Geodetic height)” means the height related to the reference
ellipsoid, measured along the ellipsoidal outer normal through the point in question;
AA.“Fixed light” means a light having constant luminous intensity when observed from
a fixed point;
BB.“Frangible object” means an object of low mass designed to break, distort or yield
on impact so as to present the minimum hazard to aircraft;
CC.“Geodetic datum” means a minimum set of parameters required to define location
and orientation of the local reference system with respect to the global reference
system/frame;
DD.“Geoid” means The equipotential surface in the gravity field of the Earth which
coincides with the undisturbed mean sea level (MSL) extended continuously through
the continents;
The geoid is irregular in shape because of the local gravitational
disturbances (wind tides, salinity, current, etc.) and direction of gravity is
perpendicular to the geoid undulation;
EE.“Geoid undulation” means the distance of a geoid above (positive) or below
(negative) the mathematical reference ellipsoid;
In respect to the World Geodetic System C 1984 (WGS-84) defined ellipsoid,
the difference between the WGS-84 ellipsoidal height and orthometric height
represents WGS-84 geoid undulation;
FF.“Hazard beacon” means an aeronautical beacon used to designate a danger to air
navigation;
GG.“Heliport” means an aerodrome or a defined area on a structure intended to be used
wholly or in part for the arrival, departure, and surface movement of helicopters;
HH.“Holding bay” means a defined area where aircraft can be held, or bypassed, to
facilitate efficient surface movement of aircraft;
II.“Human Factors principles” means principles which apply to aeronautical design,
certification, training, operations, and maintenance and which seek safe interface
between the human and other system components by proper consideration to human
performance;
86 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
JJ.“Human performance” means human capabilities and limitations which have an
impact on the safety and efficiency of aeronautical operations;
KK. “Identification beacon” means an aeronautical beacon emitting a coded signal by
means of which a particular point of reference can be identified ;
LL.“Independent parallel approaches” means simultaneous approaches to parallel or
non-parallel instrument runways where radar separation minima between aircraft on
adjacent extended runway centerlines are not prescribed;
MM.“Independent parallel departures” mean simultaneous departures from parallel or
near-parallel instrument runways;
NN.“Instrument runway” means one of the following types of runways intended for the
operation of aircraft using instrument approach procedures:
a) Non-precision approach runway. An instrument runway served by visual aids
and a non-visual aid providing at least directional guidance adequate for a
straight-in approach;
b) Precision approach runway, category I. An instrument runway served by ILS
and/or MLS and visual aids intended for operations with a decision height not
lower than 60 meters (200 feet) and either a visibility not less than 800
meters (2,624 feet) or a runway visual range of not less than 550 meters
(1,804 feet);
c) Precision approach runway, category II. An instrument runway served by
ILS and/or MLS and visual aids intended for operations, with a decision
height lower than 60 meters (200 feet) but not lower than 30 meters (100 feet)
and a runway visual range not less than 350 meters (1,148 feet);
d) Precision approach runway, category III. An instrument runway served by
ILS and/or MLS to and along the surface of the runway and;
o Intended for operations with a decision height lower than 30 Meters (100
feet), or no decision height and a runway visual range not less than 200
meters (656 feet);
o Intended for operations with a decision height lower than 15 meters (50
feet),or no decision height and a runway visual range less than 200
meters (656 feet) but not less than 50 meters (164 feet);
o Intended for operations with no decision height and no runway visual
range limitations.
Visual aids need not necessarily be matched to the scale of non-
visual aids provided; the criterion for the selection of visual aids is
the condition in which operations are intended to be conducted;
OO. “ILS” means Instrument Landing System; enables an aircraft to land if pilots are
unable to establish visual contact with the runway;
PP. “Integrity (aeronautical data)” means a degree of assurance that an aeronautical
data and its value has not been lost nor altered since the data origination or authorized
amendment;
QQ.“Intermediate holding position” means a designated position intended for traffic
control at which taxiing aircraft and vehicles shall stop and hold until further cleared
to proceed, when so instructed by the aerodrome control tower;
RR.“Landing area” means that part of a movement area intended for landing or take-off
of an aircraft;
SS.“Landing direction indicator” means a device to indicate visually the direction
currently designated for landing and for take-off;
TT.“Lighting system reliability” means the probability that the complete installation
operates within the specified tolerances and that the system is operationally usable;
UU.“Maneuvering area” means that part of an aerodrome to be used for take-off,
landing, and taxiing of aircraft, excluding aprons;
87 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
VV.“Marker” means an object displayed above ground level in order to indicate an
obstacle or delineate a boundary;
WW. “Marking” means a symbol or group of symbols displayed on the surface of the
movement area in order to convey aeronautical information;
XX. “MLS” means microwave landing system or an all-weather, precision radio
guidance system installed at large airports to assist aircraft in landing;
YY. “Movement area” means part of an aerodrome to be used for the take-off , landing,
and taxiing of aircraft, consisting of the maneuvering area and the apron(s);
ZZ. “Non-parallel runways” means non-intersecting runways whose runways extended
centerlines have an angle of convergence/divergence of 15 degrees or less;
AAA.“Non-instrument runway” means a runway intended for the operation of aircraft
using visual approach procedures;
BBB. “Obstacle” means all fixed (whether temporary or permanent) and mobile objects,
or parts thereof, that are located on an area intended for the surface movement of
aircraft or that extend above a defined surface intended to protect aircraft in flight;
CCC. “Obstacle free zone (OFZ)” means the airspace above the inner approach surface,
inner transitional surfaces, and balked landing surface and that portion of the strip
bounded by these surfaces, which is not penetrated by any fixed obstacle other than a
low-mass and frangibly mounted one required for air navigation purposes;
DDD. “Orthometric height” means the height of the geoid, generally presented as an
MSL elevation;
EEE. “Pavement Classification Number (PCN)” means number expressing the bearing
strength of a pavement for unrestricted operations;
FFF.“Precision approach runway”, see instrument runway;
GGG.“Primary runway(s)” means runways used in preference to others whenever
conditions permit;
HHH.“Road” means an established surface route on the movement area meant for the
exclusive use of vehicles;
III. “Road-holding positions” means a designated position at which vehicles may be
required to hold;
JJJ.“Runway” means a defined rectangular area on a land aerodrome prepared for the
landing and take-off of aircraft;
KKK.“Runway and safety area (RESA)” means an area symmetrical about the extended
runway centerline and adjacent to the end of the strip primarily intended to reduce
the risk of damage to an airplane undershooting or overrunning the runway;
LLL.“Runway guard lights” mean a light system intended to caution pilots or vehicle
drivers that they are about to enter an active runway;
MMM.“Runway-holding position” means a designated position intended to protect a
runway, an obstacle limitation surface, or an ILS/MLS critical/sensitive area at which
taxiing aircraft and vehicles shall stop and hold, unless otherwise authorized by the
aerodrome control tower;
NNN.“Runway strip” means a defined area including the runway and stopway, if
provided, intended:
a) To reduce the risk of damage to aircraft running off a runway; and
b) To protect aircraft flying over it during take-off or landing operations;
OOO.“Runway visual range (RVR)” means the range over which the pilot of an aircraft
on the centerline of a runway can see the runway surface markings or the lights
delineating the runway or identifying its centerline;
The determination of the airplane reference field length is solely for the
selection of a code number and is not intended to influence the actual runway
length provided.
88 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
V. DESIGN CONSULTANT SERVICES.
The Airport Design Consultant’s services required for the aforementioned scope of works
involves services generally of civil, geotechnical, structural, and electrical engineering
nature. The basic services that will be required are the following:
1. Preliminary Stage. This stage involves those activities required for defining the
scope of a project and establishing preliminary requirements. Some examples of
activities within this stage of a project includes:
1.1 Conferring with CIAC on project requirements, finances, schedules, early phases
of the project, and other pertinent matters and meeting with the Civil Aviation
Authority of the Philippines (CAAP) and other concerned agencies and parties on
matters affecting the project.
1.2 Planning, procuring and/or preparing necessary surveys, geotechnical engineering
investigations, field investigations and engineering studies required for
preliminary design considerations.
1.3 Developing or re-developing design schematics, sketches, environmental and
aesthetic considerations, project recommendations and preliminary layouts and
cost estimates.
2. Design Stage. This stage includes all activities required to undertake and accomplish
a full and complete project design. Examples include:
2.1 Conducting and attending meetings and design conferences to obtain information
and to coordinate or resolve design matters;
2.2 Collecting engineering data and undertaking field investigations, performing
geotechnical engineering studies; and architectural, engineering and special
environmental studies;
2.3 Preparing necessary engineering reports and recommendations;
2.4 Preparing detailed plans, specifications and cost estimates;
2.5 Printing and providing necessary copies of engineering drawings, contract
documents and specifications.
3. Construction Stage. This stage includes all activities to construct the project.
Examples include:
3.1 Assisting CIAC-sponsored construction works in advertising and securing bids ,
negotiating for services, analyzing bid results, furnishing recommendations on
the award of contracts and preparing contract documents;
3.2 On-site construction inspection and/or management involving the services of a
part-time or full-time resident engineer(s), inspector(s) or manager(s) during the
construction or installation stage of a project;
3.3 Providing consultation and advice to the CIAC-sponsored airport projects during
all phases of construction;
3.4 Representing CIAC-sponsored projects at pre-construction conferences;
3.5 Inspecting work in progress periodically and providing appropriate reports to the
CIAC-sponsored projects;
3.6 Reviewing and approving shop and erection drawings submitted by contractors
for compliance with design concepts;
3.7 Reviewing, analyzing and approving laboratory and mill test reports of materials
and equipment;
3.8 Preparing and negotiating change orders and supplemental agreements;
89 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
3.9 Observing or reviewing performance tests required by specifications;
3.10 Preparation of record drawings;
3.11 Determining amounts owed to contractors and assisting CIAC-sponsored
projects in the preparation of payment requests for amounts;
3.12 Making final inspection and submitting a report of the completed project to
the CIAC-sponsored projects, the CAAP, and the DOTr.
4. Special Services. The development of some projects may involve special activities or
studies. Some examples of special services that might be employed for airport
projects include:
4.1 Soils investigations, including core sampling, laboratory tests, related analyses
and reports;
4.2 Land surveys and topographic maps;
4.3 Field and/or construction surveys;
4.4 Photogrammetric surveys;
4.5 Special environmental studies and analyses;
4.6 Expert witness testimony in litigation involving specific projects;
4.7 Public information and community involvement surveys, studies and activities;
4.8 Assisting CIAC-sponsored projects in the preparation of necessary applications
for local, national or international grants*;
4.9 Preparation of or updating the airport layout plan;
4.10 Preparation of property maps;
4.11 Preparation of quality control plan;
4.12 Preparation of final report. *Optional services.
VI. EXPECTED PROJECT COMPONENTS.
a) Design Apron and Taxiway/Taxi lanes;
b) Design Apron and Taxiway Shoulder;
c) Airport Planning and Environmental Studies;
d) Design and install Taxiway Markings, and Lightings;
e) Airport Property Layout Plan; and
f) Prepare an Environmental Review
VII. ON OF LEGAL TERMINOLINIONOLOGY.
VII. PROPOSED AIRPORT LAYOUT FOR PHASE I.
In June 2013, the French Embassy in the Philippines, approached the Department of
Transportation (then known as DOTC) with an offer to conduct consultancy services for
Clark International Airport under the French Ministry of Finance’s Le Fonds d’etude et
d’Aide au Sector Prive’ (FASEP) Grant. This grant was finalized in January 2014 after
coordination with the National Economic and Development Authority (NEDA), the
Department of Foreign Affairs (DFA), and the French Government.
Under the FASEP Grant, Aeroports de Paris Ingeniere (ADPI) was appointed as the
consultant to assist the DOTr and CIAC in updating the Master Plan, preparing the
feasibility study for the proposed new terminal, preparing a concept design, and providing
assistance in the procurement process. ADPI commenced work in January 2014 and
finished in February 2015.
Whereas the Clark International Airport New Terminal Building project (“the Project”)
90 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
was approved by the NEDA Board on September 4, 2015, the DOTr now intends to
implement the Project as approved by the NEDA Board for a three (3) Million passenger
per annum terminal expandable to five (5) Million passenger per annum, as necessary.
The Project’s supervision was turned over, in March 2017, to the Bases Conversion
Development Authority (BCDA), after the DOTr decided to have it for PPP
implementation, where it is now reverted back to being a solicited project under GAA
funding, where is to build an eight (8) Million passenger per annum terminal in a period
of three (3) years with the related taxiway and apron constructions, aside from the access
roads and parking infrastructures. The design Consultant (to be selected through a bidding
process) is hereby instructed the following course of activities as part of this Terms of
Reference for the “Detailed Engineering Design and Construction Management
Consultancy” for the said Project:
1. To review the current (ADPI) Airport Master Plan, feasibility study and concept
designs for the new terminal building and assess the adequacy of the requirements of
the Project;
2. To define critical issues on the airport layout, design and implementation
(construction) and define the definite objectives of Phase I and lay the ground for the
targets and goals of the succeeding phases in the development of the Clark
International Airport Master Plan, based on a wholistic and systems approach;
3. To prepare in modular configuration, the detailed engineering design and cost
estimates for the passenger terminal building with a passenger per annum capacity of
eight (8) Million including: (a) Passenger Terminal Building; (b) support buildings;
(d) terminal apron; (e) access roads; car parking (and/or building); (f) other utility
facilities, included in the existing concept design of ADPI;
4. To conduct an Environmental Impact Assessment (EIA) study and prepare the
“Environmental Impact Statement” (EIS) for the Project, which shall be submitted to
the DENR-EMB, for subsequent issuance of the Environmental Compliance
Certificate (ECC);
5. To craft and prepare the necessary bid documents and provide assistance during the
tendering process and for the entire procurement process (RA 9184) in the selection
of qualified contractor(s) ;
6. To supervise and manage (on a daily basis) the construction of the civil and
structural; installation of electrical works and markings of the airside components;
7. To deliver the comprehensive and quality reports and documentation that will serve
as historical basis for future planning activities, upgrading, or rehabilitation;
8. To provide the latest state of-the-art technology and infuse the transfer of technology
to the future airport employees by providing training and the preparation of operating
and repair manuals, as provided for in this terms of reference.
VIII. PROPOSED IMPLEMENTATION OF THE PHASE-I OBJECTIVES.
The review of the ADPI Airport Master Plan, shall provide the opportunity for the airport
planners to draft a Master plan for the Aviation Complex, considering that the complex is
currently now a multiple-use complex with the mixing of military use and civilian uses of
the aerodrome. This should provide the guidelines to use during the eventual
transformation of this airport from the standpoint of safety, security, efficiency and
organization.
This shall also pave the way for the establishment of the proper protocols that may be
required during the construction stages of the project. The current Memoranda-of-
Agreement (MOA) between the various entities comprising the Clark Aerodrome, namely
CIAC (Clark International Airport, CRK ), the various airlines operating flights to and
91 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
from the airport regularly, the Philippine Air Force detachments and Air Wings, its
various arrangement with visiting forces such as the U.S. Armed Forces and other allied
forces, the various operating locators such as General Aviation, Cargo and Logistics firms
such as United Parcel Services (UPS), FEDEX, the aircraft maintenance locators, and
other chartered aircrafts residing within the Clark Aerodrome. The following
considerations shall be made:
IX. STUDY AREA.
The study area is defined as the area located within the 4,400 hectares of the Clark
Freeport Zone, Province of Pampanga and Angeles City defined in the feasibility study
report of the Project.
X. SCOPE OF WORK.
The Design Consultant shall discharge the Scope of Services in accordance with the
following stages:
Part 1: Review of the existing materials (literature) and preparation of the updated
conceptual design;
Part 2: Preparation of the detailed engineering design;
Part 3: Preparation of the Implementation Plan (schedule);
Part 4: Tender assistance during the Procurement process; and
Part 5: Construction, supervision and construction management.
Part 1: Review of existing materials and update of the ADPI concept plan.
The Design Consultant shall review available and relevant reports and update the air
traffic forecast and facility requirements based on the latest data and socio-economic
parameters. This involves evaluating the capacity of existing facilities at Clark
International Airport based on the existing conditions. Various considerations such as
general condition and expected life time of the facilities or sustainability of
infrastructures.
In parallel, the Consultant shall also compare the future facility requirements with
estimated capacity of the existing facilities, using results of the assessment of the capacity
of existing facilities. This will assist in determining the development priorities in the
Revised Implementation Plan.
Based on the review and update, the Design Consultant shall prepare and update the
concept design previously established. In particular, the Design Consultant shall perform
a detailed assessment of the relevant project documents including:
a. Airport Master Plan and Drawings
b. Air Traffic Study Report
c. Airport Layout Plan
d. Feasibility Study Report
e. Concept Design Report
Civil Engineering Report
Electrical HV/LV Report
Sustainable Strategy Report
Other project documents
The Design Consultant, shall prepare the conceptual site development and basic design of
92 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
horizontal structures and airside facilities including, but not limited to:
a. Apron
b. Taxiways
c. Shoulder surface
The following, among others, must be considered in crafting the conceptual site
development plan and basic design:
a. Air traffic review
b. Airport security and safety
The deliverables include (1) design criteria, siting conditions, horizontal and vertical
alignments, sizes, composition of facilities, outline of specifications, etc. on which the
detailed design is to be prepared; (2) sequence and method of construction (taking into
consideration the interfacing with the on-going construction works of the airside; and (3)
preliminary cost estimates.
Part 2: Formulation of the Detailed Engineering Design.
Based on review and comments by the DOTr, BCDA, CIAC and CAAP, on the
concept/design, the Design Consultant shall:
a. Prepare and submit the final Detailed Engineering Design; and
b. Re-assess the requirements, prepare and submit the detailed design,
specifications, cost estimates (approved budget for the contract) for
construction works, construction program including temporary
works, construction method and construction schedule for approval
by the Executing Agency.
At the time of its submission, the Design Consultant, will ensure that the detailed
engineering and design it has prepared satisfies or exceeds standards prescribed by:
a. Civil Aviation Authority of the Philippines
b. Manual of Standards for Aerodromes
c. ICAO standards and recommended practices
d. FAA Advisory Circulars (latest)
e. ACRP Reports/Synthesis
f. Any other standards/recommended practices by ICAO, FAA and
IATA.
Part 3: Preparation of the Implementation Plan.
Based on the review of existing materials (literature), the Design Consultant will prepare
the Implementation Plan for the Project such that the Phase I Passenger Terminal (under a
separate contract package) shall be for eight (8) Million Per Annum (MPA) capacity.
The Design Consultant must take into account requirements in terms of functional areas
and number or dimensioning of specific airport processes based on a defined Level of
Service ratio. The Implementation Plan will list the main functions to be provided in the
project scope. For example, it should include space and equipment requirements for major
functional elements such as ramp/apron operation, physical security for development
phase.
Under the Revised Implementation Plan, the Design Consultant will compile
93 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
requirements for the horizontal structures and future new terminal building using a set of
proven dimensioning methodology with the following:
a. Rigorous analysis of existing Aircraft Movement Area traffic process
and Client’s operational requirements;
b. Ratios usually applied t similar types of airports when this analysis
has been possible, or
c. Ratios recommended by CAAP, IATA, ICAO and FAA.
Based on existing conditions, the previously prepared facilities requirements and the
existing traffic study, the Design Consultant will identify how the airport functions and
what areas need to be expanded.
The Revised Implementation Plan must set out the projected phasing requirements for the
key facilities identified in the Detailed Engineering Design;
The deliverables will consist of a narrative report detailing the building program
(horizontal works) and a schedule of facility requirements for the development phase that
will expand the terminal capacity to 8 MPA. The Design Consultant shall determine the
triggers when the development phase shall commence.
The Implementation Plan will examine the following subjects:
a. Simulation of the Passenger Terminal Building area (Concept Plan)
including the Airside and Landside;
b. Re-organization of accesses (landside and airside);
c. Consideration of the need for expansion and flexibility of those
facilities directly linked to traffic growth (terminals, aprons, vehicle
parking areas, cargo area etc.), as compared to the facilities with
fixed needs that require a definitive location and dimensioning
(control tower, rescue/fire station);
d. Relations with the surrounding areas (access requirements, noise
impacts);
e. Compliance with national and international standards; and
f. Capital expenditure plan.
Part 4: Tender Assistance.
The Design Consultant shall assist the Executing Agency (CIAC) during the bidding for
the construction contract(s) so as to ensure compliance with the Government Procurement
Law (RA 9184) and its Revised Implementing Rules and Regulations (IRR). The Design
Consultant shall execute the following tasks:
a. Provide Terms of Reference, Bidding Documents, and Costing for
the horizontal infrastructure construction;
b. Provide professional advice to the Bids and Awards Committee
(BAC) during Pre-Procurement Conference;
c. Assist the BAC in holding a pre-bid conference(s) and in preparing
replies to queries submitted by the bidders;
d. Assists the Technical Working Group in the evaluation of the
eligibility, technical and financial bid/documents submitted by the
applicants;
e. Assists the BAC (or its Technical Working Group) in the conduct of
Post Qualification process; and
f. Recommendation of the successful bidder.
94 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Part 5: Construction, Supervision and Construction Management.
The Design Consultant exercises the authority as the “Designer” and “Employer’s
Representative” given by and on behalf of its employers in order to complete the
construction and site activities:
a. In compliance with related conditions of contract;
b. In compliance with legislation, rules, regulations, standards, specifications, technical
works and field of art rules and;
c. In compliance with application/detailed design, within specified budget and time and;
d. In compliance with post construction activities, among other but not limited to:
Final acceptance warranty
As-built plans
Testing, commissioning, operation and maintenance.
XI. STATEMENT OF QUALIFICATIONS SUBMITTAL REQUIREMENTS.
All copies of the Statement of Qualifications will be retained by CIAC and will not be
returned. The Statement of Qualifications shall include at a minimum the following:
1. Front Cover;
2. Cover Letter;
3. Background and information on Firm
3.1 Include company organization structure, company history and
background, size of company, recent experience in airport
projects, experience and familiarity with projects at aviation
airports; also include name, address, and telephone number of
person(s) in your organization authorized to negotiate contract
terms and render binding decisions;
3.2 Identify other firms that you plan to subcontract or joint
venture with, if any, for this contract and identify work items
for which they will be responsible;
3.3 Detail your knowledge, experience and capability to
successfully perform and/or administer the four (4) main basic
services described above (Preliminary Phase, Design Phase,
Construction Phase, and Special Services);
3.4 Provide a list of references from other airports (include contact
persons, contact title, contact address, phone numbers, e-mail
and a brief description of the airport project(s) you have3
worked together on.).
4. Qualifications and Information on Key Personnel.
4.1 Explain who will be the main direct contact for the (Airport
Manager) to interface with. Explain what other airports and
what other projects this person is responsible for. Please
provide 3-5 professional references for this individual;
4.2 Provide information on other key personnel that will be
involved in this contract; explain how they will be involved in
projects, their backgrounds, their experience and whom they
report , include resumes for these people;
4.3 Provide information on who would provide presentations to the
public and conduct public meetings, if required; Organizational
Chart.
5. Detail your firms and key personnel’s experiences and relationships
with (CAAP, DOTr, BCDA, CIAC) Government agencies;
6. Detail and provide evidence that firm(s) has established and
implemented an “Affirmative Action Program”;
95 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
7. Provide evidence of general liability and professional liability
insurance for the firm(s);
8. Any additional information.
XII. SELECTION CRITERIA.
Respondents meeting the Minimum Qualifications of this terms of reference,
shall be evaluated as follows:
Company Experience 25 %
Key Personnel 20 %
Understanding the Project 15 %
Project Schedule 10 %
Quality Assurance Approach 10 %
Design Approach 5 %
Use of Sub-consultants 5 %
Quality of SOQ* 10%
Total Points
1
100%
*As determined by the Selection Committee.
96 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
XIII. Manpower Requirements.
The following are the minimum manpower manning requirements:
Detailed Architectural & Engineering-Construction Management Consultant
Position Qualifications Basic Roles/Responsibilities Reports to
DC-CM
Project Manager
1 Civil engineer or Architect with at
least 10 years’ experience in airport planning & engineering design;
Successful track record as project
manager for at least two (2) airport projects that involve either (1)
detailed engineering design and
tender assistance, or (2) construction supervision and defects liability
period supervision.
Shall be responsible for the overall
conduct of the services and for providing the professional expertise
for formulating and conducting field
investigation programs.
Shall be assigned full-time on the
project from commencement until
completion of the project
CIAC PMO
Project Manager
DC-CM
Senior Airport Engineer
Deputy Project Manager
(Design)
1 Civil engineer with at least 10 years’ experience in airport planning,
design and/or construction/management
Shall be responsible in assisting the Project Manager in supervising all
the activities of the Project.
DC-CM Project Manager
Detailed Architectural & Engineering-Construction Management Consultant Position Qualifications Basic Roles/Responsibilities Reports to
DC-CM
Senior Civil Engineer
Deputy Project Manager
(Construction)
1 Civil engineer with at least 10 years’ experience in airport planning,
design and/or
construction/management.
Shall be responsible for the supervision of all construction
operations-Horizontal
DC-CM
Project Manager
DC-CM
Sr. Structural Engineer
(Design)
1 Should be a qualified civil or
structural engineer (with Masters in
Structural engineering) with at least 10 years’ experience in structural
engineering design and/or
construction supervision/management of vertical
structures.
Shall be responsible for the design of
all pavements (runway, taxiways &
apron);
Prepares technical specifications and
cost estimates;
Conducts engineering studies &
pavement evaluations (ACN/PCN).
DC-CM
Deputy Project Manager
(Design)
DC-CM
Sr. Electrical Engineer
(Design/Construction)
11 Should be a qualified professional
electrical engineer with at least 10 years’ experience in planning,
engineering design and/or
installation supervision of electrical systems for vertical structures as well
as power supply/distribution systems
and telecommunications system.
DC-CM
Deputy Project Manager
(Design)
Detailed Architectural and Engineering-Construction Management Consultant
Position Qualifications Basic Roles & Responsibilities Reports to
DC-CM
Sr. Electrical Engineer
(Construction)
1 Should be a qualified electrical engineer with at least 10 years’
experience in planning, engineering design and/or installation supervision
of electrical systems for vertical
structures as well as power supply/distribution systems and
telecommunications system.
Shall be responsible for the electrical design & supervision installation of
(visual aids) electrical works of the taxiways, aprons & repair works on
other areas.
Shall prepare final inspection of installations & as-built plans of the
electrical works (visual aids)
Shall be in-charge of commissioning of electrical works (visual aids) of
the new airfield (taxiway & apron) lights
DC-CM Deputy Project Manager
(Construction)
DC-CM
Sr. Materials Engineer
(Quality Control)
1 Should be qualified materials (civil
or chemical) engineer with at least
10 years’ experience in airport
planning, and engineering design and/or construction supervision and
management.
Shall be responsible for the Quality
Assurance program of the project;
Shall keep the maintenance of all quality control records and maintain
consistent tracking of all materials
tests and their conformance to the plans and specifications and the
compliance to the ICAO,AASHTO,
& other relevant standards & codes.
DC-CM
Deputy Project Manager
(Design)
DC-CM
Sr. Civil Engineer
1 Should be a qualified civil engineer
with at least 10 years’ experience in
Shall be responsible for supervision
of all earthmoving works and
DC-CM
Deputy Project Manager
97 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
(Construction-Horizontal)
airport construction
supervision/management
Must have at least 5 years’
experience in horizontal construction
drainage constructions
Shall be responsible for the
commissioning of all civil works
(taxiways, aprons, access roads, car
parking, all drainage works) & drainage works.
(Construction)
Detailed Architectural & Engineering Design-Construction Management Consultant Position Qualification Basic Roles & Responsibilities Reports to
DC-CM
Senior Electronics &
Communications
Engineer
(Sr. NAVAIDS
Specialist)
1 Should be a qualified professional
electronics engineer with at least 10 years’ experience in airport
navigational aid facilities.
Shall be responsible for the evaluation
of the Airport Master Plan (navigational aid components);
compliance, adequacy & reliability
Shall prepare an inventory of existing Navigational systems & prepare a
report on their condition
Preparation of proposals for future ATC equipment acquisition
DC-CM
Deputy Project Manager
(Design)
DC-CM
Sr. Quantity/Cost
Engineer
(Construction)
1 Should be a qualified engineer or architect with at least 10 years’
experience in cost estimation of large
scale horizontal and vertical construction projects, particularly
airport and aviation development
projects.
Shall prepare cost comparison studies & optimization studies
Prepare post-bidding re-conciliation/adjustments of contractor
bid estimates (bill of quantities)
Prepare cost templates for construction monitoring & quantity surveys
Conduct quantity surveys for progress billing certifications.
DC-CM Deputy Project Manager
(Construction)
DC-CM
Document Specialist
(Design/Construction)
1 Should be a B.S. degree holder, who has at least 10 years’ experience in
preparing bid documents for
Government projects.
Shall be responsible for all document control
Shall prepare bid documents
(assistance to CIAC during the bidding period & evaluation)\
Shall prepare templates/form for reporting requirements of
design/construction
DC-CM
Deputy Project Manager (Design)
DC-CM
Sr. Transport
Planner/Economist
(Design)
1 Should be a graduate of economics or related fields, who has at least 10
years’ experience in transport
infrastructure project feasibility studies.
Shall conduct a data review of the Airport Master Plan
Shall evaluate new data & update the Airport configuration & re-set future
targets/improvements in the Airport
Master Plan
DC-CM Deputy Project Manager
(Design)
DC-CM
Sr. Environmental
Specialist
(Design/Consruction)
1 Should be a qualified consultant/planner with at least 10
years’ experience in planning and design, construction methodologies
and sustainable management system.
Evaluate environmental conditions & prepare an Environmental Impact
Statement & secure an ECC for the project
Shall evaluate construction activities & measure the environmental & social
impacts
Conduct a periodic assessment of the impacts of Clark Airport’s yearly
operations on the environment/propose solutions to mitigate pollution
(emissions & noise)
DC-CM Deputy Project Manager
(Design)
DC-CM
Geodetic Engineer (Surveyor)
Should be a graduate of Geodetic Engineering; a licensed Geodetic
Engineer with at least 10 years’
experience in the construction of airport-related projects
Should be knowledgeable in the use of
GPS and state-of-the art in surveying
DC-CM
Safety Engineer
(Construction)
1 Should be a graduate of any
engineering discipline and with at least 10 years’ experience in the
construction of airports or airport-
related projects
Must have earned at least adequate
points (must have completed safety
course on LCM) to be a full-time safety engineer
Evaluates the Construction Safety Plan
of contractors (airside)
Supervises & evaluates the
performance (safety) of contractors &
subcontractors & monitors safety risks of construction operations on FOD
Prepares proposals on mitigation measures & resolves construction
safety issues
DC-CM
Deputy Project Manager
(Construction)
Support Staff:
Jr. Structural Engineer 1 Support Staff
Jr. Civil Engineer 1 Support Staff
Jr. Electrical Engineer 1 Support Staff
Jr. ECE 1 Support Staff
98 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Jr. Quantity Engineer 1 Support Staff
Admin/Accountant 1 Support Staff
Admin/Assistant 1 Support Staff
Secretary 1 Support Staff
Computer Operators 2 Support Staff
CAD Operators 3 Support Staff
Equipment Technician 1 Support Staff
Messenger/Utility Worker 1 Support Staff
Drivers 5 Support Staff
The other key consultant staff shall be qualified engineers in the field relevant to the position who have at least 5 years’
experience in airport development studies, planning, design, and/or construction. All key consultants must have a valid
licensed from the Professional Regulation commission (PRC).
XIV. DESIGN CRITERIA.
1. Airport Pavement - Runway, Taxiways and Apron.
a) It is assumed that the Clark International Airport and other current airside
operations shall be, generally, active throughout the duration of the
construction activities for the Project. However, particular attention should be
made on construction activities within the Clark Aerodrome. Various
restrictions shall be imposed on the Northern portion (where the new
taxiways and Passenger Terminal shall be constructed).
b) Due diligence shall be required from the Design Consultants to review the
ultimate capacity of the existing runway. Although, the CIAC is advised to
solicit a proposal to extend the runway to 4,000 meters (to accommodate
fully-loaded Boeing B-747-xxx, Airbus A-3xx, and large heavy air transports
in the near future-Aircraft Design Group VI); this shall be implemented when
the second runway (4,000 meters) shall have been available (most probably in
2022).
c) It would also be prudent for the Design Consultant to know the current
ACN/PCN ratings of the various pavements (other taxiways and aprons)
within the aerodrome to optimize the Airfield capacity (actual bearing
capacities of pavement). This would also be helpful for future maintenance
requirements of the aerodrome.
d) The plan to detour the taxiway routes of arriving (most of the time) aircrafts
would depend on finding out the capacities of other existing taxiways (based
on aircraft loading & the traffic frequency). If the findings would provide
restricting data, varying schedules of re-routing will be necessary for
prolonged durability of pavement.
e) This re-routing may be necessary after the closing of the diagonal exit
taxiway from the main runway threshold to the North Apron (Budget
Terminal). The demolition of this taxiway may be deferred; the taxiway (in
front of the new Terminal) shall have to be constructed first before the
demolition of the diagonal taxiway. These routes will have to be constructed
first, as there is no existing access route (no existing direct taxiway from the
runway’s end); if the diagonal taxiway remains, construction may proceed
with the parallel taxiways (demolition, earthmoving and paving). Only after
the full curing of the concrete pavement shall traffic be allowed (full
commissioning shall have been made at this point). Once the whole route to
the North Apron (alternative route) has been made available, only then the
demolition of the diagonal taxiway may proceed. By this time, construction
99 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
of the Passenger Terminal should be commencing. The construction of the
Terminal apron may start after the demolition of Runway 2 (portion of
Runway 2 covered by the new Passenger Terminal). Other works outside of
these areas may be started independently (such as access roads, car parking);
f) During the earthmoving and construction of the parallel taxiways (route to
North Apron), stringent control (traffic at the intersection of the diagonal
taxiway and haul road towards the northwestern exits) on traffic between haul
vehicles vs. taxiing aircrafts and dust control should be implemented;
g) Primary considerations shall be made on dust/debris control to prevent FOD
(Foreign Object Damage). Earthmoving may be stopped if the wind direction
may be going eastwards or southwards;
h) The use of the runway for taxiing is strongly discouraged for safety reasons;
if conditions allow, aircraft landing is encouraged from north-to-south
direction (if possible, aircraft landing from south-to-north is discouraged);
i) A proposal from the Design Consultants (initial programming of the taxiway
construction activities) is highly solicited; a thorough evaluation from the
CIAC in-house consultants, the CIAC engineering department, the Design
Consultants, representatives from CAAP; upon recommendation from the
technical resource members, members of the CIAC Board shall make the
decision.
The pavement design for the taxiways and aprons shall be as provisions of Chapter 2 & 3
of the ICAO Aerodrome Standards and shall be consistent with provisions of the AC-
150/5325-4B, the preliminary engineering shall be based on requirements of AC-
150/5320-6F and shall not be less than the provisions of the ICAO Aerodrome Standards
Annex 14 Chapter 2. Any pavement evaluation of shall be based on procedures as per AC
150/5320-5C Standardized Method of Reporting Airport Pavement Strength (Refer to the
Basis of Design Table).
2. Drainage of Airport Pavements – Runway, Taxiways and Apron.
During the preliminary engineering of the project, a hydrological study of the areas of
the Clark Aerodrome shall be conducted. This shall apply to the period for this phase
of the project only. Later developments shall result in a changed hydrological patterns.
Adequate drainage of paved areas through a proper conveyance system, and through
efficient infiltration capacities of impervious surfaces; in case of the probability of
flash floods, water impounding ponds may be constructed outside of movement areas.
Preliminary engineering shall include a full topographic survey of the existing
aerodrome areas (not including the future expansion plans) including other areas
outside of the construction limits. Soil investigations shall be made on proposed
pavements for taxiways and aprons, including extensions of shoulders. The building
areas investigations required for five-level structures (big shed type or space u.
3. The objective for the design of the taxiway, and apron pavements is to accommodate
ADG VI aircraft. The construction shall be designed to accommodate maximum
expected traffic levels and a foreseeable variety of aircraft (Group VI) for the next 30
years of service.
Per FAA guidelines, for new larger aircraft such as Airbus A-380 and Boeing 747-
800, taxiways for ADG VI aircraft should be constructed one 25 meter wide (eighty-
100 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
two (82) feet wide) with 12 meter (forty (40) feet) of shoulder on each side of the
taxiway. All works shall be designed to meet FAA standards and procedures and
ICAO Aerodrome Standards Annex 14 (Refer to Basis of Design Table).
4. A separate Preliminary Engineering Study Stage (Phase I) will be required of the
Design Consultant before the Design Stage to determine future taxiway capacity and
traffic loads, to develop alternative solutions and report on the results of the
investigations of the various systems. The studies will be documented by a written
Preliminary Engineering Report (PER). It will include results of investigations, the
Consultants’ assessments, recommended design solution, construction budget
estimates corresponding to the various design and upgrade alternatives as well as
schedules, exhibits and illustrations. During the study stage, the Design Consultant
will be required to hold periodic meetings with the project team to discuss, conditions
encountered, decisions, and coordination/support. Upon completion of this stage,
(30% review submittal), the CIAC-Engineering Department will choose the
design/upgrade alternative to be designed by the Design Consultant.
5. During the Design stage, formal review submittals will be required at approximately
the 65%, 95% and 100% design progress levels. These submittals will include
drawings, specifications and semi-detailed cost estimates corresponding to the level
of design development. The Final Engineering Report (FER) shall be submitted at the
end of the Design Stage, and a revision, if necessary, after construction is complete.
Periodic meetings with the project team are normally held also during this stage.
6. During the construction stage, the Design Consultant will furnish CIAC-Engineering
Department, the Phase I-Construction Contract Documents. The services envisioned
generally include periodic observation of the work, consulting with CIAC
concerning the quality, execution and changes needed, review of shop drawings,
submittals, test reports review, issuing clarifications or change documentation,
attending weekly progress meetings and prepare final inspection punch-list. The
Design Consultant shall be required to do a detailed inspection except Project
Administration services which shall be the responsibility of CIAC.
XV. SCOPE OF SERVICES.
General
1. The work shall consists of geotechnical investigations and topographic surveys,
traffic load and design alternatives analysis, life cycle cost studies, and
recommendations. The development of cost effective design solutions and
construction documents will be based on the decisions taken on the study stage
report. Estimates of probable construction cost and schedule, as well as work phasing
recommendations to minimize construction interference with airfield operations will
also be required both during the study stage and the design stage.
2. The contracted design firm will be responsible to obtain plans review and agency
approvals before work is advertised for construction bids and to update construction
and record documents to “As-Built” condition.
Work Element
1. Specifically, the services will consists of all actions needed incidental to the
accomplishment of the design for the project consisting of the following major work
elements:
101 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
a) All work shall be coordinated with CIAC-Engineering Department;
b) Evaluation of the taxiways’ pavement’s current theoretical traffic capacity by
field tests and calculations in comparison to the anticipated traffic load and
aircraft mix;
c) Construct the parallel taxiways to accommodate ADG VI aircraft (TDG VII);
d) Design Consultant shall evaluate horizontal and vertical geometry for compliance
with the latest FAA Advisory Circular for ADG VI (TDG VII);
e) Any replacement and improvement of the existing taxiway surfacing with
concrete pavement without changing the taxiway’s structural integrity;
f) Replacement of asphalt mower strip shoulders at the taxiways to accommodate
ADG VI requirements;
g) All electrical work shall comply with the latest applicable revision of the NEC –
National Electrical Code, the Philippine Electrical Code, NFPA -70E, FAA 150
series of Airport Advisory Circulars;
h) All electrical field work shall be coordinated and approved by CIAC-
Engineering’s electrical superintendent. This includes relocating and/or installing
any power distribution equipment;
i) All communications will be coordinated and approved by CIAC-IT Department.
All communications work shall follow CIAC-approved standards and
specifications. This includes but not limited to all communications duct bank,
cabling and electronic equipment, etc.;
j) Design Consultants shall utilize personnel with a minimum of five (5) years of
experience of producing substantial design of control systems on similar
equipment, and shall be able to show evidence of at least five (5) installations in
satisfactory operation for at least five (5) years;
k) Submittals shall include the following:
(1) Dimensional information;
(2) Three-line diagrams;
(3) Technical specifications;
(4) Catalog cuts;
(5) Construction details of enclosures.
l) Replacement of taxiways edge lights and installation of taxiway centerline lights:
LED is recommended to be used for all taxiway edge lights. Possibilities of using
LED at the centerline, and for signage should also be considered. Acceptable
LED and light fixtures manufacturer list shall be provided and approved by
CIAC. LED and light fixtures specification and cut sheets shall be submitted for
CIAC approval. Recommend adding electrical fixtures at 15 meter (50 feet)
spacing.
m) Replacement of light fixtures, cable, spacers, multi-hole adapter rings and
transformers, where applicable along taxiway;
n) All signs and panels shall comply with the latest FAA requirements;
102 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
o) Evaluate lighting circuits for quality of insulation resistance and make
recommendations. Constant current regulator loads need to be analyzed and load
re-distributed to prevent overloading. New circuits may be required.
p) Evaluate the new parallel taxiways for their capacity to accommodate Group VI
aircraft for the next 30 years of service. The taxiways may be widened as
determined by CIAC. All work shall be designed to meet FAA standards and
procedures;
q) Review and implement recommendation from CIAC experience on in-field
drainage analysis; the intent is to make storm water elevations lower than the
electrical and communications MH top-of-grate elevations;
r) All structures within safety areas of the taxiways shall be aircraft-rated;
s) Design of pavement markings per the latest FAA Advisory Circular-AC
150/5340-1L (09/27/2013).
XVI. TECHNICAL CONSIDERATIONS.
In general, it is CIAC’s desire that all works on this project reflects engineering
excellence, economy and use proven, up to date technology meeting applicable codes,
engineering standards and be reasonably reflective of the established budget. It is
understood that the study phase investigations and analysis may develop information
and/or solutions that could result in adjustment of the current budget to assure maximum
cost-benefit from the project.
Design of Taxiway Pavement:
1. Pavement design alternatives shall be developed to meet the requirements of the latest
FAA Advisory Circulars, specifically AC 150/5300-13A and AC 150/5320-6E and
prudent engineering judgment of the physical condition of the various pavement
areas, contributory cause of deterioration and current technical capabilities. The
alternatives shall also respect the structural concept of the pavement in so far as
feasible while meeting the needs of future traffic loads.
2. Anticipated airport traffic levels have been projected by the Airport Master Plan
update. Probable traffic loads on individual airfield areas shall be developed as part of
infrastructure project (Airfield Pavement Management Study). The Design Consultant
shall study the corresponding reports, for review and reference.
3. The Design Consultant shall draw its own conclusions from the data and perform a
minimum amount of additional research study/updating of the information, especially
regarding aircraft mix, to assure himself of the sufficiency of the premises chosen to
meet the needs of the project.
4. The Design Consultant will be required to perform surveys, testing and pavement
evaluations of pavement areas to be improved to determine actual strength and
conditions that may affect decisions. Soil studies and survey will also be required to
the extent necessary to support the evaluation and design efforts.
103 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
5. The Design Consultant shall prepare not less than three (3) concrete pavement
alternatives for the present and future improvements of the pavement for CIAC’s
considerations, and shall make recommendations concerning the optimum solution
and timing of any future structural reinforcement that may be needed to accommodate
traffic growth. The alternatives will include initial and the life cycle cost projections.
If the pavement elevations change as a result of the upgrade the work will include the
appropriate transitions to adjacent pavements. Pavement thickness calculations shall
comply with the latest FAA Advisory Circular.
6. Re-establishing of pavement markings shall also form part of this project to meet the
latest FAA Advisory Circular requirements at the time of construction. Generally,
they shall include the centerline stripping & lead in and hold lines. Replace surface
painted and mandatory enhanced hold short markings and thermo-plastic material
rather than paint. At locations where paint is necessary, the paint used shall be latex
based lead-free water-borne traffic paint on asphalt and concrete surfaces; and two (2)
coats of paint should be applied to all markings. Type III beads shall be used. Paint
markings as a minimum shall meet the requirements of (Federal specifications TT-
P1952D).
7. Sustainability is becoming increasingly important in preserving the longevity of the
taxiway pavement structures. The Design Team should address how sustainability is
provided for both the key components of the pavement design and construction as
well as elements of the program of monitoring to be carried out by CIAC to assess the
need for pavement maintenance. Key components of the design would include
pavement support, joints, and drainage components; aspects of construction would
include crack control and quality of curing. The Design Team should outline the key
aspects of the maintenance monitoring program (to include equipment and frequency
of testing) that should be undertaken to preserve the condition of the pavement
structure at a high enough level to avoid the need for full-depth patch repair or joint
under-sealing over the design life of the pavement structure.
8. Prepare construction phasing plan including staging/haul routes.
9. Prepare cost analysis-cost comparison analysis for each proposed alternative design.
Airfield Lighting Modifications.
1. The new regulator line up will need to be incorporated in the Airfield Lighting
Control system. The system will require software and hardware upgrades.
2. The Design Consultant shall utilize an experienced specialty firm with qualifications
specifically in the product design of control systems, ALRCS and addressable
components for Runway Guard Light System and LED products for the airfield. The
qualifications of the personnel shall include performance specifications, system
design, electronic testing of runway guard light systems, and detailed technical
knowledge of the addressable lighting products control systems and LED products
from all suppliers.
Airfield Drainage Repairs.
Design re-grading as necessary to prevent storm water intrusion into electrical and
communications duct systems through the MH.
1. Re-grading along pavement edges and to improve area drainage may be necessary.
Should re-grading affect manholes, markers, signage, and drainage facilities, those
104 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
shall be adjusted to the new grades or ne grading designed in a manner to minimize
such adjustments.
2. All re-graded areas shall be top soiled and grassed. Solid sodding will be used along
pavement edges, drainage channels and around storm inlets. A combination of strip
sodding, hydro seeding and mulching shall be used in open areas.
XVII. MISCELLANEOUS REQUIREMENTS/SPECIAL CONSIDERATIONS.
1. The Design Consultant will endeavor to stay within the established budget and advise
at various stages of progress of expected probable cost so that appropriate
decisions/adjustments may be made by CIAC. Statements of estimated construction
cost (line item, unit cost, and quantities) will be submitted at the conclusion of the
engineering study stage and with 30%, 65% and 95% design progress submittals.
2. The areas within the north complex must continue in operation while the project is
constructed. The (demolition of Runway 2 and the diagonal exit taxiway will be
deferred) the diagonal exit taxiway (leads to the north apron) shall first be utilized
while the new parallel taxiway and taxiway link to the north apron, are being
constructed. Upon curing and completion of parallel taxiway and link taxiway to the
north apron, such shall be commissioned and open to traffic. The demolition of the
portion of Runway 2 and the diagonal exit taxiway shall be demolished and aircraft
traffic shall be re-routed using the new taxiway and linkage to the north apron. Other
taxiways shall be kept in operation at all times. The selected firm as Design
Consultant, shall prepare a phased construction schedule concept and operations plan
as part of the preliminary (30%) design submittal for CIAC approval, and incorporate
the finalized phased construction schedule into the construction documents. Schedule
and phasing of work elements shall be designed to minimize construction impact on
airfield operations.
3. Computer Aided Design and Drafting (CADD) Requirements:
All project record drawings submitted by the Design Consultant to CIAC shall be
provided in a format in accordance with the CIAC-approved standards, and shall be
submitted on appropriate electronic media as specified. The Design Consultant will
be required to produce/transcribe the design drawings into a compact disc (CD) in
Autocad 2015 (or latest version) computer data disks and provide it as a
“Deliverable” to CIAC, in addition to the traditional “hard copy” plans and
specifications.
XVIII. AIRSIDE CONFIGURATION AND GEOMETRIC DESIGN AND THE
AIRSIDE
The Terms of Reference herewith provides the prospective Design Consultant (Detailed
Engineering Consultant of the proposed project) the fundamental principles of geometric
design of the airfield and the specific design standards and procedures required for the
preparation of plans and specifications for the airport airside. The process to follow and
topics to be covered include the following:
a) Airfield configuration
b) Runway orientation
c) Taxiway length
d) Longitudinal-grade design for runways and taxiways
e) Geometric design for runways and taxiways
105 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
f) Design of obstruction-free surfaces
The design criteria presented herewith have been derived from the ICAO and the U.S.
FAA, with some variation in the rigidity of these criteria. Unless otherwise indicated, the
ICAO criteria are recommended practices, as distinguished from compulsory standards.
The ICAO annexes are Designated Standards and Recommended Practices.
Similarly, the FAA criteria are recommended standards rather than absolute requirements.
Because of local conditions, designers may find it necessary to deviate from a particular
standard. Any decision to deviate from a particular standard should be discussed with the
Licensing Authority and dispensation (the Department of Transportation and the Civil
Aviation Authority of the Philippines-the DOTr and CAAP) obtained before proceeding
to final designs.
A table for the Basis of Design is hereby attached as Section XIX in this Technical Terms
of Reference. The Design Consultant is hereby advised to base the engineering
configurations and calculations on the design criteria as recommended by the ICAO
(Aerodrome Manual Annex 14) and as recommended the U.S. Department of
Transportation Federal Aviation Administration (FAA).
Airports are grouped into classes according to the type of air service provided. The design
requirements for the Clark International Airport (CRK) must reflect the numbers, types
and operating characteristics of the aircraft to be served.
The FAA provides design criteria for six (6) groups of transport airports, four (4) classes
of general aviation airports, and special criteria for heliports and short take-off and
landing (STOL) ports. Aircraft are grouped according to approach speed and wingspan
width.
The ICAO relates the recommended runway dimensions and clearances to an “airport
reference code”. The code takes into account key lateral dimensions of the critical aircraft
as well as the runway length requirements of the critical aircraft for sea-level and standard
atmospheric conditions.
The primary determinants of airport geometric design are the overall layout and
geometric characteristics of the airfield. Airfield configuration is the general arrangement
of the various parts or components of the airport airside system.
106 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
XIX. BASIS OF DESIGN.
Basis for Detailed Design
Object/Design
Activity/Phase of
Development
ICAO Recommended Design
Criteria & Standards
FAA Recommended Design
Criteria & Standards
Specific Design
Criteria/Issue
1 Review of Master Plan/Concept
ICAO Aerodrome Standards
Aerodrome Design & Operations
Annex 14 3rd Edition 07/1999
Chapters 2 & 3
FAA AC-150/5070-6B 01/27/2015
Object: ADPI Concept
Master Plan for the Clark
International Airport
This Advisory Circular (AC) provides guidance for the preparation of master
plans for all airports. Its intent to foster
the development and adoption of a flexible approach to master planning that
devotes resources and attention to
critical issues.
2 Review of Runway Length
Requirements for Phase 1
FAA AC-150/5325-4B
07/01/2005
Do we consider having
additional runway length for
Phase 1?
Object: Existing Main Runway (current length of
3200 M x 60 M)
Various factors govern the suitability of available runway lengths, most notably
airport elevation above mean sea level,
temperature, wind velocity, airplane operating weights, takeoff and landing
flap settings, runway surface conditions
(dry or wet), effective runway gradient, presence of obstructions in the vicinity of
the airport, and if any, locally imposed
noise abatement restrictions or prohibitions. To design /construct an
additional runway length to existing
runway that is suitable for the forecasted critical design airplanes.
Rationale: Increase to 4,000 M Airbus A-3xx & B-747-xxx
aircraft requires a minimum
takeoff runoff length of 4,000 M (11,000 feet
minimum requirement of
large NLA). Does the given runway
capacity match with the
targeted Terminal capacity of 8 MPA?
3 Review of Airport Concept
Design P-1
FAA AC-150/5300-13A
09/28/2012
Do we consider deferring the
demolition of Runway 2 & diagonal exit Taxiway (to
North Apron) ?
Object: Schedule of Demolition of Existing
Runway 2 & Exit Taxiway
(diagonal taxiway to North Apron)
USDOT-FAA AC 150/5300-13
09/29/1989
Airport Design Federal Aviation Administration (FAA)
standards & recommendations for airport
design.
Rationale: No alternative taxiway route to North
Apron; the setting & curing of
the new apron & taxiways may take a longer time
affecting revenue operations
of the North Apron.
Airport Geometry
Runway Design Rationale
Surface Gradient & Line of
Sight
107 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Object/Design
Activity/Phase of
Development
ICAO Recommended Design
Criteria & Standards
FAA Recommended Design
Criteria & Standards
Specific Design
Criteria/Issue
Site requirements for
Navaid & ATC Facilities
The Construction
Management Plan should include the prevention, if not
the mitigation of FOD; efforts
should be done to mitigate the potential of FOD
(construction operations area
should be blocked off); consideration of wind speed
& direction to prevent the
spreading of construction debris.
4 Preliminary Engineering P-
1 ICAO Aerodrome Standards
Aerodrome Design & Operations Annex 14 3rd Edition 07/1999
Chapter 2 Aerodrome Data
FAA AC-150/5320-6F
11/10/2016
Chapter 2: Soil Investigations and
Evaluations 1. Soil Conditions
2. Subgrade Support
3. Drainage 4. Aerial Photography
5. Surveying & Sampling
6. Number of borings, locations & depths
7. Subsurface borings &
Pavement cores 8. In-place testing subgrade
stabilization
9. California Bearing Ratio
A minimum list of materials
testing requirements is found in Appendix I.
FAA AC 150/5335-5C
Standardized Method of Reporting
Airport Pavement Strength
5 Airport Pavement Design P-1
ICAO Aerodrome Standards
Aerodrome Design & Operations
Annex 14 3rd Edition 07/1999 Chapters 2 & 3
FAA 150/5320-6F
11/10/2016
Airport Pavement Design & Evaluation
ICAO Runway Surface Conditions
Assessment, Measurement and Reporting
FAA AC 150/5300-13A
02/26/2014
Airport Design
ICAO Aerodrome Standards
Aerodrome Design & Operations
Annex 14 3rd Edition 07/1999 Attachment A
These standards and recommendations
represent the most effective national
approach for meeting the long-term aviation demand that is consistent with
national policy.
Design of Concrete Airport Pavement
R. Packard Portland Cement Association
IPRF Research Report
Best Practices for Airport
Portland Cement Concrete Pavement
Construction
04/2003
6 Taxiway Pavement & Geometric Design P-1
ICAO Aerodrome Standards
Aerodrome Design & Operations
Annex 14 3rd Edition 07/1999
Chapters 2 & 3
FAA AC 150/5300-13A 02/26/2014
Taxiway Fillet Design
7 Apron Pavement &
Geometric Design
ICAO Aerodrome Standards
Aerodrome Design & Operations
Annex 14 3rd Edition 07/1999 Chapters 2 & 3
108 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Object/Design
Activity/Phase of
Development
ICAO Recommended Design
Criteria & Standards
FAA Recommended Design Criteria
& Standards
Specific Design
Criteria/Issue
8 Airport Drainage Planning
& Design
FAA AC 150/5320-5D
08/15/2013 Guidance in the design& construction of
airport surface storm drainage systems;
& subsurface drainage systems for paved runways, taxiways, & aprons.
9 Design of Airport
Markings ICAO Aerodrome Standards
Aerodrome Design & Operations
Annex 14 3rd Edition 07/1999 Chapters 5.1 , 5.2 & 5.5
FAA AC 150/5340-1L
09/27/2013
Standards for Markings used on airports runways, taxiways, & aprons.
Consideration of removal of
obsolete military markings, if
any, on existing pavements or structures & replacement of
new markings for civil
airports? A rationalization study should be made as to
the medium-term & long-term
plans for the airport utilization and/or partitioning
of the areas for military use
& civilian use.
Rationale: The airfield has
been a former U.S. Military
Air Force Base; remnants of old markings remain, if any to
this date; a review of the
“Master Plan” for the Airport Complex which
involves the joint use of the
Airport Complex’ areas
FAA 10/2011
Airfield Standards
Airfield Markings
Airfield Lighting
10 Design & Installation of
Visual Aids (Lightings) on
Runways, Taxiways &
Aprons.
ICAO Aerodrome Standards
Aerodrome Design & Operations
Annex 14 3rd Edition 07/1999
Chapters 5.3, 5.6 & 7.0
FAA AC 150/5340-30H
07/21/2014
Guidance & Recommendations on
Installation of Airport Visual Aids
(including Lightings)
ACRP Report 148
LED Airfield Lighting System Operation
& Maintenance
11 Planning & Design
Guidelines for Airport Terminal Facilities
ICAO Aerodrome Standards
Aerodrome Design & Operations Annex 14 3rd Edition 07/1999
Chapters 8 & 9
FAA AC 150/5360-13
04/22/1988 Planning & Design of airport Terminal
Buildings and related facilities
Siting Requirements for the Airport Fuel Farm
ACRP Report 25
Volume 1
Airport Passenger Terminal Planning &
Design
A comprehensive study should be made to locate the
proposed fuel farm (fuel is
supplied by trucks); it may not be feasible to revive the
old fuel line from the depot to
the airport; remnants of the existing structure (fuel pump
should be demolished).
Siting Requirements for Power Emergency Support
Facilities
ACRP Report 52
Guidebook
Wayfinding & Signing Guidelines for
Airport Terminals & Landside
109 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Object/Design
Activity/Phase of
Development
ICAO Recommended Design
Criteria & Standards
FAA Recommended Design Criteria
& Standards
Specific Design
Criteria/Issue
Chapter 10: Passenger Terminal
Airport Passenger Terminal Hart, W. (Wiley Interscience)
Chapter 3: The Problem of Capacity &
Delay
Airport System Development
12 Standards for Airport Sign
Systems ICAO Aerodrome Standards
Aerodrome Design & Operations
Annex 14 3rd Edition 07/1999 Chapters 5.4
FAA AC 150/5340-18F
08/16/2010
Standards for Siting & Installation of Signs on airport Runways & Taxiways
13 Standards for Specifying
Construction for Airports
FAA AC 150/5370-10G
07/21/2014 Materials & Methods Used for
Construction on Airports-Include
General Provisions, Earthworks, Flexible Base Courses, Flexible Surface Courses,
Rigid Pavement, Fencing, Drainage,
Turf, & Lighting Installation
14 Operational Safety on
Airports During
Construction
FAA AC 150/5370-2F
09/29/2011
Operational Safety on Airports During Construction
ACRP Report 42
2011
Sustainable Airport Practices
Sustainable Construction Practices in
Airport Rehabilitation Projects Eileen M. Velez-Vega, PE & David R. Bardt, PE
Kimley-Horn & Associates, Inc.
Security Checkpoint Layout Design/Re-
configuration Guide Version 1 (11/07/2006)
Transport Security Administration
USDHS
15 InformationTechnology
Enhancement
ACRP Report 88
2013
Guidebook on Integrating GIS in Emergency Management at Airports
16 Airport Sustainability ACRP Synthesis 10
2008 Airport Sustainability Practices
ACRP Report 36
Airport/Airline Agreements-Practices & Characteristics
Airport Collaborative Decision-Making
(CDM) Applications
National Building Code of the Philippines (R.A. 6541)
Philippine Green Handbook
(Supplementary to the National Building
Code of the Philippines)
XX. PRELIMINARY ENGINEERING.
Project Location.
Project site is located at the northeastern portion of the aerodrome about five–hundred
(500) meters from the runway’s northern end. The proposed new passenger terminal
building (154,200 square meters floor area-implementation by a separate contract
package) and apron (161,000 square meters) shall be on the western side of the Runway
02/20 (main runway – existing 60 x 3,200 Meters), for future extension to 4,000 Meters,
linked by a new parallel taxiways (25 x 2,400 Meters) and exit taxiways, connecting to
the existing taxiways to the north apron (existing budget terminal).
110 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
The site is a relatively flat terrain and covered with grass. The locations subject to soil
exploratory investigation shall cover the proposed new parallel taxiways, exit taxiway
expansion areas (increased pavement & shoulders width), proposed new terminal apron
area, area covered by the footprint of the proposed new passenger terminal building,
access roads, and parking areas.
Purpose and Scope of Services
The purpose of this study is to obtain preliminary information on the general subsurface
conditions including soil and groundwater conditions in order to make geotechnical
engineering assessments and recommendations to guide the detailed design of the
taxiway, apron pavements, design of access road pavement and open parking area,
detailed design of the foundations of the passenger terminal’s structural frames. The
following services shall be for the following objectives:
1. Review available geologic and topographic information;
2. Visit the site to evaluate existing conditions and drilling accessibility;
3. Execute a program of subsurface exploration consisting of the following:
a) Perform auger exploratory borings to a depth of 1.52 meters (5 feet) within the
project area;
b) Perform SPT borings to a depth of 3.0 meters (10 feet) and field permeability test
at specific location of storm water pond.
4. Measure the existing ground water table at the individual boring locations and
estimated normal wet seasonal high ground water table depths;
5. Visually classify and stratify representative soil samples in the laboratory using the
Unified Soil Classification System; perform laboratory testing of selected soil
samples to evaluate the basic index and engineering properties of soils;
6. Determine the soils’ subgrade k, specific gravity, in-situ and compacted field density
& CBR determination;
7. Prepare this formal engineering report summarizing the field exploration, laboratory
tests, engineering analyses, evaluations and recommendations.
The minimum recommended materials testing required for the horizontal works of the
project (Phase-I) are tabulated in Appendix I. Review existing storm water drainage
systems and determine the actual stream flows altered by changes in the project’s
configuration; perform a hydrologic analyses of the areas and re-design the storm water
drainage system for the new taxiways, apron, access roads, and parking areas. Hydrologic
calculations using the Rational Method and the latest precipitation (100-year rainfall) data
from PAGASA for the area (based on PAGASA Clark Station).
The Design Consultant shall submit the proposed Preliminary Engineering program for
the project indicating the methods to be used, number of borings & samples, depths of
borings; indicate the study areas for soil investigations and hydrological analyses; shall be
subject to approval by CIAC prior to implementation; the Design Consultant shall submit
a Preliminary Engineering Report to CIAC, to include the following:
1. Soil Investigation Report and Geotechnical Assessment Report;
2. Hydrological Study;
3. Geodetic Survey Reports (topographic survey, indicating control points and
elevations of the project’s configurations;
4. Environmental Characterization Study (air quality determination, water quality
determination) and any specific investigation of possible contamination or
pollution problem;
111 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
XXI. DESIGN DOCUMENTATION.
The Design Consultant shall provide all construction documents for the Airport
Expansion project per their contractual documents (including CIAC Electronic Submittal
Requirements). A Building Information Model (BIM) is strongly encouraged for all new
projects due to its usefulness for future life cycle management of the airport. The BIM
shall include all Structural, Electrical and other components developed to a detail level of
300. The Design Consultant shall obtain a copy of the latest CAD and/or BIM standards
from CIAC prior to the commencement of work. Useful resources for BIM is the AIA
Document E202.
Design Review Process, Submittal Requirements and Approvals.
Review Process.
CIAC will require that the Design Consultant through a preliminary design review. The
intent is to ensure that the proposed scope and design complies with aesthetics planned
for the airport terminals and described in the Terminal Design Guideline Manual. The
Design Review Committee will focus on the spatial relationship and aesthetic decisions
for the CIAC projects that will be visible to the public. This includes:
a) Demolition works
b) Construction of new taxiways and apron
c) Construction of taxiway and apron shoulders of access roads and
parking
Construction of new signa advertising locations
The CIAC Design Review Committee shall be formed consisting of vital officials of
CIAC involve in Airport operations and infrastructures and in-house consultants.
All submittal requirements for Schematic Design (SD), Design Development (DD) and
Construction Documents (CD) are outlined in the CIAC Design Review Committee
Manual.
112 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
XXII. CONSTRUCTION MANAGEMENT MATRIX.
Project Function Matrix
O G
ove
rnm
en
t -
DO
Tr
O G
ove
rnm
en
t -
CA
AP
O G
ove
rnm
en
t – B
CD
A/C
IAC
Pro
jec
t M
an
ag
em
en
t
O D
eta
ile
d E
ng
ine
erin
g D
esi
gn
-
Co
nst
ruc
tio
n M
an
ag
er
O A
rch
ite
ctu
ral C
on
sulta
nts
O S
pe
cia
lty
Co
nsu
lta
nts
-AD
PI
O M
ain
Co
ntr
ac
tor
O A
irsi
de
Su
b-C
on
tra
cto
r
O L
an
dsi
de
Su
b-C
on
tra
cto
r
O S
up
plie
rs
O U
tility
Co
mp
an
ies
Prim
ary
Ac
co
un
t
Remarks
A. Concept and Pre-Design Stage
A.1 Selection of Consultants
A.1.1
Airport Design Consultant ADPI (Airport Master Plan)
x x O
FASEP
Under FASEP
French Grant
A.1.2
Project Management Consultant
O
GAA
CIAC negotiates
for the hiring of in-
house consultants
to prepare the
Technical Terms
of Reference for
bidding of the
Detailed
Architectural &
Engineering
Design and
Construction
Management
Consultant
A.2 Review of existing information
x x O x x
GAA
ADPI Concept
Plans
A.3 Concept Paper & Business Plan
O x x
ADPI Concept
Plans
A.4 Project Development Plan (PDP)
O O x
ADPI Concept
Plans
A.5 Airport Feasibility Study (AFS)
O O
FASEP By ADPI
A.5.1 Preparation O
A.5.2 Review &
Evaluation x O
A.5.3 Approval x O
A.6 B-O-T Proposal Submit to PPP Center
Not
applicable
113 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
B. Preliminary Engineering Stage
B.1
Final Airport Concept & Schematic Configuration Assessment Update
x O
GAA Modified ADPI
Concept Plans
B.2
Airport Data/Traffic Projection Assessment Study
x O
GAA Updated ADPI
Concept Plans
B.3
Final Project Configuration (updated) & Preliminary Design Scope
x O
GAA Updated ADPI
Concept Plans
B.4 Right-of-Way Preparation
Not
Applicable
B.4.1 Social Preparation & Census
Not
Applicable
B.4.2 Preparation of Relocation Sites
Not
Applicable
B.4.3 Relocation of Informal Settlers
Not
Applicable
B.4.4 Acquisition of new ROW
Not
Applicable
B.4.5 Payment of new ROW Not
Applicable
B.4.6 Demolition & Clearing of ROW
Not
Applicable
B.4.7 Securing the ROW Not
Applicable
Relocation of existing utilities
Not
Applicable
B.5 Geodetic/Control Surveys
O
GAA General
Layout Plan
B.5.1 New Taxiway Alignment Surveys
O
GAA Horizontal
Works
B.5.2 Topographic & Section Surveys
O
GAA Horizontal
Works
B.5.3 Relocation Surveys Not
Applicable
B.6 Soils & Materials Investigation
O
GAA Horizontal
Works
B.7 Hydrologic Studies O GAA Horizontal
Works
B.8 Transport & Air Traffic Studies
x x x O
GAA
Horizontal
Works
114 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
C. Design Development Stage
C.1 Airport Standards &
Design Criteria x x O O x O GAA
Horizontal
Works
C.2 Preliminary Designs Horizontal
Works
C.2.1 Prepare Prelim
Designs O x
GAA Horizontal
Works
C.2.2 Outline Specifications O x GAA Horizontal
Works
C.2.3 Preliminary Estimate O x GAA Horizontal
Works
C.2.4 Alternatives Analysis O x GAA Horizontal
Works
C.3 General Final Design x O x GAA Horizontal
Works
C.4 Detailed Final Design x O x GAA Horizontal
Works
C.5 Approval of General &
Detailed Final Design x x x O x GAA Horizontal
Works
C.6 Construction Drawings GAA Horizontal
Works
C.6.1 Preparation of
Construction Drawings x O x GAA Horizontal
Works
C.6.2 Prepare Final
Detailed Estimate x O x GAA Horizontal
Works
C.6.3 Prepare Final Project
Schedule (PIS) x O GAA Horizontal
Works
C.7 Technical Specifications GAA Horizontal
Works
C.7.1
Preparation of
Technical
Specifications x O x
GAA Horizontal
Works
C.7.2
Approval of
Technical
Specifications x O
GAA Horizontal
Works
C.8 Contract
Documentation O GAA Horizontal
Works
C.8.1
Approval of
Contract
Documents O
GAA Horizontal
Works
C.8.2
Approval of Final
Project Schedule
(PIS) O
GAA Horizontal
Works
C.9
Approval of Project
Budget
(Total Cost Estimate of
Projects)
O x
GAA
Horizontal
Works
C.10 PTB-Preliminary
Architectural Design O x
- Separate
contract
package
C.10.1 PTB Design/Model
Option Study O
-
Separate
contract
package
C.11 PTB Final Architectural
Design O x
-
Separate
contract
package
115 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
C.12 Approval of Final
Design O
-
Separate
contract
package
D. Pre-Construction/Procurement Stage
D.1
Selection of Bid and
Awards Committee
(BAC) O
GAA Horizontal
Works
D.2 Formation of Technical
Working Group (TWG) O GAA Horizontal
Works
D.3 Pre-qualification of
Bidders O x GAA Horizontal
Works
D.4 Conduct of
Bidding/Negotiation O x GAA Horizontal
Works
D.5 Evaluation of
Bids/Proposals O x GAA Horizontal
Works
D.6 Approval/Award of
Contracts O GAA Horizontal
Works
D.7
Pre-construction
Meetings w/
Contractor(s) x O
GAA Horizontal
Works
D.8
Pre-construction
Inspection of ROW
readiness/availability O O
GAA Not
applicable
E. Construction Stage
E.1
Mobilization
Access Roads
Contractor camp
sites
Material Quarry
sources
Permitting
Requirements
O x x
GAA Horizontal
Works
E.2
Main Works
Construction Project
Management O
GAA Horizontal
Works
E.3 Provision of Temporary
Facilities O GAA Horizontal
Works
E.3.1 Project Office x O x x GAA Horizontal
Works
E.3.2 Field Offices x O x x GAA Horizontal
Works
E.3.3 Housing & Utilities Not
applicable
E.4 Construction Time
Schedule (CPM) GAA Horizontal
Works
E.4.1 Preparation O x x GAA Horizontal
Works
E.4.2 Review O x GAA Horizontal
Works
E.4.3 Approval O x x GAA Horizontal
Works
E.5 Keeping of Field
Records GAA Horizontal
Works
116 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
E.5.1 Time Records O O GAA Horizontal
Works
E.5.2 Materials &
Equipment O O GAA Horizontal
Works
E.5.3 Progress Reports O O GAA Horizontal
Works
E.5.4 Change Orders
(Variations) O O GAA Horizontal
Works
E.5.5 Payments O GAA Horizontal
Works
E.5.6 As-Built Plans O GAA Horizontal
Works
E.5.7 Shop Drawings x O GAA Horizontal
Works
E.5.8 Field Logbook O GAA Horizontal
Works
E.5.9 Contract
Documents x O O GAA Horizontal
Works
E.5.10 Test Results O O GAA Horizontal
Works
E.5.11 Minutes of Meetings
& Correspondence x O O GAA Horizontal
Works
E.6 Field Supervision GAA Horizontal
Works
E.6.1 Full-time Inspection O O x x GAA Horizontal
Works
E.6.2 Part-time Inspection x x x GAA Horizontal
Works
E.7 Change Management GAA Horizontal
Works
E.7.1 Request O x x GAA Horizontal
Works
E.7.2 Issuance x O GAA Horizontal
Works
E.7.3 Evaluation O x GAA Horizontal
Works
E.7.4 Approval/Payment O GAA Horizontal
Works
E.8 Progress Payments GAA Horizontal
Works
E.8.1 Billing O GAA Horizontal
Works
E.8.2 Verification of Billing O GAA Horizontal
Works
E.8.3 Certification of Billing x O GAA Horizontal
Works
E.8.4 Approval/Payment O GAA Horizontal
Works
E.9
Interpretation of
Drawings,
Specifications & other
Contract documents
x O
GAA Horizontal
Works
E.10
Resolution of conflict
on technical matters
x O
GAA Horizontal
Works
E.11
Assist in solving
construction problems
caused by unforeseen
events
O O
GAA Horizontal
Works
117 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
E.12 Preparation of
working/shop drawings O O x x x GAA Horizontal
Works
E.13 Approval of
working/shop drawings O GAA Horizontal
Works
E.14 Quality Control
Management GAA Horizontal
Works
E.14.1 Testing & Sampling of
materials x x O x x x GAA Horizontal
Works
E.14.2 Inspection of structural
system x O O GAA Horizontal
Works
E.1
4.3
Inspection of electrical
system x O GAA Horizontal
Works
E.1
4.4
Inspection of civil
works x O GAA Horizontal
Works
E.1
4.5
Overall field
coordination x x O
GAA Horizontal
Works
E.1
5
Coordination of Works
of various Contractors &
Specialty & Trade
contractors
x O
GAA Horizontal
Works
E.1
6
Adherence to
Approved Schedule GAA Horizontal
Works
E.1
6.1 Equipment O x x GAA Horizontal
Works
E.1
6.2 Manpower O x GAA Horizontal
Works
E.1
6.3 Materials Deliveries O x O GAA Horizontal
Works
E.1
6.4 Utility Services O
Utility
provi
der(s)
Local utility
service
providers
Clark
Electric/Clark
Water
E.1
7
Cost Control
Management GAA Horizontal
Works
E.1
7.1 Cash Flow x O x GAA Horizontal
Works
E.1
7.2 Cost Records x x O GAA Horizontal
Works
E.1
8
Health-Safety-
Environment
Management (HSE) x x O
GAA Horizontal
Works
E.1
8.1
Preparation of
Requirements O GAA Horizontal
Works
E.1
8.2 Implementation O x x x GAA Horizontal
Works
E.1
8.3 Inspection x O GAA Horizontal
Works
E.1
9 Testing of Systems O O x x x GAA Horizontal
Works
E.2
0 Substantial Completion x O O GAA Horizontal
Works
E.20.1 Inspection O x x x x x GAA
Horizontal
Works
E.20.2
Preparation of
checklists, list of
uncompleted work O x x x x x
GAA Horizontal
Works
118 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
and/or defective
works
E.21 Completion GAA Horizontal
Works
E.21.1
Preparation of
Request for Final
Inspection O
GAA Horizontal
Works
E.21.2
Certificate of
Complete Payment
of Contractor’s
manpower,
materials &
equipment
O
GAA Horizontal
Works
E.21.3 Preparation of As-
Built Drawings O O GAA Horizontal
Works
E.21.4 Verification of As-
Built Drawings x O GAA Horizontal
Works
E.22
Final Inspection by the
Independent Certifying
Engineer O x
GAA Horizontal
Works
E.22.1 Filing of Report &
Guarantee Bond O GAA Horizontal
Works
E.22.2 Certification of Final
Payment O GAA Horizontal
Works
E.22.3 Verification of billing O x GAA Horizontal
Works
E.22.4 Issuance of
certificate x O GAA Horizontal
Works
E.22.5 Acceptance O x GAA Horizontal
Works
F. Post Construction Stage
F.1
Issuance of
Maintenance
Guidelines & Policies O x
GAA Horizontal
Works
F.2 Maintenance
operations (Main Works) O GAA Horizontal
Works
F.3 Correction measure on
deficiencies O GAA Horizontal
Works
F.4 Maintenance
Certificate GAA Horizontal
Works
F.4.1 Request O GAA Horizontal
Works
F.4.2 Issuance O x GAA Horizontal
Works
GAA Horizontal
Works
F.5
Final Report on
Completion of
Construction O
GAA Horizontal
Works
F.6 Operations &
Maintenance Manuals
x
x
GAA Horizontal
Works
F.6.1 Preparation O x x GAA Horizontal
Works
119 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
F.6.2 Review x O GAA Horizontal
Works
F.6.3 Submittal O GAA Horizontal
Works
F.6.4 Approval O GAA Horizontal
Works
F.7 Project Turn-over to
Airport Management O O O GAA Horizontal
Works
G. Pre-Commissioning and Warranty Stage
G.1 The DC-CM shall
provide assistance to
the CIAC for the
Operations Planning
and review of the
Maintenance Plan
x O x GAA Horizontal
Works
G.2 The DC-CM shall monitor
the testing and pre-
commissioning of the
completed Airport
Phase-1 Horizontal Works
(Airside) project
(excluding the
passenger terminal and
support infrastructures)
x O x
GAA Horizontal
Works
G.3 The DC-CM shall
maintain the vital
documents during the
testing period.
x O x GAA Horizontal
Works
G.4 The DC-CM shall
maintain the vital
documents during the
Pre-operations period or
Pre-commissioning, to
include the following:
Trial Run Procedures
Operations Safety Plan
Operations Plans
Traffic Regulation
Procedures
Timetable Preparation
Procedures
x O x GAA Horizontal
Works
G.5 The DC-CM shall
maintain submittals such
as:
Testing Reports
Trial Run Reports
during the
manufacturing and
installation period;
RAMS Report
(Reliability, Availability,
Maintainability, and
x O x GAA Horizontal
Works
120 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Safety)
G.6 All records and
documents related to
the Phase-I (Horizontal
Airside) project shall be
turned over to the CIAC
or its designated
Operations and
Maintenance
contractor
O O
GAA Horizontal
Works
Legend:
O Primary Responsibility
x
Secondary Responsibility or Assistance
Color designations according legend above.
Project Proponents:
Abbreviations:
XXIII. CONSTRUCTION MANAGEMENT OF HORIZONTAL WORKS
(AIRSIDE).
The Architect/Engineer or the Design Consultant, unless otherwise stated, represents the
CIAC (project owner) on all matters pertaining to the execution of the construction
contract. The Design Consultant, being also the Construction Manager, shall familiarize
themselves completely with the plans, addendums, specifications and supplemental
specifications pertinent to the various items of work in the contract; the matrix of
functions for the construction management of the project implementation stages of Phase
I Expansion are as shown in the foregoing tabulation.
121 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
The Design Consultant will work directly with the PMO Project Manager (or authorized
representatives of the PMO). The Design Consultant is essentially to supervise the
engineering and inspection required for the project in order to monitor the contractor’s
conformance with all the terms of the construction contract, including the plans and
specifications. In general, The Design Consultant duties and responsibilities, as
construction manager, are as follows:
1. To inspect the contractor’s performance to determine if the work conforms to the
requirements of the contract plans and specifications;
2. Furnish the field equipment and personnel for construction management and project
control as required for the project;
3. During construction the Design Consultant will be immediately available for
consultation on project problems;
4. Prepare periodic cost estimates, change orders/contract modifications, start and stop
orders, recommendations for changes and construction inspection reports. Copies
shall be submitted to the PMO Project Manager within a timely manner;
5. Conduct periodic inspections to determine if the project is within budget and track
funding breakdown. Submit recommendations to the PMO to adjust the work if, in
the Design Consultant’s opinion, it is advisable;
6. Verify all necessary project permits are on site;
7. Perform all quality assurance testing, as required in this contract, to determine the
contractor’s conformance with the plans and specifications;
8. Prepare and maintain an accurate written record of contract time expended on the
project by the contractor throughout the life of the contract. This written record may
be of paramount importance at the time of closing out the contract in order to
determine whether the assessment of liquidated damages is justified in the event the
contract time is exceeded by the contractor;
9. Compute all final quantities and prepare complete “as-constructed” or “as-built”
plans, following the guidelines agreed upon by the PMO and the Design Consultant;
10. Approve shop drawings, catalog cuts and material certifications as required for the
project as submitted by the contractor; copies shall be submitted to the PMO Project
Manager in a timely manner;
11. Approve the concrete and/or bituminous mix designs including the required physical
tests and submit to the PMO prior to paving operations;
12. Prepare a final construction contract report in accordance with the guidelines agreed
upon by the PMO and the Design Consultant;
13. Update the Airport Layout Plan (ALP) to show any new construction and new
taxiway and elevations and coordinates; all sheets within the ALP shall be updated, if
they were affected by any construction; The Design Consultant will submit the
applicable number of paper and electronic files to the PMO Project Manager.
The Design Consultant shall manifest the spirit of cooperation at all times and is
responsible for the following relationships to other personnel assigned to the project:
1. The Design Consultant shall act as liaison between the contractor, and the PMO;
2. The design Consultant shall cooperate with the contractor to the extent of obtaining
workmanship conforming to acceptable industry standards, as per the contract plans
and specifications;
3. When work is under construction on existing airports, the Design Consultant shall
coordinate the work of the contractor with the activities of the airport in order to
ensure safety and a minimum of disruption to all concerned; The Design Consultant
shall inform the contractor any time temporary marking, lighting, flagging or
barricading is not in accordance with the “Construction Safety/Phasing Plan”; the
Design Consultant , as the Construction Manager, has the authority to suspend work
if the contractor fails to comply; in the event additional provisions are necessary or
122 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
no safety plan is provided, the Design Consultant, in cooperation with the Airport
Manager, shall designate areas to be closed to traffic, displaced thresholds, relocated
thresholds, etc., with the proper markings so as to alleviate any conflict to safe traffic
movements during the project, an arrange, through the Airport Manager, the issuance
of appropriate Notices to Airmen (NOTAMs); at lighted airports, the Design
Consultant shall designate those areas where lighted barricades, warning signs,
hazard markings, or other types of safety lights shall be placed;
4. The Design Consultant shall conduct inspections and engineering supervision in a
manner which is both efficient and reliable;
5. The Design Consultant shall cooperate with the authorized PMO and the CAAP
representatives and shall be available for consultation during their scheduled periodic
construction inspections; the Design Consultant shall provide the authorized
representatives access to all plans, inspection reports, files, notes, and any other
information which is pertinent to the project;
6. All important instructions, irregularities, orders, rejection of work, etc., shall be
transmitted to the contractor in writing; a copy of this transmittal letter should be
forwarded immediately to the PMO; in order not to delay the execution of the work,
oral instructions may be given to the contractor, with the instructions confirmed
promptly in writing;
7. Coordinate activities between all utility companies, other prime contractors or any
other authorized personnel in the vicinity.
PRIOR TO NOTICE-TO-PROCEED.
After the construction contract has been executed by the Contractor and CIAC, copies of
the executed contract shall be distributed by the CIAC.
PRE-CONSTRUCTION MEETING.
A pre-construction meeting will be scheduled by the PMO or the Design Consultant
before the construction begins. This meeting will be attended by representatives of the
Contractor, the Design Consultant & Construction Manager, the PMO, the CAAP,
subcontractors, the Airport Manager, local officials and any other interested parties.
Minutes will be recorded by the Design Consultant with a typed copy being sent to all in
attendance.
The project schedule, as prepared by the prime contractor, shall be submitted in writing,
at this meeting. The schedule will incorporate any dates or times included in the plans and
documents, and the proposed starting and completion dates for major items of work. The
schedule may be revised at the pre-construction meeting, in which case a copy of the
revised schedule should be submitted to the Design Consultant and the CIAC for
approval. Notification shall be given to the PMO Project Manager of any approved
changes.
NOTICE TO PROCEED.
Prior to start of construction by the Contractor, an official “Notice-to-Proceed” will be
issued to the Contractor, and the PMO by CIAC. The “Notice-to-Proceed” specifies when
the Contractor is authorized to start work. The Contractor is required to start work on this
date or within seven (7) calendar days from receipt of the Notice to Proceed. The Design
Consultant shall begin calculating contract time from the actual starting date or 7 calendar
days after the Contractor is authorized to begin work, whichever is earliest. The actual
starting date should appear on the first weekly report. The “Notice-to-Proceed also
123 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
specifies the number of calendar days allotted for the completion of the work. Under
certain circumstances, specific information concerning contract time allotted to particular
items of work in the contract may be included in the “Notice-to-Proceed”. The prime
contractor is responsible for submitting all subcontract cover sheets and line item lists to
the Design Consultant/Construction Manager, prior to the subcontractor working on the
project site.
START AND STOP ORDERS.
Stop Orders shall be issued only when it is in the public interest to stop work. Stop Orders
may be issued for strikes, lockouts, unusual delays in transportation, extensive periods of
unsuitable weather conditions, or any unusual delay over which the Contractor has no
control, or any suspensions ordered by the Design Consultant for causes not the fault of
the Contractor.
Stop Orders are numbered in consecutive order. Each Stop Order shall indicate the reason
for stopping construction operations, the specific work covered by this order if other
phases of work are allowed to continue, and the effective date. The Stop Order shall also
state when the work is expected to resume. All copies shall be signed by the Design
Consultant and the Contractor. The Contractor and Design Consultant shall each retain
one (1) copy with the Design Consultant forwarding a copy to the PMO and CIAC.
Before the Contractor is permitted to resume work which has been stopped by a Stop
Order the Design Consultant must issue a Start Order. Start Orders are numbered in
consecutive order. Each Start Order shall specify the effective date when work shall
resume, the number of the Stop Order cancelled by this action, and the number of
calendar days remaining for the work completion. All Copies shall be signed by the
Design Consultant forwarding a copy to the PMO and CIAC.
CONSTRUCTION.
Construction Surveying.
The Design Consultant is responsible for the construction surveying required to
accomplish the contract work. This includes laying out the job, setting benchmarks and
grade stakes, taking cross section elevations, and laying out the location and elevation of
runway and taxiway lighting and navigational aids. The field method of staking is to be
determined by the Design Consultant, as long as adequate project control is provided to
allow the Contractor to comply with project plans and specifications.
Inspection and Testing.
The General Provisions of the contract documents state the authority of the Design
Consultant relative to the quality and acceptability of materials, work performed and rate
of progress. Work or materials not meeting specification requirements may be designated
for removal and replacement at the Contractor’s expense.
All operations of the Contractor do not require full-time inspection. However, the
engineer/inspector shall keep informed as to what activities are in progress, and be
available in a timely manner when a problem arises or at the site when a major activity is
to begin. The Design Consultant is expected to use good judgment in determining when it
is necessary to be on the job.
124 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Throughout the life of the construction contract, the Design Consultant is required to
conduct testing and project control inspections in such a manner that will be both reliable
and efficient. The Design Consultant shall conduct tests and set stakes within a reasonable
time after being requested by the Contractor and in such a manner that will cause the least
amount of delay to the Contractor. As soon as tests are completed and results analyzed,
the Design Consultant shall inform the Contractor of the test results.
It is not the responsibility of the Design Consultant to tell the Contractor how to do the
work, but it is the responsibility of the Design Consultant to tell the Contractor whether
the work conforms to the plans and specifications and, consequently, whether the work is
accepted or rejected.
The Design Consultant is responsible for the quality assurance field testing required by
this contract in relation to the contract technical specifications. The Design Consultant
and inspectors shall be familiar with the tests required and the method of performing each
test. List of tests required, where to find the test procedure and the frequency of testing
are included as Appendix I. One copy of each test report, certification, etc., shall be
submitted by the Design Consultant to the PMO and CIAC. Test reports will contain the
Design Consultant approval or disapproval of the results of the tests. Any acceptance of a
failing test must be completely and clearly explained in writing. All documentation shall
be made available by the Design Consultant for review when requested by the PMO or
CAAP.
Material samples will be taken by, or in the presence of, the Design Consultant or
approved independent testing laboratory. It is the Design Consultant’s responsibility to
ensure material test reports and certifications are completed and approved prior to use of
the material in the project and prior to the Contractor’s payment for this material.
Testing is one of the most important and responsibilities of the Design Consultant, as
Construction Manager. The material testing section of the contract documents details the
tests which are the responsibility of the Contractor. At the beginning of the project, the
Design Consultant should examine each item of work listed on the plans and
specifications and prepare a list of all the tests which are required to be performed. The
list should include all the tests, even though some of the tests are the responsibility of the
Contractor, as denoted in the material testing section. The list of tests will provide a ready
reference and check-off list for the Design Consultant and will ensure that all required
tests have been performed.
The Design Consultant is required to perform the project control field testing as
construction progresses for each item of work before allowing another item of work to
start which cover up the particular item of work being tested. No work shall be approved
by the Design Consultant unless all of the required testing and inspection has been
performed and it has been determined that the work conforms to all of the requirements of
the contract documents, plans, and specifications.
If the Design Consultant is in doubt about the acceptability of a test result or has a
question regarding a construction issue/problem, the Design Consultant should
immediately contact the PMO Project Manager to discuss possible alternatives.
Aggregate Subbase and Base Inspection.
The inspector shall have a thorough knowledge of the specification requirements. Testing
shall include gradations, physical material test requirements and density. Field inspection
shall include, but not to be limited to, proper elevations and thickness determinations.
125 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Bituminous Inspection.
To maintain good quality control of asphalt production and construction, the Design
Consultant shall have a sufficient number of experienced inspectors (filed and plant) for
the project during paving operations. A prompt system of communication shall exist
between the Design Consultant’s plant and field inspectors and the Contractor’s quality
control personnel.
Prior to paving operations, the Design Consultant shall receive from the Contractor all of
the applicable material acceptance test reports and certifications. This includes coarse and
fine aggregate physical tests, mineral filler certification, and asphalt cement certification
and/or test results.
No bituminous mixture shall be produced for payment until a job mix formula prepared
specifically for this contract has been approved by the Design Consultant. The job mix
formula shall be submitted by the Contractor at least ten (10) calendar days prior to
paving operations. All test data used to develop the job mix formula shall also be
submitted.
A test section using a quantity of bituminous mixture meeting the job mix formula
specifications shall be placed as directed by the Design Consultant. The section shall be
tested by the Design Consultant as outlined in the bituminous specification. Until the
plant is producing the desired mix consistency, frequent testing may be necessary. The
test section offers the Contractor and the Design Consultant an opportunity to determine
the quality of the mixture in place, as well as performance of the plant and paving
equipment.
Material acceptance and testing requirements for bituminous pavement are listed in
Appendix I in tabular form and in the bituminous specification.
Concrete Inspection.
To maintain good quality control of concrete production and construction, the Design
Consultant shall have sufficient number of inspectors for the project during paving
operations. Prior to paving operations, the Design Consultant shall receive from the
Contractor all of the applicable materials acceptance tests reports and certifications. This
includes coarse and fine aggregates physical tests, cement certification, approval of
admixtures, joint filler, steel reinforcement, calcium chloride, and curing compound.
No concrete shall be produced for payment until a job mix formula prepared specifically
for this contract has been approved by the Design Consultant. The job mix formula shall
be submitted by the Contractor, at least ten (10) calendar days, prior to paving operations.
All test data used to develop the job mix formula shall also be submitted.
Minimum material acceptance and testing requirements for concrete pavement are listed
in Appendix I in tabular form and in the concrete specifications.
Materials Acceptance.
Before any material is used at the project site, the proper independent laboratory test or
manufacturer’s materials certification shall be submitted by the Contractor. The Design
Consultant shall review the documentation submitted by the Contractor for compliance
with the specifications, and issue approval to proceed. Delivery and weight slips for
materials shall be retained by the Design Consultant in the project records.
126 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Reports and Records.
The Design Consultant is responsible to approve and submit all test documentation and
material certifications to the PMO. The acceptance of any test or material not within
specifications must be documented. Each test report or summary should be signed and
approved for submission by the Design Consultant/Construction Manager. This
documentation must be submitted as part of the final construction contract report and also
upon request by the PMO Project Manager.
Every project must have daily inspection records completed by the Design
Consultant/Construction Manager, or its inspector, including the date and their signature.
These need not be submitted but must be available at the time of the field inspections by
the PMO or upon request. They will be included in the project records at the end of the
project and be retained by the Design Consultant. Entries should include:
a. Daily weather conditions and temperatures;
b. Communications with the PMO, CAAP, Contractor, CIAC, etc.;
c. Items of work in progress, estimated quantities, difficulties encountered and
methods used in correcting them;
d. Information concerning disputes with the Contractor over quality or quantity of
materials or work performance;
e. List of equipment in use, number and types of personnel, number of inspectors on
the job;
f. Starting and completion dates of major items of work and note any delays in
progress and reason for the delays;
g. Tests performed and locations.
All test documentation, reports, daily inspection records, letters, etc., must be retained by
the Design Consultant/Construction Manager, for a period of ten (10) years from the date
of the last payment to the Design Consultant/Construction Manager.
Weekly reports or Field Manager Inspector’s Daily Reports (IDR) are to be submitted by
the Design Consultant to the PMO, as part of the final construction contract report and as
requested by the PMO Project Manager.
Payments to Contractors.
The Design Consultant shall prepare periodic contractor pay estimates, typically on a bi-
weekly basis. The Design Consultant will not include any item of work for payment
unless the required test reports and material certifications have been received from the
Contractor for that item of work and are considered acceptable by the Design Consultant.
The Design Consultant shall verify that the results of these test reports conform to the
specifications.
Contract Modification (Change Orders).
In the event of a need for changes to the construction contract time, quantities or unit
prices, the Design Consultant shall prepare the proper contract modification. The Design
Consultant shall submit three (3) original contract modifications signed by the Contractor,
CIAC, and the Design Consultant to the PMO for approval and processing. Major
changes to scope or budget shall have prior approval by the PMO before the work is
accomplished.
127 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Payroll Compliance.
On contracts with a national government agency, the Design Consultant shall submit
certified payrolls for the time period covered by the pay estimate.
POST CONSTRUCTION.
Final Inspection.
Upon notice from the Contractor of substantial completion of the contract, the Design
Consultant/Construction Manager, shall conduct a pre-final inspection with the
Contractor to assure that all of the contract requirements have been performed, in
accordance with the plans and specifications. If the pre-final inspection discloses any
unsatisfactory work, the Design Consultant will give the Contractor the necessary written
instructions. Upon correction of the unsatisfactory work or if the pre-final inspection
shows that the Contractor has completed all work in accordance to the contract, the
Design Consultant will schedule the final inspection with the PMO Project Manager,
CIAC, BCDA, Contractor, DOTr (including the OTS) and CAAP. All inspection reports,
test reports, materials certifications, shop drawings, etc., must be submitted to the PMO in
the final construction contract report if they have not been submitted already. Once the
project is accepted, the Design Consultant shall provide the CIAC with the Sponsor
Certification for Construction Project Final Acceptance form for signature. A signed
original of the Certification form shall be submitted to the PMO.
Final Payment to Contractor.
After the Contractor’s work has been approved and all contract requirements have been
met, the Design Consultant should submit a final contract modification, then Contractor’s
final payment request, and any other supporting documentation previously not submitted.
Upon completion of the PMO’s review of the final project documentation, final payment
to the Contractor will be processed.
Final Payment to the Design Consultant and Project Closeout.
Final payment to the Design Consultant will be processed by the PMO after all project
documentation has been submitted and approved by the PMO.
128 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
APPENDIX I – MINIMUM MATERIAL TESTING REQUIREMENTS.
SPEC TITLE REQUIREMENT MINIMUM
SAMPE
SELECTION
REMARKS
P-152 EXCAVATION AND
EMBANKMENT
(All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing
By Independent Laboratory
None
Items Requiring Certification
None
Items Requiring Field Testing
Density:
Under Pavement Areas As specified on plans
Min 1/3000
SYD/Layer
Outside of Pavement Areas 95% Non-cohesive-AASHTO-T99
90% cohesive-AASHTO T-
99
Surface Tests +-1/2” when measured with
16’
As Required
straightedge
P-154 SUBBASE COURSE (All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing By Independent Laboratory
Gradation See Specifications – Also, not
more than 3% shall be finer than 0.02 mm in diameter,
D422
1/Source
Liquid Limit 25 Max – D423 1/Source
Plasticity Index 6 Max – D424 1/Source
Items Requiring Certification
None
Items Requiring Field Testing
Density/Moisture:
Less than 12.5 K GAW AASHTO T99 – 95%
Density Min
1/3000 SYD/layer
Less than 30 K GAW AASHTO T99 – 100% Density Min
1/3000 SYD/layer
30K or more GAW AASHTO T180–100%
Density Min
1/3000 SYD/layer
Gradation See Specifications 1/6000 SYD/layer
Thickness Deficiencies in excess of ½”
must be corrected
1/3000 SYD
Surface Test +- ½” when measured with a
16’ straight edge
As Required
F-160 WIRE FENCE WITH WOOD
POSTS
(All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing By Independent Laboratory
None
Items Requiring Certification
Wire See Specification 1/Source
Gates & Hardware See Specification 1/Source
Posts See Specification 1/Source
Items Requiring Field Testing
None
F-161 WIRE FENCE WITH STEEL (All Testing Requirements are ASTM
unless noted otherwise.)
129 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
POSTS
Items Requiring material Testing By Independent Laboratory
None
Items Requiring Certification
Wire See Specification 1/Source
Posts, Gates, Rails, Braces & Accessories
See Specification 1/Source
F-162 CHAIN LINK FENCE (All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing
By Independent Laboratory
None
Items Requiring Certification
Fabric See Specification 1/Source
Barbed Wired See Specification 1/Source
Post Rails & Braces See Specification 1/Source
Gates See Specification 1/Source
Wire See Specification 1/Source
Items Requiring Field Testing
None
P-208 AGGREGATE BASE COURSE (All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing By Independent Laboratory
Liquid Limit* AASHTO T89 -25 Max 1/Source
Plastic Limit* AASHTO T90 – See PI 1/Source
Plasticity Index* AASHTO T90 – 6 Max 1/Source
Abrasion:
Uncrushed CA AASHTO T96 – 45 Max
@ 500 revolutions
1/Source
Crushed CA AASHTO T96 – 50 Max @ 500 revolutions
1/Source
Unit Weight (Slag) AASHTO T19 – 70 lbs/C FT
Min
1/Source
Gradation AASHTO T11, T27 – Specifications
1/Source
Fracturing Specified on plans 1/Source
Items Requiring Certification
None
Items Requiring Field Testing
Density/Moisture:
Less than 30K GAW AASHTO T99 – 100% Density Min
1/3000 SYD/Layer
30k GAW or more AASHTO T180 –100%
Density Min
1/3000 SYD/Layer
Materials:
Gradation AASHTO T11, T27 –
Specifications
1/1500 CYD
Liquid Limit* AASHTO T89 – 25 Max As required by
change in material
Plastic Limit* AASHTO T90 – See PI As required by
change in material
Plasticity Index* AASHTO T90 – 6 Max As required by change in material
Thickness Depth Check – Specifications 1/3000 SYD
Smoothness 16’ straight edge or String +-
3/8”
As required for
acceptance
*Not applicable to slag
130 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
P-209 CRUSHED AGGREGATE
BASE COURSE
(All Testing Requirements are ASTM
unless noted otherwise.) If slag is used, it must
be air-cooled blast
furnace slag
Items Requiring Material Testing By Independent Laboratory
Thin & Elongated Aggregate D693 15% Max 1/Source
Abrasion C131 – 45 Max @ 500 Revolutions
1/Source
Soundness C88 – 12% Max Loss, 5 CU
Cycles
1/Source
Liquid Limit* D4318 – 25 Max 1/Source
Plastic Limit* D4318 See PI 1/Source
Plasticity Index* D4318 – 6 Max 1/Source
Sand Equivalent D4319 – 35 Min 1/Source
Unit Weight (Slag) C29 – 70 lbs/C FT Min 1/Source
Gradation C117 & C136 – Specification 1/Source
Fracturing Lab – Retained #4: 100% 1 Fractured Face
90% 2 Fractured Face
1/Source
1/Source
Particle Size Analysis D422 – Max 3% Smaller than
0.02 mm
1/Source
Items Requiring Certification
None
Items Requiring Field Testing
Density/ Moisture:
Less than 60K GAW
D698 Method D – 100%
Density Min
1/3000 SYD/Layer Acceptance testing may
be accomplished using a
nuclear gauge if done in
accordance with the
specifications.
60K GAW or more D1557 Method D – 100%
Density Min
1/3000 SYD/Layer
Thickness Cores shall not be deficient by more than ½”
1/3000 SYD/Layer
Materials:
Liquid Limit* D4318 – 25 Max As required by
change in gradation
Plastic Limit* D4318 – See PI As required by
change in gradation
Plasticity Index* D4318 – 6 Max As required by
change in gradation
Gradation C177 – C136 1/1500 C YD The job mix tolerances
in table I shall be
applied to the job mix
gradation determined by
an independent
laboratory. This will
establish a job control
grading band.
Smoothness 16’ Straightedge or String Line +-3/8”
As required for Acceptance
P-304 CEMENT TREATED BASE
COURSE
(All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing
By Independent Laboratory
Water AASHTO T26 1/Source Only required if quality
of water is questionable
Aggregates:
Sulfates C295 1/Source Only required if
injurious quantities of
sulfates are suspected
Gradation See Specifications 1/Source
Liquid Limit D423 – 25 Max 1/Source
Plasticity Index D424 – 6 Max 1/Source
Cement Content Minimum compressive strength should be 750 psi
when molded, broken, and
cured in accordance with D560 and D1633
1/Source
131 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Items Requiring Certification
Portland cement C150 Type 1 1/Source
Bituminous Material:
Cutback D2088 1/Source
Emulsified:
RS-2, SS-1 D977 1/Source
CRS-1 D2397 1/Source
Items Requiring Field Testing
Atmospheric Temperatures Min 40°F
Daily
Density Min 98% of Lab Field Density – D558
Lab Density – D1556 or
D2167
4/Lot (Lot=1200 SYD)
Moisture Content:
Optimum D558 1/Source
Field +- 2% of Optimum 4/Lot
Aggregate Gradation See Specifications 1/1500 CYD
Surface Tolerance Finished surface shall not
vary more than 3/8” when tested with a 16’ straight
edge.
As required
P – 402 POROUS FRICTION COURSE (All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing
By Independent Laboratory
Aggregate:
Flat or Elongated Max 15% by Weight D693 1/Source
Percentage of wear Max 30% C131 1/Source
Weighted Average Loss Max 9% after 5 Cycles in
Sodium Sulfate C88
1/Source
Coated Area Min 95% D1664 1/Source
Crushed Content Min 75% Two Face Min 90% One Face
1/Source 1/Source
Unit Weight – Slag Only Min 70 lbs/C FT – C29 1/Source
Gradation See Specification C136 1/Source
Mineral Filler D242 1/Source
Job Mix Formula (JMF) The Contractor is responsible for supplying the materials to
an independent testing
laboratory for preparation of the JMF. The PE is
responsible for approving the
JMF prior to production.
Items Requiring Certification
Latex See the Specifications 1/Source
Bituminous Material See the Specifications 1/Carload or
equivalent shipped to the site
Items Requiring Field Testing
Placement Temperature +-20°F of JMF Target Temperature
Periodically throughout the paving
operation
Bituminous Content of Mix +-0.4% of JMF – D2179 Once for plant run of
30 min or less. Twice
for each 5 hours of
plant operation.
Aggregate Gradation of Mix AASHTO T30 No.4 Sieve +-7% of JMF
Target
No.8-30 +-4% of JMF Target No.20 +-2% of JMF Target
Same as Bit Content
Gradation of Aggregate in Bin C136
No.4 Sieve +-7% of JMF Target
Twice Daily
132 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
No.8-30 +-4% of JMF Target
No.20 +-2% of JMF Target
Pavement Thickness ¾” Aggregate – Target 1” (Max 1.5”, Min 0.75”)
½” Aggregate – Target 0.75”
(Max 1.25”, Min 0.50”)
1/10000 SYD
P – 411 BITUMINOUS BASE,
LEVELING AND TOP
COURSES
(All Testing Requirements are ASTM
unless noted otherwise.) The Contractor is
responsible for
acquisition of all
samples not acquired by
independent testing
laboratory. All
materials shall be
determined acceptable
prior to use by
Contractor. Sample
selection per ASTM
D75. If slag is used, it
must be air-cooled blast
furnace slag.
Items Requiring Material Testing
By Independent Laboratory
Aggregates (Coarse): All aggregate requirements apply to aggregate mixture if
blended.
Flat & Elongated Pieces Laboratory – 8% Max 1/Source
Soft Pieces (Top Course Only) Laboratory – 5% max 1/Source
Clay Balls, etc. Laboratory – None 1/Source
Crushed Content See Specifications 1/Source
Abrasion (+8 Screen):
Base Course C131 – 50 Max @ 500
Revolutions
1/Source
Leveling/Top C131 – 40 Max @ 500
Revolutions
1/Source
Slag – Base/Leveling/Top C131 – 50 max @ 500
Revolutions
1/Source
Soundness (+8 Screen):
(5 Cycle Sodium Sulfate) C88 – 9% Max Loss 1/Source
Unit Weight (Slag) C29 – 75 lb/C FT Min 1/Source
Bulk Specific Gravity C127 – None 1/Source For VMA calculation
Gradation C136, C117 – See Specifications
1/Source Obtain Composite
Sample
Aggregate Coating D1664 – 95% Min 1/Source
Aggregates (Fine): Samples Selection per
D75
Foreign Materials Laboratory – None 1/Source
Liquid Limit D423 – 25 Max 1/Source Including Blended Filler
Plastic Limit D424 – See PI 1/Source Including Blended Filler
Plasticity Index D424 – 6 Max 1/Source Including Blended Filler
Gradation C136, C117 – See
Specifications
1/Source Obtain Composite
Sample
Specific Gravity C128 – None 1/Source For VMA calculation
Aggregates (Mineral Filler) D242 – DPWH-BRS Certification for fly ash is
acceptable
1/Source
Bituminous Material:
Asphalt Cement See Specifications 1/Source
Bituminous Mixture Marshall Requirements – See
Specifications
An approved
independent testing
laboratory will develop a job mix
formula (JMF) that
will yield the required
Marshall properties
shown in the
Specifications.
Items Requiring Certification
None
Items Requiring Field Testing
Plant Inspection See Specifications Continuous Monitor Daily Reports
Temperature at Plant 325°F Max – Asphalt Cement Record at least every
133 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
2 hours
350°F Max – Dried
Aggregate
Record at least every
2 hours
Extractions S2172/AASHTO T30 – Job
Mix Formula (See
Specifications) All mixtures furnished shall
conform to the job mix
formula within the tolerances of the Specifications.
2/Day Report All Screens JMF
Materials:
Aggregates Stockpiles See Specifications (JMF)
AASHTO T11/AASHTO T27
As required Daily Report
Thickness Specifications
Temperature at Placement +- 20°Target in JMF
(Temperature of paver shall not fall below 250°F)
Continuous Monitor Checked at Paver
Surface Tests +-1/4” from Plan Grade (Top
and Leveling)
Continuous Monitor 16’ Straight Edge or
String Line. Record
finding in daily report.
+-3/8” from Plan Grade
(Base)
Quantity
Tonnage Used Continuous Record Record gross and tare
of trucks. Periodically
verify tare. (Weight
Slips)
*Air Voids (12,500 lbs. GAW and over)
See Specifications 4/Lot
*Density (Under 12,500 lbs.
GAW)
D2726 – 92% Theoretical 4/Lot
Test Section See Specifications
P – 501 PORTLAND CEMENT
CONCRETE PAVEMENT
(All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing By Independent Laboratory
Aggregates:
Fine:
General C33 1/Source
Gradation See Specifications 1/Source
Course:
General C33 1/Source
Gradation See Specifications 1/Source
Percentage of Wear 40% Max – C131 & C535 1/Source
Flat & Elongated 8% Max 1/Source
Mixed Proportions Contractor shall submit test results from an independent
laboratory verifying the
proposed mix meets the requirements in the
Specifications.
Items Requiring Certification
Cement C150 Types 1, 1A & 1P 1/Delivery to job site
Pre-molded Joint Filler:
Expansion Joints D1751 1/Delivery to job site
Contraction Joints D1752 1/Delivery to job site Resin-Impregnated
Tie Bars A615 or A616 See Specifications for
tie bars to be bent
during construction.
Dowel Bars A615 or A617 1/Delivery to job site
Items Requiring Certification
Cover Material for Curing:
Liquid Membrane-Forming Compound
C309 Type 2 1/Delivery to job site
White Polyethylene Film C171 1/Delivery to job site
White Burlap-Polyethylene
Sheeting
C171 1/Delivery to job site
Waterproof Paper C171 1/Delivery to job site
134 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Items Requiring Field Testing
Admixtures:
Pozzolanic C618 1/Delivery to job site Maximum loss of
ignition will be 6%
Air-Entraining C260 1/Delivery to job site
Water-Reducing C494 Type A or Type D 1/Delivery to job site
Flexural Test Beams-Molding C31 8/Day (4/a.m.-4/p.m.)
Flexural Test Beams-Testing C78 4/Day
(one at 7 days from
a.m. one at 28 days from a.m.
one at 7 days from
p.m. one at 28 days from p.m.)
(Save other four
molds in case of bad samples.)
Pavement Thickness – Coring C174 1/1200 SYDS
Slump C143 One per 2 loads More, if problem
Air Content C173 or C231 One per 2 loads More, if problem
Surface Smoothness P-501 Random 0.25 “/16 FT Horizontal
P -602 BITUMINOUS PRIME COAT
MATERIALS
(All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing By Independent Laboratory
None
Items Requiring Certification
RC-70/MC-70/SC-70 AASHTO M81/M82/M141 1/Vendor Tank The Contractor shall
submit to the Design
Consultant/Construction
Manager samples of the
bituminous materials to
used on the project. The
Design
Consultant/Construction
Manager may require
the samples to be tested
by an independent
laboratory.
RC-250/MC-250/SC-250 AASHTO M81/M82/M141 1/Vendor Tank
RT-1/RT-3 AASHTO M52 1/Vendor tank
Emulsified Asphalt – MS – OP D244 1/Vendor Tank
Items Requiring Field Testing
Application Temperature See Specifications Per Application Record
Application Rate 0.25 to 0.50 Gal/SYD Per Application
P – 605 JOINT SEALING FILLER (All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing
By Independent Laboratory
None
Items Requiring Certification
Joint Sealing Material See Specifications 1/Lot Delivered to
Job Site
Lubricant:
Average Weight 7.8 lbs.
Solids (Percent by Weight) 22-28 D1644 Method A 1/Lot Delivered to
Job Site
Film Strength, psi 2300 Min D412
Elongation, Percent 750 Min D412
Storage Temperature 50°F - 80°F
Items Requiring Field Testing
Pavement Temperatures:
135 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Preformed Joint Sealant Minimum 40°F 1/Day
Poured Joint Sealant Minimum 50°F 1/Day
P – 609 SEAL COATS AND
BITUMINOUS SURFACE
TREATMENTS
(All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing By Independent Laboratory
Aggregates:
Elongated or Flat Pieces Max 8% 1/Source
Percent Wear Max 40 @ 500 Revolutions AASHTO T96
1/Source
Soundness 12% - 5 Cycles AASHTO
T104
1/ Source
Gradation See Table 2 – AASHTO T11 & T27
1/Source Specific aggregate to be
used should be
designated on the plans.
Stripping No striping – AASHTO T182 1/Source
Slag Shall not weigh less than 70
lbs/C FT AASHTO T19
1/Source
Items Requiring Certification
Bituminous Material 1/Lot or Batch The specific bituminous
material to be used
shall be designated on
the plans.
Rubber Compound:
Total Rubber Solids 45-72% by Weight 1/Source
Allowable variations from Target
Value for Total Rubber Solids
+-1% 1/Source
Ash, % by Total Rubber Solids Max 3.5 D297 1/Source
Viscosity Max 2000 1/Source
Items Requiring Field Testing
Atmospheric Temperature Min 70°F 1/Day
Quality of Material Per Square Yard
See Specifications Exact amount should be
specified on plans.
P – 610 STRUCTURAL PORTLAND
CEMENT CONCRETE
(All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing
By Independent Laboratory
Aggregate:
Course: AASHTO M80
Percentage of Wear Max 45 @ 500 Revolutions AASHTO T96
Gradation See Specifications AASHTO
T27
Absorption AASHTO T85
Fine: AASHTO M6
Gradation See Table 3 AASHTO T27
Absorption AASHTO T85
Water If Not Potable – AASHTO T26
Items Requiring Certification
When this specification is used for
fence post footing, manholes, catch
basins, inlets, headwalls, light bases,
wind cone and beacon footings, electric
duct, sidewalk, curbing, cable markers,
and other non-critical structures, the
requirements for testing will be waived
if either the concrete is furnished by a
reputable transit mix firm approved by
the Design Consultant/Construction
Manager, or the materials are
approved by the Design
Consultant/Construction Manager
when the concrete is mixed on the site.
However, when any items, such as
electrical duct or poured manholes are
placed in or under a pavement intended
to support aircraft of 60,000 pounds or
136 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
more gross weight, such tests may be
required if so indicated on the plans.
When tests are waived, the concrete
shall be a standard 6 bag mix, with 1”
maximum coarse aggregate, unless
otherwise specified, and shall have a
slump range of 2-5 inches. Cement:
Portland Cement AASHTO M85 1/Delivery to job site (Typical for all certification
items under P-610).
Air-Entraining Portland Cement AASHTO M134
Portland Blast Furnace Slag AASHTO M151
Air-Entraining Portland Blast Furnace Slag Cement
AASHTO M151
Admixtures:
Pozzolanic Admixtures:
Fly ash C350
Raw or Calcined Natural Pozolansq
C350
Air-Entraining Admixtures AASHTO M154
Water-Reducing C494 Type A or D
Pre-molded Joint Material AASHTO M33 or M90 or M153 or M213
Joint Filler See Specifications P-605
Steel Reinforcement:
Deformed Bars: AASHTO M137
Structural, Intermediate or Hard-Grade Billet Steel
AASHTO M31
Rail Steel AASHTO M42
Welded Wire Fabric AASHTO M55
Calcium Chloride AASHTO M144
Curing Materials:
Cotton Mats AASHTO M73
Waterproof Paper AASHTO M139
Polyethylene Sheeting AASHTO M171
Burlap Cloth AASHTO M182
Liquid Membrane-Forming Compound
AASHTO M148
Items Requiring Field Testing
Air Content 3%-6% AASHTO T121 or T152
Concrete Cylinders Made in accordance with
AASHTO T23
Slump Test Tested in accordance with AASHTO T119
Strength and slump
requirements will be
designated on the plans.
Temperature 50°F - 100°F Periodically during
placement.
The structure is to be
maintained at 50°F until
it reaches 60% of the
design strength.
P – 625 COAL-TAR PITCH
EMULSION SEAL COAT
(All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing By Independent Laboratory
Coal-Tar See Specifications 1/Vendor Tank
Coal-Tar Pitch Emulsion See Specifications (Except
water content shall not
exceed 50%)
1/Vendor Tank
Water If known to be potable, then
testing is not necessary.
Items Requiring Certification
Latex Rubber See Specifications 1/Vendor Tank
Items Requiring Field Testing
Aggregate Gradation Sieve Size Percent Passing
No.16 97 – 100 20 85 - 100
137 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
30 15 - 85
40 2 - 15
100 0 - 2
Application Rate See Specifications Specific rate to be
designated on Plans.
Friction Test Min 50 Mu Reading – E670 1/Job Site Mu meter test should be
done on test section if
P-625 is going to be
placed on runway.
D – 701 PIPE FOR STORM DRAINS
AND CULVERTS
(All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing By Independent Laboratory
None
Items Requiring Certification
Pipe See the Specifications for applicable testing
requirements.
1/Source
Items Requiring Field Testing
Field Review of Joint Materials
D – 705 PIPE UNDERDRAINS FOR
AIRPORTS
(All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing
By Independent Laboratory
None
Items Requiring Certification
Pipe See Specifications for
applicable testing requirements.
1/Source
Items Requiring Field Testing
None
D – 751 MANHOLES, CATCH
BASINS, LEACHING BASINS,
INLETS AND INSPECTION
HOLES
(All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing
By Independent Laboratory
None
Items Requiring Certification
Brick and Block See Specifications 1/Source
Pre-cast Units See Specifications 1/Source
Frames, Covers, Grates See Specifications 1/Source
Items Requiring Field Testing
None
D - 752 CONCRETE CULVERTS,
HEADWALLS AND
MISCELLANEOUS
DRAINAGE STRUCTURES
(All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing
By Independent Laboratory
None
Items Requiring Certification
None
138 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Items Requiring Field Testing
None
D – 754 CONCRETE GUTTERS,
DITCHES AND FLUMES
(All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing By Independent Laboratory
None
Items Requiring Certification
None
Items Requiring Field Testing
None
D – 901 SEEDING (All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing
By Independent Laboratory
None
Items Requiring Certification
Seed See Specifications 1/Lot See Specifications for
information to be
supplied on
Certification.
Items Requiring Field Testing
None
T – 904 SODDING (All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing By Independent Lab
None
Items Requiring Certification
None
Items Requiring Field Testing
None
T – 905 TOP SOILING (All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing By Independent Lab
Top Soil:
pH Range 5.5 to 7.6 1/Source The Contractor is not
responsible for any
tests, chemical or
mechanical analysis or
the results of such test
or analyses for top soil
obtained “on site” or
“owner” furnished.
Material Testing
Requirements may be
waived by the Design
Consultant/Construction
Manager if they are
satisfied with the quality
the Contractor proposes
to use.
Organic Content 3% - 20% (Wet-Combustion
Method Chromic Acid Reduction)
1/Source
139 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Gradation 20%-80% Passing the 200
Sieve C117
1/Source
Items Requiring Certification
None
Items Requiring Field Testing
None
T - 907 TILLING (All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing
By Independent Lab
None
Items Requiring Certification
None
Items Requiring Field Testing
None
T – 908 MULCHING (All Testing Requirements are ASTM
unless noted otherwise.)
Items Requiring Material Testing By Independent Lab
None
Items Requiring Certification
None
Items Requiring Field Testing
None
XXIV. SAFETY AND SECURITY.
NEED TO IDENTIFY SECURITY CONCERNS AND CITE SECURITY
GUIDELINES FOR THE NEW AIRPORT
References: a) The distributed CIAC consultants scope of work
b) Regulatory Requirements
REGULATORY REQUIREMENTS
1. ICAO Annex 17 Chapter 3.2.1
Each Contracting State shall require each airport serving civil aviation to establish,
implement and maintain a written airport security programme appropriate to meet
the requirements of the national civil aviation security programme
1. ICAO Annex 17 Chapter 3.2.4
Each Contracting State shall ensure that airport design requirements,
including architectural and infrastructure-related requirements necessary
for the implementation of the security measures in the national civil
aviation security programme, are integrated into the design and
construction of the new facilities and alterations to existing facilities at
airports.
2. ICAO Annex 17 Chapter 4.2.2
140 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Each Contracting State shall ensure that security restricted areas are
established at each airport serving civil aviation designated by the State
based upon a security risk assessment carried out by the relevant national
authorities.
3. ICAO Annex 17 Chapter 4.8 Measures relating to the landside.
Recommendation: Each Contracting State should ensure that security measures in
landside areas are established to mitigate possible threats of acts of unlawful
interference in accordance with a risk assessment carried out by the relevant
authorities.
4. Extracts from Annex 14- Aerodromes
Volume I: Aerodrome Resign and Operations
5. An isolated aircraft parking position shall be designated and the
aerodrome control tower shall be advised of an area or areas suitable for
the parking of an aircraft which is known or believed to be the subject of
unlawful interference, or which for other reasons needs isolation from
normal aerodrome activities.
Recommendation: The isolated aircraft parking position should be located at the
maximum distance practicable and in any case never less than 100m from other
parking positions, buildings or public areas, etc. Care should be taken to ensure
that the position is not located over underground utilities such as gas and aviation
fuel and, to the extent feasible, electrical or communication cables.
2. Fencing
2.1 A fence or other suitable barrier shall be provided on an
aerodrome to deter the inadvertent or premeditated access of
an unauthorized person onto a non-public area of the
aerodrome.
Note 1. This is intended to include the barring of sewers,
ducts, tunnels, etc., where necessary, to prevent access.
Note 2. Special measures may be required to prevent the
access of an unauthorized person to runways or taxiways
which overpass public roads.
2.2 Suitable means of protection shall be provided to deter the
inadvertent or premeditated access of unauthorized persons
into ground installations and facilities essential for the safety
of civil aviation located off the aerodrome.
Location
2.3 The fence or barrier shall be located so as to separate the
movement area and other facilities or zones on the aerodrome
vital to the safe operation of aircraft from areas open to public
access.
141 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Recommendation: When greater security is thought necessary, a cleared area
should be provided on both sides of the fence or barrier to facilitate the work of
patrols and to make trespassing more difficult. Consideration should be given to
the provision of a perimeter road inside the aerodrome fencing for the use of both
maintenance personnel and security patrols.
3. Security Lighting
Recommendation: At an aerodrome where it is demand desirable for security
reasons, a fence or other barrier provided for the protection of international civil
aviation and its facilities should be illuminated at a minimum essential level.
Consideration should be given to locating lights so that the ground area on both
sides of the fence or barrier, particularly at access points, is illuminated.
PROPOSED AND RECOMMENDED SECURITY STANDARDS
A. Conduct of vulnerability assessment
B. Formulation of Airport Security Program (New Terminal)
C. Conduct of Periodic Security Inspection
D. Conduct of Security Training
142 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Advance Planning Security Checklist (General Security Consideration) for
Horizontal Requirements
PROPOSED AND RECOMMENDED SECURITY STANDARDS
No Yes
I. GEOGRAPHICAL LOCATION
Surrounding Localities
1. Is the vulnerability assessment for the existing planned
facility conducted.
2. Is the present perimeter protection (fences, gates, patrol) will
be enough as first line of the defense in providing physical
security for personnel and property of the present and future
terminal.
3. Are security areas, and boundaries identified.
4. Does the general airport layout consider the boundary lines
between airside, landside and terminal.
II. SUPPORT FACILITIES
A. Airside
1. Does the airside area integrate the system of pavements:
runways, taxiways, aircraft apron or lighting, flight
instrumentation and navigational aid and cargo operation
2. Does the landside area infrastructures consider the
provision of passenger holding area well-wishers
and family assistance center.
3. Does the landside areas consider the security control
measures and security equipment such as: CCTV and
other equipment at the security checkpoint.
4. Does the landside area consider the accommodation
of public convenience facilities such as: hotel, banks,
food shops, stores and the like.
143 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
A. CONDUCT OF VULNERABILITY ASSESSMENT
B. FORMULATION OF AIRPORT SECURITY PROGRAM (ASP)
(TO BE FORMULATED UPON COMPLETION OF THE PROJECT)
C. CONDUCT OF SECURITY SURVEY
(TO BE CONDUCTED UPON COMPLETION OF THE DEMOLITION)
D. CONDUCT OF SECURITY TRAINING
144 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Section VII. Bidding Forms
145 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
ELIGIBILITY DOCUMENTS SUBMISSION FORM
[Date]
[Name and address of the Procuring Entity]
Ladies/Gentlemen:
In connection with your Request for Expression of Interest dated [insert date] for
[Title of Project] , [Name of Consultant] hereby expresses interest in participating in the
eligibility and short listing for said Project and submits the attached eligibility documents in
compliance with the Eligibility Documents therefor.
In line with this submission, we certify that:
a) [Name of Consultant] 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 Government Procurement Policy Board, and
that each of the documents submit; and
b) Each of the documents submitted herewith is an authentic copy of the original,
complete, and all statements and information provided therein are true and
correct.
We acknowledge and accept the Procuring Entity’s right to inspect and audit all
records relating to our submission irrespective of whether we are declared eligible and short
listed or not.
Yours sincerely,
Signature
Name and Title of Authorized Signatory
Name of Consultant
Address
146 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
TECHNICAL PROPOSAL FORMS
Notes for Consultants The following summarizes the content and maximum number of pages permitted for the Technical Proposal. A page is considered to be one printed side of A4 or letter sized paper.
Cover Letter Use TPF 1. Technical Proposal Submission Form.
Experience of the Firm Maximum of [insert acceptable number of pages] introducing the background and general experience of the Consultant, including its partner(s) and subcontractors, if any.
Maximum of [insert acceptable number of pages] completed projects in the format of TPF 2.
Consultant’s References illustrating the relevant experience of the Consultant, including its
partner and subcontractors, if any. No promotional material should be included.
General approach and methodology, work and staffing schedule Use TPF 4. Description of the Methodology and Work Plan for Performing the Project, TPF 5. Team Composition and Task , TPF 7. Time Schedule for Professional Personnel, and TPF
8. Activity (Work) Schedule.
If subcontracting is allowed, add the following: If the Consultant will engage a subcontractor
for the portions of the Consulting Services allowed to be subcontracted, the Consultant shall
indicate which portions of the Consulting Services will be subcontracted, identify the
corresponding subcontractor, and include the legal eligibility documents of such
subcontractor.
Curriculum Vitae (CV) Use TPF 6. Format of Curriculum Vitae (CV) for Proposed Professional Staff.
Comments on the terms of reference and data and facilities to be provided by the
Procuring Entity Not more than [insert acceptable number of pages] using TPF 3. Comments and Suggestions of Consultant on the Terms of Reference and on Data, Services, and Facilities to be Provided
by the
151 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport
Low Cost Terminal)
TPF 1. TECHNICAL PROPOSAL SUBMISSION FORM
[Date]
[Name and address of the Procuring Entity]
Ladies/Gentlemen:
We, the undersigned, offer to provide the consulting services for [Title of Project] in
accordance with your Bidding Documents dated [insert date] and our Bid. We are hereby
submitting our Bid, which includes this Technical Proposal, and a Financial Proposal sealed
under a separate envelope.
If negotiations are held during the period of bid validity, i.e., before [insert date], we
undertake to negotiate on the basis of the proposed staff. Our Bid is binding upon us and
subject to the modifications resulting from contract negotiations.
In accordance with GCC Clause 18 we acknowledge and accept the PROCURING
ENTITY’s right to inspect and audit all records relating to our Bid irrespective of whether we
enter into a contract with the Procuring Entity as a result of this Bid or not.
We understand you are not bound to accept any Bid received for the selection of a
consultant for the Project.
We remain,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
152 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport
Low Cost Terminal)
TPF 2. CONSULTANT’S REFERENCES
Relevant Services Carried Out in the Last Five Years
That Best Illustrate Qualifications
Using the format below, provide information on each project for which your firm/entity,
either individually, as a corporate entity, or as one of the major companies within an
association, was legally contracted.
Project Name: Country:
Location within Country: Professional Staff Provided by Your Firm/Entity(profiles):
Name of Client: No
of Staff:
Address: No
of Staff-Months; Duration of Project:
Start Date (Month/Year): Completion Date (Month/Year): Approx. Value of Services (in Current US$):
Name of Associated Consultants, if any: No
of Months of Professional Staff Provided by Associated Consultants:
Name of Senior Staff (Project Director/Coordinator, Team Leader) Involved and Functions Performed:
Narrative Description of Project:
Description of Actual Services Provided by Your Staff:
Consultant’s Name:
153 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport
Low Cost Terminal)
TPF 3. COMMENTS AND SUGGESTIONS OF CONSULTANT ON THE TERMS OF
REFERENCE AND ON DATA, SERVICES, AND FACILITIES TO BE PROVIDED BY
THE PROCURING ENTITY
On the Terms of Reference:
1.
2.
3.
4.
5.
On the data, services, and facilities to be provided by the Procuring Entity:
1.
2.
3.
4.
5.
154 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport
Low Cost Terminal)
TPF 4. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR
PERFORMING THE PROJECT
155 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport
New Terminal Building Project (formerly Clark Airport Low Cost Terminal)
TPF 5. TEAM COMPOSITION AND TASK PROJECTS
1. Technical/Managerial Staff
Name Position Task
2. Support Staff
Name Position Task
156 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport
New Terminal Building Project (formerly Clark Airport Low Cost Terminal)
157 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport
Low Cost Terminal)
TPF 6. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL
STAFF
Proposed Position:
Name of Firm:
Name of Staff:
Profession:
Date of Birth:
Years with Firm/Entity: Nationality:
Membership in Professional Societies:
Detailed Tasks Assigned:
Key Qualifications:
[Give an outline of staff member’s experience and training most pertinent to tasks on project. Describe degree
of responsibility held by staff member on relevant previous projects and give dates and locations. Use about
half a page.]
Education:
[Summarize college/university and other specialized education of staff members, giving names of schools, dates
attended, and degrees obtained. Use about one quarter of a page.]
Employment Record:
[Starting with present position, list in reverse order every employment held. List all positions held by staff
member since graduation, giving dates, names of employing organizations, titles of positions held, and locations
of projects. For experience in last ten years, also give types of activities performed and client references, where
appropriate. Use about two pages.]
158 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport
Low Cost Terminal)
Languages:
[For each language, indicate proficiency: excellent, good, fair, or poor in speaking, reading, and writing.]
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly
describe me, my qualifications, and my experience.
Date: [Signature of staff member and authorized representative of the firm] Day/Month/Year
Full name of staff member:
Full name of authorized representative:
SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of execution],
Philippines. Affiant/s is/are personally known to me and was/were identified by me through
competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-
13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with
his/her photograph and signature appearing thereon, with no. ______.
Witness my hand and seal this ___ day of [month] [year].
NAME OF NOTARY PUBLIC
Serial No. of Commission ___________
Notary Public for ______ until _______
Roll of Attorneys No. _____
PTR No. __, [date issued], [place issued]
IBP No. __, [date issued], [place issued]
Doc. No. ___
Page No. ___
Book No. ___
Series of ____.
159 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International
Airport New Terminal Building Project (formerly Clark Airport Low Cost Terminal)
TPF 7. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL
Months (in the Form of a Bar Chart)
Name Position Reports Due/Activities 1 2 3 4 5 6 7 8 9 10 11 12 Number of Months
Subtotal (1)
Subtotal (2)
Subtotal (3)
Subtotal (4)
Full-time: Part-time: Reports Due:
Activities Duration: Location Signature:
(Authorized
representative)
Full
Name: Title: Address:
160 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
TPF 8. ACTIVITY (WORK) SCHEDULE
A. Field Investigation and Study Items [1st, 2nd, etc. are months from the start of project.]
1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
Activity (Work)
B. Completion and Submission of Reports
Reports Date
1. Inception Report
2. Interim Progress Report
(a) First Status Report
(b) Second Status Report
3. Draft Report
4. Final Report
161 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
Omnibus Sworn Statement
REPUBLIC OF THE PHILIPPINES )
CITY/MUNICIPALITY OF ______ ) S.S.
A F F I D A V I T
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 or authorized representative of
[Name of Consultant] with office address at [address of Consultant];
If a partnership, corporation, cooperative, or joint venture: I am the duly authorized
and designated representative of [Name of Consultant] with office address at [address
of Consultant];
2. Select one, delete the other:
If a sole proprietorship: As the owner and sole proprietor or authorized representative
of [Name of Consultant], I have full power and authority to do, execute and perform
any and all acts necessary to participate, submit the bid, and to sign and execute the
ensuing contract for [Name of the Project] of the [Name of the Procuring
Entity][insert “as shown in the attached duly notarized Special Power of Attorney”
for authorized representative];
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 to participate,
submit the bid, and to sign and execute the ensuing contract for [Name of the Project]
of the [Name of the Procuring Entity], accompanied by the duly notarized Special
Power of Attorney, Board/Partnership Resolution, or Secretary’s Certificate,
whichever is applicable;
3. [Name of Consultant] 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 Consultant] is authorizing the Head of the Procuring Entity or its duly
authorized representative(s) to verify all the documents submitted;
162 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
6. Select one, delete the rest:
If a sole proprietorship: The owner or sole proprietor is 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 Consultant] 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 Consultant] complies with existing labor laws and standards; and
8. [Name of Consultant] 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].
9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount,
fee, or any form of consideration, pecuniary or otherwise, to any person or official,
personnel or representative of the government in relation to any procurement project
or activity.
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.
______________________________________
[Bidder’s Representative/Authorized Signatory]
163 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal
Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building
Project (formerly Clark Airport Low Cost Terminal)
SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of
execution], Philippines. Affiant/s is/are personally known to me and was/were identified by
me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice
(A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.
______.
Witness my hand and seal this ___ day of [month] [year].
NAME OF NOTARY PUBLIC
Serial No. of Commission ___________
Notary Public for ______ until _______
Roll of Attorneys No. _____
PTR No. __, [date issued], [place issued]
IBP No. __, [date issued], [place issued]
Doc. No. ___
Page No. ___
Book No. ___
Series of ____.
164 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport
Low Cost Terminal)
Bid-Securing Declaration
(REPUBLIC OF THE PHILIPPINES) CITY OF _______________________ ) S.S. x-------------------------------------------------------x
Invitation to Bid [Insert reference number]
To: [Insert name and address of the Procuring Entity]
I/We, the undersigned, declare that:
1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a Bid-Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract
with any procuring entity for a period of two (2) years upon receipt of your Blacklisting
Order; and, (b) I/we will pay the applicable fine provided under Section 6 of the Guidelines
on the Use of Bid Securing Declaration, within fifteen (15) days from receipt of written
demand by the procuring entity for the commission of acts resulting to the enforcement of the
bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except 69.1 (f), of the
IRR of RA 9184; without prejudice to other legal action the government may undertake.
3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the following
circumstances:
a. Upon expiration of the bid validity period, or any extension thereof pursuant to your
request;
b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to such
effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a
waiver to avail of said right;
c. I am/we are declared as the bidder with the Highest Rated Responsive Bid, and I/we have
furnished the performance security and signed the Contract.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of
[month] [year] at [place of execution].
[Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity]
165 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport
Low Cost Terminal)
Affiant
SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of
execution], Philippines. Affiant/s is/are personally known to me and was/were identified
by me through competent evidence of identity as defined in the 2004 Rules on Notarial
Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of
government identification card used], with his/her photograph and signature appearing
thereon, with no. ______.
Witness my hand and seal this ___ day of [month] [year].
NAME OF NOTARY PUBLIC
Serial No. of Commission ___________
Notary Public for ______ until _______
Roll of Attorneys No. _____
PTR No. __, [date issued], [place issued]
IBP No. __, [date issued], [place issued]
Doc. No. ___
Page No. ___
Book No. ___
Series of ____.
167 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron,
Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost Terminal)
FINANCIAL PROPOSAL FORMS
Notes for Consultants The following summarizes the content of the Financial Proposal.
Cover Letter
Use FPF 1. Financial Proposal Submission Form, which is an acknowledgement that, in
preparation and submission of the Technical and Financial Proposals, Consultants
have:
(a) followed the applicable rules and guidelines indicated in this ITB;
(b) not taken any action which is or constitutes a corrupt, fraudulent, or coercive
practice as defined in the applicable rules and guidelines; and
(c) agrees to allow the Procuring Entity and the Funding Source, at their option, to
inspect and audit all accounts, documents, and records relating to the its Bid and
to the performance of the ensuing contract.
Costs of Consulting Services
Use FPF 2. Summary of Costs; FPF 3. Breakdown of Price per Activity; FPF 4. Breakdown of Remuneration per Activity; FPF 5. Reimbursables per Activity; and FPF 6.
Miscellaneous Expenses.
168 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron,
Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost Terminal)
FPF 1. FINANCIAL PROPOSAL SUBMISSION FORM
[Date]
[Name and address of the Procuring Entity]
Ladies/Gentlemen:
We, the undersigned, offer to provide the consulting services for [Title of Project] in
accordance with your Bidding Documents dated [insert date] and our Bid (Technical and
Financial Proposals). Our attached Financial Proposal is for the sum of [amount in words and
figures] . This amount is exclusive of the local taxes, which we have estimated at [amount(s)
in words and figures] .
Our Financial Proposal shall be binding upon us subject to the modifications resulting
from Contract negotiations, up to expiration of the bid validity period, i.e., [Date] .
In accordance with GCC Clause 51, we acknowledge and accept the Procuring
Entity’s right to inspect and audit all records relating to our Bid irrespective of whether we
enter into a contract with the Procuring Entity as a result of this Bid.
We confirm that we have read, understood and accept the contents of the Instructions
to Bidders (ITB), the Bid Data Sheet (BDS), General Conditions of Contract (GCC), Special
Conditions of Contract (SCC), Terms of Reference (TOR), the provisions relating to the
eligibility of Consultant and the applicable guidelines for the procurement rules of the
Funding Source, any and all Bid bulletins issued and other attachments and inclusions
included in the Bidding Documents sent to us.
We understand you are not bound to accept any Bid you receive.
We remain,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
169 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark
International Airport New Terminal Building Project (formerly Clark Airport Low Cost Terminal)
FPF 2. SUMMARY OF COSTS
Costs Currency(ies)1 Amount in Philippine Peso
Subtotal
Local Taxes
Total Amount of Financial Proposal
1 In cases of contracts involving foreign consultants, indicate the exchange rate used.
170 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark
International Airport New Terminal Building Project (formerly Clark Airport Low Cost Terminal)
FPF 3. BREAKDOWN OF PRICE PER ACTIVITY
Activity No.:
Activity No.:
Description:
Price Component Currency(ies)2 Amount in Philippine Peso
Remuneration
Reimbursables
Miscellaneous Expenses
Subtotal
171 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark
International Airport New Terminal Building Project (formerly Clark Airport Low Cost Terminal)
FPF 4. BREAKDOWN OF REMUNERATION PER ACTIVITY
Activity No. Name:
Names
Position
Input3
Remuneration
Currency(ies) Rate
Amount
Regular staff
Local staff
Consultants
Grand Total
3 Staff months, days, or hours as appropriate.
172 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark
International Airport New Terminal Building Project (formerly Clark Airport Low Cost Terminal)
FPF 5. REIMBURSABLES PER ACTIVITY
Activity No:
No. Description Unit Quantity Unit Price In Total Amount In
1.
2.
3.
4.
5.
International flights
Miscellaneous travel expenses
Subsistence allowance
Local transportation costs4
Office rent/accommodation/
clerical assistance
Trip
Trip
Day
Grand Total
4 Local transportation costs are not included if local transportation is being made available by the Entity. Similarly, in the project site, office rent/accommodations/clerical assistance costs are not to be included if being made available by the Entity.
173 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
FPF 6. MISCELLANEOUS EXPENSES
Activity No.
Activity Name:
No.
1.
2.
3.
4.
Description
Communication costs between
and
(telephone, telegram, telex)
Drafting, reproduction of
reports
Equipment: vehicles,
computers, etc.
Software
Grand Total
Unit Quantity Unit Price Total Amount
174 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
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 Consultant] (hereinafter called the “Consultant”).
WHEREAS, the Entity is desirous that the Consultant 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
Consultant for the execution and completion of such Consulting Services 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) Terms of Reference
(c) Request for Expression of Interest;
(d) Instructions to Bidders;
(e) Bid Data Sheet;
(f) Addenda and/or Supplemental/Bid Bulletins, if any;
(g) Bid forms, including all the documents/statements contained in the
Bidder’s bidding envelopes, as annexes; and all other documents/
statements submitted (e.g., bidder’s response to request for clarifications
on the bid), including corrections to the bid, if any, resulting from the
Procuring Entity’s bid evaluation;
(h) Eligibility requirements, documents and/or statements;
(i) Performance Security;
(j) Notice of Award of Contract and the Bidder’s conforme thereto;
(k) 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 Consultant as
hereinafter mentioned, the Consultant hereby covenants with the Entity to
execute and complete the Consulting Services and remedy any defects therein
in conformity with the provisions of this Consultant in all respects.
175 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure
Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark
Airport Low Cost Terminal)
4. The Entity hereby covenants to pay the Consultant in consideration of the
execution and completion of the Consulting Services, 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.
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]
176 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
Section VIII. Appendices
I. Description of Services
Give detailed descriptions of the Services to be provided, dates for completion of various
tasks, place of performance for different tasks, specific tasks to be approved by Client, etc.
II. Reporting Requirements
List format, frequency, and contents of reports; persons to receive them; dates of submission;
etc. If no reports are to be submitted, state here “Not applicable.”
III. Key Personnel and Sub-Consultants
List under:
1. Titles [and names, if already available], detailed job descriptions and minimum
qualifications, and staff-months of service, and estimated periods of engagement
for each, including a copy of a satisfactory medical certificate.
2. Same information as in no. 1 for Key foreign Personnel to be assigned to work
outside the Government’s country.
3. Same information as in no.1 for Key Local Personnel.
4. List of approved Sub-Consultants (if already available) and Counterpart personnel
(if allowed); same information with respect to their Personnel as in no.’s 1 and 2.
IV. Breakdown of Contract Price
List here the elements of cost, including expenditures in foreign currency(ies) denominated
and payable in Philippine Peso, used to arrive at the itemized breakdown of the contract
price:
1. Monthly rates for Personnel (Key Personnel and other Personnel)
2. Reimbursable expenditures
3. Applicable taxes
V. Services and Facilities Provided by the Client
Give detailed description of the services and facilities made available to the Consultant, and
the time and manner of its availment.
VI. Consultant’s Representations Regarding Costs and Charges
Breakdown of Remuneration Rates, WB funded projects using Quality Based Selection,
177 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
Selection Based on the Consultant’s Qualifications and Single Source Selection.
1. Review of Remuneration Rates
1.1 The remuneration rates for staff are made up of salary, social costs, overheads,
fee that is profit, and any premium or allowance paid for projects away from
headquarters. To assist the Consultant in preparing for financial negotiations, a sample
form giving a breakdown of rates is attached (no financial information should be
included in the Technical Proposal). Agreed breakdown sheets shall form part of the
negotiated contract.
1.2 The Procuring Entity is charged with the custody of Government funds and is
expected to exercise prudence in the expenditure of these funds. The Procuring Entity
is, therefore, concerned with the reasonableness of the firm’s Financial Proposal, and,
during negotiations, it expects to be able to review audited financial statements backing
up the Consultant’s remuneration rates, certified by an independent auditor. The
Consultant shall be prepared to disclose such audited financial statements for the last
three years, to substantiate its rates, and accept that its proposed rates and other
financial matters are subject to scrutiny. Rate details are discussed below.
(i) Salary
This is the gross regular cash salary paid to the individual in the Consultant’s home office. It shall not contain any premium for work away from headquarters or
bonus (except where these are included by law or government regulations).
(ii) Bonus
Bonuses are normally paid out of profits. Because the Procuring Entity does not wish to make double payments for the same item, staff bonuses shall not normally
be included in the rates. Where the Consultant’s accounting system is such that the
percentages of social costs and overheads are based on total revenue, including bonuses,
those percentages shall be adjusted downward accordingly. Where national policy
requires that thirteen (13) months’ pay be given for twelve (12) months’ work, the profit
element need not be adjusted downward. Any discussions on bonuses shall be
supported by audited documentation, which shall be treated as confidential.
(iii) Social Costs
Social costs are the costs to the Consultant of staff’s non-monetary benefits. These items include, inter alia, pension, medical and life insurance costs, and the cost
of a staff member being sick or on vacation. In this regard, the cost of leave for public
holidays is not an acceptable social cost nor is the cost of leave taken during the
Contract if no additional staff replacement has been provided. Additional leave taken at
the end of the Contract in accordance with the Consultant’s leave policy is acceptable as
a social cost.
178 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
(iv) Cost of Leave
The principles of calculating the cost of total days leave per annum as a
percentage of basic salary shall normally be as follows:
Leave cost as percentage of salary11 =
total days leave x 100
[365 - w - ph - v - s]
It is important to note that leave can be considered a social cost only if the Procuring Entity is not charged for the leave taken.
(v) Overheads
Overhead expenses are the firm’s business costs that are not directly related to the execution of the project and shall not be reimbursed as separate items under the
Contract. Typical items are home office costs (partner’s time, non-billable time, time of
senior staff monitoring the project, rent, support staff, research, staff training,
marketing, etc.), the cost of staff not currently employed on revenue-earning projects,
and business promotion costs. During negotiations, audited financial statements,
certified as correct by an independent auditor and supporting the last three years’
overheads, shall be available for discussion, together with detailed lists of items making
up the overheads and the percentage by which each relates to basic salary. The
Procuring Entity does not accept an add-on margin for social charges, overhead
expenses, etc., for staff who are not permanent employees of the firm. In such case, the
firm shall be entitled only to administrative costs and fee on the monthly payments
charged for subcontracted staff.
(vi) Fee or Profit
The fee or profit shall be based on the sum of the salary, social costs, and overhead. If any bonuses paid on a regular basis are listed, a corresponding reduction in
the profit element shall be expected. Fee or profit shall not be allowed on travel or
other reimbursable expenses, unless in the latter case an unusually large amount of
procurement of equipment is required. The Consultant shall note that payments shall be
made against an agreed estimated payment schedule as described in the draft form of
the Contract.
(vii) Away from Headquarters Allowance or Premium
Some consultants pay allowances to staff working away from headquarters. Such allowances are calculated as a percentage of salary and shall not draw overheads
or profit. Sometimes, by law, such allowances may draw social costs. In this case, the
amount of this social cost shall still be shown under social costs, with the net allowance
shown separately. For concerned staff, this allowance, where paid, shall cover home
education, etc.; these and similar items shall not be considered as reimbursable costs.
11 Where w = weekends, ph = public holidays, v = vacation, and s = sick leave.
179 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects
(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost
Terminal)
(viii) Subsistence Allowances
Subsistence allowances are not included in the rates, but are paid separately and
in local currency. No additional subsistence is payable for dependents - the
subsistence rate shall be the same for married and single team members.
UNDP standard rates for the particular country may be used as reference to determine
subsistence allowances.
2. Reimbursables
2.1 The financial negotiations shall further focus on such items as out-of-pocket expenses and other reimbursables. These costs may include, but are not restricted to,
cost of surveys, equipment, office rent, supplies, international and local travel,
computer rental, mobilization and demobilization, insurance, and printing. These costs
may be either fixed or reimbursable in foreign or local currency.
3. Bank Guarantee
3.1 Payments to the Consultant, including payment of any advance based on cash flow projections covered by a bank guarantee, shall be made according to an agreed
estimated schedule ensuring the firm regular payments in local and foreign currency, as
long as the services proceed as planned.
180 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders)
of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost Terminal)
VII. BREAKDOWN OF AGREED FIXED RATES1
[Currencies:_________2]
Consultants 1 2 3 4 5 6 7 8
Name Position Basic Rate3 Social Charge
(__% of 1)
Overhead (__% of 1)
Subtotal Fee (__% of 4)
Away from Headquarters Allowance (__ % of 1)
Total Agreed Fixed
Rate
Agreed Fixed Rate (__ % of 1)
Philippines
Home Office
Signature of Consultant:________________________ Date:___________________
Authorized Representative:_____________________ Name:___________________
Title:______________________
1 This model form is given for negotiation purposes only. It is not part of the proposals (technical or financial). 2 If different currencies, a different table for each currency should be used. 3 Per month, day, or hour as appropriate.