Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure...

245
PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of Infrastructure Project MRT3 Capacity Expansion Project Lot 2: Upgrade of Ancillary Systems (Re-bid) Government of the Republic of the Philippines VOLUME I Fourth Edition December 2010

Transcript of Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure...

Page 1: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

PHILIPPINE BIDDING DOCUMENTS

(As Harmonized with Development Partners)

Procurement of Infrastructure Project

MRT3 Capacity Expansion

Project Lot 2: Upgrade of

Ancillary Systems (Re-bid)

Government of the Republic of the Philippines

VOLUME I

Fourth Edition

December 2010

Page 2: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

2

NOTICE

BE NOTIFIED AND AWARE THAT

THIS IS A DESIGN-AND-BUILD PROJECT

FOLLOWING THE REVISED IMPLEMENTING

RULES AND REGULATIONS OF

REPUBLIC ACT 9184 WITH AN EMPHASIS

ON ANNEX “G” (GUIDELINES FOR THE

PROCUREMENT AND IMPLEMENTATION

OF CONTRACTS FOR DESIGN-AND-BUILD

INFRASTRUCTURE PROJECTS).

Page 3: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

3

TABLE OF CONTENTS

Section I. Invitation to Bid 4

Section II. Instructions to Bidders 7

Section III. Bid Data Sheet 36

Section IV. General Conditions of Contract 53

Section V. Special Conditions of Contract 85

Section VI. Specifications VOLUME II

Section VII. Drawings VOLUME III

Section VIII. Bill of Quantities 91

Section IX. Bidding Forms 98

Page 4: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

4

Section I. Invitation to Bid

Page 5: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Republic of the Philippines

DEPARTMENT OF TRANSPORTATION

Invitation to Bid for

MRT3 Capacity Expansion Project Lot 2: Upgrade of Ancillary Systems

1. The Department of Transportation – Metro Rail Transit 3 (DOT-MRT3), through the General

Appropriations Act (GAA) of 2015, intends to apply the sum of ONE BILLION THIRTY-

TWO MILLION TWO HUNDRED SIXTY-SIX THOUSAND SIXTY-FOUR PESOS

(PHP 1,032,266,064.00) being the Approved Budget for the Contract (ABC) to payments

under the contract for the MRT3 Capacity Expansion Project Lot 2: Upgrade of

Ancillary Systems. Bids received in excess of the ABC shall be automatically rejected at

bid opening.

2. The DOT-MRT3 now invites bids for the MRT3 Capacity Expansion Project Lot 2:

Upgrade of Ancillary Systems. Completion of the Works is within Four Hundred Fifty

(450) Calendar Days from the date of the receipt of the Notice to Proceed. Bidders should

have completed a contract similar to the Project, the value of which, adjusted to current prices

using the National Statistics Office (NSO) consumer price indices, is at least fifty (50%)

percent of the ABC. The description of an eligible bidder is contained in the Bidding

Documents, particularly, in Section II. Instructions to Bidders (ITB), and Section III. Bid

Data Sheet (BDS).

3. Bidding will be conducted through two (2)-step competitive bidding procedures using non-

discretionary “pass/fail” criteria as specified in the Revised Implementing Rules and

Regulations (IRR) of Republic Act No. 9184 (R.A. 9184), otherwise known as the

“Government Procurement Reform Act.” The provisions of Annex “G” (Guidelines for

the Procurement and Implementation of Contracts for Design and Build

Infrastructure Projects) of the said Revised IRR of R.A. No. 9184 shall likewise be

applied in the procurement process and implementation of the subject project.

4. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations

with at least seventy-five percent (75%) interest or outstanding capital stock belonging to

citizens of the Philippines, subject to the condition for eligibility provided in the Revised

IRR of R.A. 9184.

Interested bidders may obtain further information from DOT-MRT3 and inspect the Bidding

Documents at the Finance and Comptrollership Division Office, 2nd Floor, MRT3 Depot,

EDSA corner North Avenue, Barangay Pag-asa, Quezon City, from Mondays to Fridays, 8

AM to 5 PM.

A complete set of Bidding Documents may be purchased by interested Bidders from 26 July

2016 until before the deadline for submission of bids from the address above and upon

payment of a nonrefundable fee for the Bidding Documents in the amount of Seventy-Five

Thousand Pesos (PHP 75,000.00).

It may also be downloaded free of charge from the websites of the Philippine Government

Electronic Procurement System (PhilGEPS) (www.philgeps.net), the DOT

(www.dotc.gov.ph), and the DOT-MRT3 (www.dotcmrt3.gov.ph), provided that bidders

shall pay the fee for the Bidding Documents not later than the submission of their bids.

The DOT-MRT3 will hold a Pre-Bid Conference open to all interested parties on 02 August

2016, 11 AM at the Conference Room, 2nd Floor, MRT3 Depot, EDSA corner North Avenue,

Barangay Pag-asa, Quezon City.

Page 6: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

The DOT-MRT3 scheduled the site visit/ocular inspection for interested bidders who

purchased the bidding documents between 26 July 2016 until the day before the deadline

for submission of bids to fully understand the Scope of Work, Technical Specifications, and

Terms of Reference to guide the bidders in preparing their bids. Guidelines for the site

visit/ocular inspection attached in the BDS Annex “C”.

5. The Deadline for Submission of Bids (Eligibility, Technical, and Financial) is on 01

September 2016, at 11 AM at the Station Division Office, 2nd Floor, MRT3 Depot, EDSA

corner North Avenue, Barangay Pag-asa, Quezon City.

The Opening of the First Step of Procedure (Eligibility and Technical bids) will be held

immediately after the deadline for submission of bids on the same date at the Conference

Room, 2nd Floor, MRT3 Depot, EDSA corner North Avenue, Barangay Pag-asa, Quezon

City. This will be held publicly in the presence of the bidders’ authorized representatives who

choose to attend. Late bids shall not be accepted. All bids must be accompanied by a bid

security in any of the acceptable forms and in the amount stated in ITB Clause 18, and BDS

Clause 18.1.

Oral presentation of the Technical bids will be on 08 September 2016 at 10 AM at the

Conference Room, 2nd Floor, MRT3 Depot, EDSA corner North Avenue, Barangay Pag-asa,

Quezon City.

Eligible and technically qualified bidders shall be notified of the schedule of the Opening of

the Financial Bid (Second Step of Procedure) upon completion of the evaluation and

validation of the submitted documents during the First Step of Procedure.

6. The DOT-MRT3 reserves the right to accept or reject any bid, annul the bidding process,

or reject all bids at any time prior to contract award without thereby incurring any liability

to the affected bidder/s.

For further information, please refer to:

MS. ELEANOR G. NAIDAS

Head, BAC Secretariat

MRT3 Rehabilitation and Capacity Expansion Projects

Finance and Comptrollership Division Office

2nd Floor, MRT3 Depot, EDSA corner North Avenue

Barangay Pag-asa, Quezon City

Telefax No.: (+632) 9266608/929-5347 local 2200

E-mail Address: [email protected]

Website: www.dotcmrt3.gov.ph http://www.dotc.gov.ph

(SGD.)

ATTY. GERARD L. CHAN

OIC, Assistant Secretary for Procurement – DOT

Chairperson, Bids and Awards Committee

MRT3 Rehabilitation and Capacity Expansion Projects

Page 7: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

7

Section II. Instructions to Bidders

Page 8: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

8

TABLE OF CONTENTS

A. GENERAL..............................................................................................................10

1. Scope of Bid....................................................................................................10

2. Source of Funds...............................................................................................10

3. Corrupt, Fraudulent, Collusive, and Coercive Practices..................................10

4. Conflict of Interest...........................................................................................12

5. Eligible Bidders................................................................................................13

6. Bidder’s Responsibilities..................................................................................14

7. Origin of GOODS and Services........................................................................16

8. Subcontracts......................................................................................................16

B. CONTENTS OF BIDDING DOCUMENTS..........................................................16

9. Pre-Bid Conference...........................................................................................16

10. Clarification and Amendment of Bidding Documents......................................17

C. PREPARATION OF BIDS......................................................................................17

11. Language of Bids.............................................................................................. 17

12. Documents Comprising the Bid, Eligibility and Technical Components..........17

13. Documents Comprising the Bid: Financial Components.................................. 20

14. Alternative Bids................................................................................................. 21

15. Bid Prices............................................................................................................21

16. Bid Currencies................................................................................................... 22

17. Bid Validity........................................................................................................22

18. Bid Security........................................................................................................23

19. Format and Signing of Bids................................................................................25

20. Sealing and Marking of Bids..............................................................................25

Page 9: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

9

D. SUBMISSION AND OPENING OF BIDS………………………………………26

21. Deadline for Submission of Bids……………………………………………..26

22. Late Bids……………………………………………………………………...26

23. Modification and Withdrawal of Bids……………………………………......26

24. Opening and Preliminary Examination of Bids……………………………….27

E. EVALUATION AND COMPARISON OF BIDS………………………………..29

25. Process to be Confidential…………………………………………………….29

26. Clarification of Bids…………………………………………………………..29

27. Detailed Evaluation and Comparison of Bids………………………………...29

28. Post Qualification……………………………………………………………..30

29. Reservation Clause……………………………………………………………..31

F. AWARD OF CONTRACT…………………………………………………….….33

30. Contract Award………………………………………………………………..33

31. Signing of the Contract………………………………………………………..33

32. Performance Security…………………………………………………………34

33. Notice to Proceed …………………………………………………………….35

Page 10: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

10

A. General

1. Scope of Bid

1.1. The Procuring Entity as defined in the BDS, invites bids for the construction of

Works, as described in Section VI. Specifications. The name and identification

number of the Contract is provided in the BDS.

1.2. The successful bidder will be expected to complete the Works by the intended

completion date specified in SCC Clause 1.16.

2. Source of Funds

The Procuring Entity has a budget or has applied for or received funds from the Funding

Source named in the BDS, and in the amount indicated in the BDS. It intends to apply

part of the funds received for the Project, as defined in the BDS, to cover eligible

payments under the Contract for the Works.

3. Corrupt, Fraudulent, Collusive, and Coercive Practices

3.1. Unless otherwise specified in the BDS, the Procuring Entity, as well as bidders

and contractors, shall observe the highest standard of ethics during the

procurement and execution of the contract. In pursuance of this policy, the

Funding Source:

(a) defines, for purposes of this provision, the terms set forth below as

follows:

(i) “corrupt practice” means behavior on the part of officials in the

public or private sectors by which they improperly and

unlawfully enrich themselves, others, or induce others to do so,

by misusing the position in which they are placed, and includes

the offering, giving, receiving, or soliciting of anything of value

to influence the action of any such official in the procurement

process or in contract execution; entering, on behalf of the

Procuring Entity, into any contract or transaction manifestly and

grossly disadvantageous to the same, whether or not the public

officer profited or will profit thereby, and similar acts as

provided in Republic Act 3019;

(ii) “fraudulent practice” means a misrepresentation of facts in order

to influence a procurement process or the execution of a contract

to the detriment of the Procuring Entity, and includes collusive

practices among Bidders (prior to or after Bid submission)

designed to establish bid prices at artificial, non-competitive

levels and to deprive the Procuring Entity of the benefits of free

and open competition;

(iii) “collusive practices” means a scheme or arrangement between

two or more bidders, with or without the knowledge of the

Page 11: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

11

Procuring Entity, designed to establish bid prices at artificial,

non-competitive levels; and

(iv) “coercive practices” means harming or threatening to harm,

directly or indirectly, persons, or their property to influence their

participation in a procurement process, or affect the execution of

a contract;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing

of evidence material to an administrative proceedings or

investigation or making false statements to investigators

in order to materially impede an administrative

proceedings or investigation of the Procuring Entity or

any foreign government/foreign or international

financing institution into allegations of a corrupt,

fraudulent, coercive or collusive practice; and/or

threatening, harassing or intimidating any party to

prevent it from disclosing its knowledge of matters

relevant to the administrative proceedings or

investigation or from pursuing such proceedings or

investigation; or

(bb) acts intended to materially impede the exercise of the

inspection and audit rights of the Procuring Entity or any

foreign government/foreign or international financing

institution herein.

(b) will reject a proposal for award if it determines that the bidder

recommended for award has engaged in corrupt or fraudulent practices

in competing for the Contract; and

(c) will declare a firm ineligible, either indefinitely or for a stated period of

time, to be awarded Contract funded by the Funding Source if it at any

time determines that the firm has engaged in corrupt or fraudulent

practices in competing or, or in executing, a Contract funded by the

Funding Source.

3.2. Further, the Procuring Entity will seek to impose the maximum civil,

administrative, and/or criminal penalties available under the applicable laws on

individuals and organizations deemed to be involved in any of the practices

mentioned in ITB Clause 3.1(a).

3.3. Furthermore, the Funding Source and the Procuring Entity reserve the right to

inspect and audit records and accounts of a contractor in the bidding for and

performance of a contract themselves or through independent auditors as

reflected in the GCC Clause 34.

Page 12: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

12

4. Conflict of Interest

4.1. All bidders found to have conflicting interests shall be disqualified to participate

in the procurement at hand, without prejudice to the imposition of appropriate

administrative, civil, and criminal sanctions. A Bidder may be considered to

have conflicting interests with another Bidder in any of the events described in

paragraphs (a) through (c) and a general conflict of interest in any of the

circumstances set out in paragraphs (d) through (g) below:

(a) A Bidder has controlling shareholders in common with another Bidder;

(b) A Bidder receives or has received any direct or indirect subsidy from

any other Bidder;

(c) A Bidder has the same legal representative as that of another Bidder for

purposes of this Bid;

(d) A Bidder has a relationship, directly or through third parties, that puts

them in a position to have access to information about or influence on

the bid of another Bidder or influence the decisions of the Procuring

Entity regarding this bidding process. This will include a firm or an

organization who lends, or temporarily seconds, its personnel to firms

or organizations which are engaged in consulting services for the

preparation related to procurement for or implementation of the project

if the personnel would be involved in any capacity on the same project;

(e) A Bidder submits more than one bid in this bidding process. However,

this does not limit the participation of subcontractors in more than one

bid;

(f) A Bidder who participated as a consultant in the preparation of the

design or technical specifications of the goods and related services that

are the subject of the bid; or

(g) A Bidder who lends, or temporary seconds, its personnel to firms or

organizations which are engaged in consulting services for the

preparation related to procurement for or implementation of the project,

if the personnel would be involved in any capacity on the same project.

4.2. In accordance with Section 47 of the Revised IRR of RA 9184, all Bidding

Documents shall be accompanied by a sworn affidavit of the Bidder that it is

not related to the Head of the Procuring Entity, members of the Bids and Awards

Committee (BAC), members of the Technical Working Group (TWG),

members of the BAC Secretariat, the head of the Project Management Office

(PMO) or the end-user unit, and the project consultants, by consanguinity or

affinity up to the third civil degree. On the part of the bidder, this Clause shall

apply to the following persons:

(a) If the Bidder is an individual or a sole proprietorship, to the Bidder

himself;

Page 13: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

13

(b) If the Bidder is a partnership, to all its officers and members;

(c) If the Bidder is a corporation, to all its officers, directors, and controlling

stockholders; and

(d) If the Bidder is a joint venture (JV), the provisions of items (a), (b), or

(c) of this Clause shall correspondingly apply to each of the members of

the said JV, as may be appropriate.

(e) Relationship of the nature described above or failure to comply with this

Clause will result in the automatic disqualification of a Bidder.

5. Eligible Bidders

5.1. Unless otherwise indicated in the BDS, the following persons shall be eligible

to participate in this Bidding:

(a) Duly licensed Filipino citizens/sole proprietorships;

(b) Partnerships duly organized under the laws of the Philippines and of

which at least seventy-five percent (75%) of the interest belongs to

citizens of the Philippines;

(c) Corporations duly organized under the laws of the Philippines, and of

which at least seventy-five percent (75%) of the outstanding capital

stock belongs to citizens of the Philippines;

(d) Cooperatives duly organized under the laws of the Philippines, and of

which at least seventy-five percent (75%) of the interest belongs to

citizens of the Philippines; and

(e) Persons/entities forming themselves into a JV, i.e., a group of two (2) or

more persons/entities that intend to be jointly and severally responsible

or liable for a particular contract: Provided, however, that, in accordance

with Letter of Instructions No. 630, Filipino ownership or interest of the

joint venture concerned shall be at least seventy-five percent (75%):

Provided, further, that joint ventures in which Filipino ownership or

interest is less than seventy-five percent (75%) may be eligible where

the structures to be built require the application of techniques and/or

technologies which are not adequately possessed by a person/entity

meeting the seventy-five percent (75%) Filipino ownership requirement:

Provided, finally, that in the latter case, Filipino ownership or interest

shall not be less than twenty-five percent (25%). For this purpose

Filipino ownership or interest shall be based on the contributions of each

of the members of the joint venture as specified in their JVA.

5.2. The Procuring Entity may also invite foreign bidders when provided for under

any Treaty or International or Executive Agreement as specified in the BDS.

5.3. Government Corporate Entities may be eligible to participate only if they can

establish that they (a) are legally and financially autonomous, (b) operate under

Page 14: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

14

commercial law, and (c) are not dependent agencies of the GOP or the Procuring

Entity.

5.4. (a) Unless otherwise provided in the BDS, the Bidder must have completed at

least one (1) single contract that is similar to this Project, equivalent to at least

fifty percent (50%) of the ABC adjusted to current prices using the National

Statistics Office consumer price index.

(b) For Foreign-funded Procurement, the Procuring Entity and the foreign

government/foreign or international financing institution may agree on another

track record requirement, as specified in the BDS.

For this purpose, contracts similar to the Project shall be those described in the

BDS, and completed within the period stated in the Invitation to Bid and ITB

Clause 12.1(a)(iii).

5.5. The Bidder must submit a computation of its Net Financial Contracting

Capacity (NFCC) using the following formula, must be at least equal to the

ABC to be bid:

NFCC = [(Current assets minus current liabilities) (K)] minus the value of

all outstanding or uncompleted portions of the projects under ongoing

contracts, including awarded contracts yet to be started coinciding with the

contract for this Project.

Where:

K = 10 for a contract duration of one year or less, 15 for a contract duration

of more than one year up to two years, and 20 for a contract duration of more

than two years.

6. Bidder’s Responsibilities

6.1. The Bidder or its duly authorized representative shall submit a sworn statement

in the form prescribed in Section IX. Bidding Forms as required in ITB Clause

12.1(b) (iii).

6.2. The Bidder is responsible for the following:

(a) Having taken steps to carefully examine all of the Bidding Documents;

(b) Having acknowledged all conditions, local or otherwise, affecting the

implementation of the contract;

(c) Having made an estimate of the facilities available and needed for the

contract to be bid, if any;

(d) Having complied with its responsibility to inquire or secure

Supplemental/Bid Bulletin/s as provided under ITB Clause 10.3.

(e) Ensuring that it is not “blacklisted” or barred from bidding by the GOP

or any of its agencies, offices, corporations, or LGUs, including foreign

Page 15: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

15

government/foreign or international financing institution whose

blacklisting rules have been recognized by the GPPB;

(f) Ensuring that each of the documents submitted in satisfaction of the

bidding requirements is an authentic copy of the original, complete, and

all statements and information provided therein are true and

correct;

(g) Authorizing the Head of the Procuring Entity or its duly authorized

representative/s to verify all the documents submitted;

(h) Ensuring that the signatory is the duly authorized representative of the

Bidder, and granted full power and authority to do, execute and perform

any and all acts necessary and/or to represent the Bidder in the bidding,

with the duly notarized Secretary’s Certificate attesting to such fact, if

the Bidder is a corporation, partnership, cooperative, or joint venture;

(i) Complying with the disclosure provision under Section 47 of the Act in

relation to other provisions of Republic Act 3019; and

(j) Complying with existing labor laws and standards, if applicable.

Failure to observe any of the above responsibilities shall be at the risk of the

Bidder concerned.

6.3. The Bidder, by the act of submitting its bid, shall be deemed to have inspected

the site, determined the general characteristics of the contract works and the

conditions for this Project and examine all instructions, forms, terms, and

project requirements in the Bidding Documents.

6.4. It shall be the sole responsibility of the prospective bidder to determine and to

satisfy itself by such means as it considers necessary or desirable as to all

matters pertaining to this Project, including: (a) the location and the nature of

the contract, project, or work; (b) climatic conditions; (c) transportation

facilities; (d) 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 (e) other factors that may affect the cost, duration and

execution or implementation of the contract, project, or work.

6.5. The Procuring Entity shall not assume any responsibility regarding erroneous

interpretations or conclusions by the prospective or eligible bidder out of the

data furnished by the procuring entity.

6.6. Before submitting their bids, the Bidders are deemed to have become familiar

with all existing laws, decrees, ordinances, acts and regulations of the

Philippines which may affect the contract in any way.

6.7. The Bidder shall bear all costs associated with the preparation and submission

of his bid, and the Procuring Entity will in no case be responsible or liable for

those costs, regardless of the conduct or outcome of the bidding process.

Page 16: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

16

6.8. Bidders should note that the Procuring Entity will only accept bids only from

those that have paid the nonrefundable fee for the Bidding Documents at the

office indicated in the Invitation to Bid.

7. Origin of GOODS and Services

There is no restriction on the origin of Goods, or Contracting of Works or Services

other than those prohibited by a decision of the United Nations Security Council taken

under Chapter VII of the Charter of the United Nations.

8. Subcontracts

8.1. Unless otherwise specified in the BDS, the Bidder may subcontract portions of

the Works to an extent as may be approved by the Procuring Entity and stated

in the BDS. However, subcontracting of any portion shall not relieve the Bidder

from any liability or obligation that may arise from the contract for this Project.

8.2. Subcontractors must submit the documentary requirements under ITB Clause

12 and comply with the eligibility criteria specified in the BDS. In the event that

any subcontractor is found by the Procuring Entity to be ineligible, the

subcontracting of such portion of the Works shall be disallowed.

8.3. The Bidder may identify the subcontractor to whom a portion of the Works will

be subcontracted at any stage of the bidding process or during contract

implementation. If the Bidder opts to disclose the name of the subcontractor

during bid submission, the Bidder shall include the required documents as part

of the technical component of its bid.

B. Contents of Bidding Documents

9. Pre-Bid Conference

9.1. (a) If so specified in the BDS, a pre-bid conference shall be held at the venue

and on the date indicated therein, to clarify and address the Bidders’ questions

on the technical and financial components of this Project.

(b) The pre-bid conference shall be held at least twelve (12) calendar days

before the deadline for the submission of and receipt of bids. If the Procuring

Entity determines that, by reason of the method, nature, or complexity of the

contract to be bid, or when international participation will be more

advantageous to the GOP, a longer period for the preparation of bids is

necessary, the pre-bid conference shall be held at least thirty (30) calendar days

before the deadline for the submission and receipt of bids, as specified in the

BDS.

9.2. Bidders are encouraged to attend the pre-bid conference to ensure that they

fully understand the Procuring Entity’s requirements. Non-attendance of the

Bidder will in no way prejudice its bid; however, the Bidder is expected to know

the changes and/or amendments to the Bidding Documents as recorded in the

minutes of the pre-bid conference and the Supplemental/Bid Bulletin.

Page 17: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

17

9.3. Any statement made at the pre-bid conference shall not modify the terms of the

bidding documents unless such statement is specifically identified in writing as

an amendment thereto and issued as a Supplemental/Bid Bulletin.

10. Clarification and Amendment of Bidding Documents

10.1. Bidders who have purchased the Bidding Documents may request for

clarification(s) on any part of the Bidding Documents or for an interpretation.

Such a request must be in writing and submitted to the Procuring Entity at the

address indicated in the BDS at least ten (10) calendar days before the deadline

set for the submission and receipt of Bids.

10.2. Supplemental/Bid Bulletins may be issued upon the Procuring Entity’s initiative

for purposes of clarifying or modifying any provision of the Bidding Documents

not later than seven (7) calendar days before the deadline for the submission and

receipt of Bids. Any modification to the Bidding Documents shall be identified

as an amendment.

10.3. Any Supplemental/Bid Bulletin issued by the BAC shall also be posted on the

Philippine Government Electronic Procurement System (PhilGEPS) and the

website of the Procuring Entity concerned, if available. Unless, otherwise

provided in the BDS, it shall be the responsibility of all Bidders who secure the

Bidding Documents to inquire and secure Supplemental/Bid Bulletins that may

be issued by the BAC. However, bidders who have submitted bids before the

issuance of the Supplemental/Bid Bulletin must be informed and allowed to

modify or withdraw their bids in accordance with ITB Clause 23.

C. Preparation of Bids

11. Language of Bids

The Bid, as well as all correspondence and documents relating to the Bid exchanged by

the Bidder and the Procuring Entity, shall be written in English. Supporting documents

and printed literature furnished by the Bidder may be in another language provided they

are accompanied by an accurate translation in English certified by the appropriate

embassy or consulate in the Philippines, in which case the English translation shall

govern, for purposes of interpretation of the Bid.

12. Documents Comprising the Bid: Eligibility and Technical

Components

12.1. Unless otherwise indicated in the BDS, the first envelope shall contain the

following eligibility and technical documents:

(a) Eligibility Documents –

Class “A” Documents:

(i) Registration certificate from the Securities and Exchange

Commission (SEC), Department of Trade and Industry (DTI) for

sole proprietorship, or Cooperative Development Authority

Page 18: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

18

(CDA) for cooperatives, or any proof of such registration as

stated in the BDS;

(ii) Mayor’s permit issued by the city or municipality where the

principal place of business of the prospective bidder is located;

(iii) Statement of ALL its ongoing government and private contracts

including contracts awarded but not yet started, if any, and

Statement of at least ONE (1) completed contract that is similar

to the project to be bid, and equivalent to at least 50% of the

ABC, adjusted to the current prices using the NSO Consumer

Price Index. The statement shall include, for each contract, the

following:

(iii.1) name of the contract;

(iii.2) date of the contract;

(iii.3) contract duration;

(iii.4) owner’s name and address;

(iii.5) nature of work;

(iii.6) contractor’s role (whether sole contractor, subcontractor,

or partner in a JV) and percentage of participation;

(iii.7) total contract value at award;

(iii.8) date of completion or estimated completion time;

(iii.9) total contract value at completion, if applicable;

(iii.10) percentages of planned and actual accomplishments, if

applicable;

(iii.11) value of outstanding works, if applicable;

(iii.12) the statement shall be supported by the notices of award

and/or notices to proceed issued by the owners; and

(iii.13) the statement shall be supported by the Constructors

Performance Evaluation System (CPES) rating sheets,

and/or certificates of completion and owner’s

acceptance, if applicable;

(iv) Unless otherwise provided in the BDS, valid Philippine

Contractors Accreditation Board (PCAB) license and

registration for the type and cost of the contract for this Project;

(v) Audited financial statements, showing, among others, the

prospective total and current assets and liabilities, stamped

Page 19: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

19

“received” by the BIR or its duly accredited and authorized

institutions, for the preceding calendar year which should not be

earlier than two (2) years from the date of bid submission;

(vi) NFCC computation in accordance with ITB Clause 5.5;

(vii) Tax clearance per Executive Order 398 Series of 2005 as finally

reviewed and approved by the BIR; and

Class “B” Document:

(viii) If applicable, valid Joint Venture Agreement (JVA) or, in lieu

thereof, duly notarized statements from all the potential joint

venture partners stating that they will enter into and abide by the

provisions of the JVA in the instance that the bid is successful

shall be included in the bid.

(b) Technical Documents –

(i) Bid security as prescribed in ITB Clause 18. If the Bidder opts

to submit the bid security in the form of:

(i.1) a bank draft/guarantee or an irrevocable letter of credit

issued by a foreign bank, it shall be accompanied by a

confirmation from a Universal or Commercial Bank; or

(i.2) a surety bond accompanied by a certification coming

from an authorized Insurance Commission that a surety

or insurance company is authorized to issue such

instrument;

(ii) Project Requirements, which shall include the following:

(ii.1) Organizational chart for the contract to be bid;

(ii.2) List of contractor’s personnel (e.g. project Manager,

Project Engineers, Materials Engineers, and Foremen), to

be assigned to the contract to be bid, with their complete

qualification and experience data;

(ii.3) List of contractor’s equipment units, which are owned,

leased, and/or under purchase agreements, supported by

certification of availability of equipment from the

equipment lessor/vendor for the duration of the project;

(ii.4) Preliminary Design Plans;

(ii.5) Design and Construction Methods;

(ii.6) Design and Construction Schedules;

Page 20: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

20

(ii.7) Value Engineering of Design and Construction Methods;

and

(iii) Sworn statement in accordance with Section 25.2(b)(iv) of the

IRR of RA 9184 and using the form prescribed in Section IX.

Bidding Forms.

13. Documents Comprising the Bid: Financial Component

13.1. Unless otherwise stated in the BDS, the financial component of the bid shall

contain the following:

a) Financial Bid Form in accordance with the form prescribed in Section

IX. Bidding Forms indicating lump sum bid prices, which shall include

the detailed engineering costs;

b) Detailed estimates (Price Schedules/Bill of Quantities) including a

summary sheet indicating the unit prices of construction materials, labor

rates and equipment rentals used in coming up with the bid;

c) Cash flow by the quarter and payment schedules; and

d) Any other document related to the financial component of the bid as

stated in the BDS.

13.2. (a) Unless indicated in the BDS, all Bids that exceed the ABC shall not be

accepted.

(b) Unless otherwise indicated in the BDS, for foreign-funded

procurement, a ceiling may be applied to bid prices provided the

following conditions are met:

(i) Bidding Documents are obtainable free of charge on a freely

accessible website. If payment of Bidding Documents is required

by the procuring entity, payment could be made upon the

submission of bids.

(ii) The procuring entity has procedures in place to ensure that the ABC

is based on recent estimates made by the engineer or the

responsible unit of the procuring entity and that the estimates are

based on adequate detailed engineering (in the case of works) and

reflect the quality, supervision and risk and inflationary factors, as

well as prevailing market prices, associated with the types of

works or goods to be procured.

(iii) The procuring entity has trained cost estimators on estimating prices

and analyzing bid variances. In the case of infrastructure projects,

the procuring entity must also have trained quantity surveyors.

(iv) The procuring entity has established a system to monitor and report

bid prices relative to ABC and engineer’s/procuring entity’s

estimate.

Page 21: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

21

(v) The procuring entity has established a monitoring and evaluation

system for contract implementation to provide a feedback on

actual total costs of goods and works.

14. Alternative Bids

14.1. Alternative Bids shall be rejected. For this purpose, alternative bid is an offer

made by a Bidder in addition or as a substitute to its original bid which may be

included as part of its original bid or submitted separately therewith for purposes

of bidding. A bid with options is considered an alternative bid regardless of

whether said bid proposal is contained in a single envelope or submitted in two

(2) or more separate bid envelopes.

14.2. Bidders shall submit offers that comply with the requirements of the Bidding

Documents, including the basic technical design as indicated in the drawings

and specifications. Unless there is a value engineering clause in the BDS,

alternative bids shall not be accepted.

14.3. Each Bidder shall submit only one Bid, either individually or as a partner in a

JV. A Bidder who submits or participates in more than one bid (other than as a

subcontractor if a subcontractor is permitted to participate in more than one bid)

will cause all the proposals with the Bidder’s participation to be disqualified.

This shall be without prejudice to any applicable criminal, civil and

administrative penalties that may be imposed upon the persons and entities

concerned.

15. Bid Prices

15.1 The contract shall be for the whole Works, which is design and build, based on

Price Schedules/Bill of Quantities for the detailed engineering design, and for

the construction of the works submitted by the Bidder. Bidders shall quote for

the entire design and build contract on a “single responsibility” basis such that

the total bid prices covers all the Contractor’s obligations mentioned in or to be

reasonably inferred from the Bidding Documents in respect to design and

construction of the project. The obligations of the Contractor include, but not

limited to, acquisition of all permits, approvals and licenses, etc.; and, any and

all such items and services as maybe specified in the Bidding Documents, all in

accordance with the requirements of the General Conditions of Contract. Items

against which, no price is entered by the Bidder will not be paid for by the

Procuring Entity when executed and shall be deemed to be covered by the prices

for other items.

15.2 The Bidder shall fill in rates and prices for all items of the Works, which is

design and build, described in the Price Schedules/Bill of Quantities to be

submitted by the Bidder. The Bidder shall identify and enumerate any and all

items of Works, which is design and build, and fill-in the pertinent quantities,

unit rates, and prices. Bids not addressing or providing all of the required items

of works in the Price Schedules/Bill of Quantities including, where applicable,

Price Schedules/Bill of Quantities, shall be considered non-responsive and, thus,

automatically disqualified. In this regard, where a required item is provided, but

no price is indicated, the same shall be considered as non-responsive, but

Page 22: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

22

specifying a “0” (zero) for the said item would mean that it is being offered for

free to the Government.

15.3 All duties, taxes, and other levies payable by the Contractor under the Contract,

or for any other cause, prior to the deadline for submission of bids, shall be

included in the rates, prices, and total bid price submitted by the Bidder.

15.4 All bid prices for the given scope of work in the contract as awarded shall be

considered as fixed prices, and therefore not subject to price escalation during

contract implementation, except under extraordinary circumstances as specified

in GCC Clause 48. Price escalation may be allowed in extraordinary

circumstances as may be determined by the National Economic and

Development Authority in accordance with the Civil Code of the Philippines,

and upon the recommendation of the Procuring Entity. Furthermore, in cases

where the cost of the awarded contract is affected by any applicable new laws,

ordinances, regulations, or other acts of the GOP, promulgated after the date of

bid opening, a contract price adjustment shall be made or appropriate relief shall

be applied on a no loss-no gain basis.

16. Bid Currencies

16.1. All bid prices shall be quoted in Philippine Pesos unless otherwise provided in

the BDS. However, for purposes of bid evaluation, bids denominated in foreign

currencies shall be converted to Philippine currency based on the exchange rate

prevailing on the day of the Bid opening.

16.2. If so allowed in accordance with ITB Clause 16.1, the Procuring Entity for

purposes of bid evaluation and comparing the bid prices will convert the

amounts in various currencies in which the bid price is expressed to Philippine

Pesos at the exchange rate as published in the BSP reference rate bulletin on the

day of the bid opening.

16.3. Unless otherwise specified in the BDS, payment of the contract price shall be

made in Philippine Peso.

17. Bid Validity

17.1. Bids shall remain valid for the period specified in the BDS which shall not

exceed one hundred twenty (120) calendar days from the date of the opening of

bids.

17.2. In exceptional circumstances, prior to the expiration of the bid validity period,

the Procuring Entity may request Bidders to extend the period of validity of

their bids. The request and the responses shall be made in writing. The bid

security described in ITB Clause 18 should also be extended corresponding to

the extension of the bid validity period at the least. A Bidder may refuse the

request without forfeiting its bid security, but his bid shall no longer be

considered for further evaluation and award. A Bidder granting the request shall

not be required or permitted to modify its bid.

18. Bid Security

Page 23: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

23

18.1. The bid security in the amount stated in the BDS shall be equal to the percentage

of the ABC in accordance with the following schedule:

Form of Bid Security Amount of Bid Security

(Equal to Percentage of the ABC)

(a) Cash or cashier’s/manager’s

check issued by a Universal or

Commercial Bank.

Two percent (2%)

(b) Bank draft/guarantee or

irrevocable letter of credit issued

by a Universal or Commercial

Bank: Provided, however, that it

shall be confirmed or

authenticated by a Universal or

Commercial Bank, if issued by a

foreign bank.

(c) Surety bond callable upon

demand issued by a surety or

insurance company duly certified

by the Insurance Commission as

authorized to issue such security;

and/or

Five percent (5%)

(d) Any combination of the

foregoing.

Proportionate to share of form

with respect to total amount of

security

(e) Bid Securing Declaration No percentage required.

For biddings conducted by local government units, the Bidder may also submit

bid securities in the form of cashier’s/manager’s check, bank draft/guarantee, or

irrevocable letter of credit from other banks certified by the BSP as authorized

to issue such financial statement.

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 32.2, from

receipt of the Notice of Award, and committing to pay the corresponding 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.

18.2. The bid security should be valid for the period specified in the BDS. Any bid

not accompanied by an acceptable bid security shall be rejected by the Procuring

Entity as non-responsive.

18.3. No bid securities shall be returned to bidders after the opening of bids and before

contract signing, except to those that failed or declared as post-disqualified,

upon submission of a written waiver of their right to file a motion for

reconsideration and/or protest. Without prejudice on its forfeiture, Bid

Securities shall be returned only after the bidder with the Lowest Calculated

Responsive Bid has signed the contract and furnished the Performance Security,

Page 24: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

24

but in no case later than the expiration of the Bid Security validity period

indicated in ITB Clause 18.2.

18.4. Upon signing and execution of the contract, pursuant to ITB Clause 31, and the

posting of the performance security, pursuant to ITB Clause 32, the successful

Bidder’s Bid security will be discharged, but in no case later than the Bid

security validity period as indicated in ITB Clause 18.2.

18.5. The bid security may be forfeited:

(a) if a Bidder:

(i) withdraws its bid during the period of bid validity specified in

ITB Clause 17;

(ii) does not accept the correction of errors pursuant to ITB Clause

27.3(b);

(iii) fails to submit the requirements within the prescribed period, or

a finding against their veracity, as stated in ITB Clause 28.2;

(iii) submission of eligibility requirements containing false

information or falsified documents;

(iv) 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;

(v) allowing the use of one’s name, or using the name of another for

purposes of public bidding;

(vi) 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;

(vii) refusal or failure to post the required performance security

within the prescribed time;

(viii) 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;

(ix) any documented attempt by a bidder to unduly influence the

outcome of the bidding in his favor;

(x) failure of the potential joint venture partners to enter into the

joint venture after the bid is declared successful; or

(xi) all other acts that tend to defeat the purpose of the competitive

bidding, such as habitually withdrawing from bidding,

Page 25: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

25

submitting late Bids or patently insufficient bid, for at least three

(3) times within a year, except for valid reasons.

(b) if the successful Bidder:

(i) fails to sign the contract in accordance with ITB Clause 31;

(ii) fails to furnish performance security in accordance with ITB

Clause 32.

19. Format and Signing of Bids

19.1. Bidders shall submit their bids through their duly authorized representative

using the appropriate forms provided in Section IX. Bidding Forms on or before

the deadline specified in the ITB Clause 21 in two (2) separate sealed bid

envelopes, and which shall be submitted simultaneously. The first shall contain

the technical component of the bid, including the eligibility requirements under

ITB Clause 12.1, and the second shall contain the financial component of the

bid.

19.2. Forms as mentioned in ITB Clause 19.1 must be completed without any

alterations to their format, and no substitute form shall be accepted. All blank

spaces shall be filled in with the information requested.

19.3. The Bidder shall prepare an original of the first and second envelopes as

described in ITB Clauses 12 and 13. In addition, the Bidder shall submit copies

of the first and second envelopes. In the event of any discrepancy between the

original and the copies, the original shall prevail.

19.4. The bid, except for unamended printed literature, shall be signed, and each and

every page thereof shall be initialed, by the duly authorized representative/s of

the Bidder.

19.5. Any interlineations, erasures, or overwriting shall be valid only if they are

signed or initialed by the duly authorized representative/s of the Bidder.

20. Sealing and Marking of Bids

20.1. Bidders shall enclose their original eligibility and technical documents

described in ITB Clause 12, in one sealed envelope marked “ORIGINAL -

TECHNICAL COMPONENT”, and the original of their financial component

in another sealed envelope marked “ORIGINAL - FINANCIAL

COMPONENT”, sealing them all in an outer envelope marked “ORIGINAL

BID”.

20.2. Each copy of the first and second envelopes shall be similarly sealed duly

marking the inner envelopes as “COPY NO. ___ - TECHNICAL

COMPONENT” and “COPY NO. ___ – FINANCIAL COMPONENT” and the

outer envelope as “COPY NO. ___”, respectively. These envelopes containing

the original and the copies shall then be enclosed in one single envelope.

Page 26: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

26

20.3. The original and the number of copies of the Bid as indicated in the BDS shall

be typed or written in indelible ink and shall be signed by the bidder or its duly

authorized representative/s.

20.4. All envelopes shall:

(a) contain the name of the contract to be bid in capital letters;

(b) bear the name and address of the Bidder in capital letters;

(c) be addressed to the Procuring Entity’s BAC identified in ITB

Clause10.1;

(d) bear the specific identification of this bidding process indicated in the

Invitation to Bid; and

(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for the

opening of bids, in accordance with ITB Clause 21.

20.5. If bids are not sealed and marked as required, the Procuring Entity will assume

no responsibility for the misplacement or premature opening of the bid.

D. Submission and Opening of Bids

21. Deadline for Submission of Bids

Bids must be received by the Procuring Entity’s BAC at the address and on or before

the date and time indicated in the BDS.

22. Late Bids

Any bid submitted after the deadline for submission and receipt of bids prescribed by

the Procuring Entity, pursuant to ITB Clause 21, shall be declared “Late” and shall not

be accepted by the Procuring Entity.

23. Modification and Withdrawal of Bids

23.1. The Bidder may modify its bid after it has been submitted; provided that the

modification is received by the Procuring Entity prior to the deadline prescribed

for submission and receipt of bids. The Bidder shall not be allowed to retrieve

its original bid, but shall be allowed to submit another bid equally sealed,

properly identified, linked to its original bid marked as “TECHNICAL

MODIFICATION” or “FINANCIAL MODIFICATION” and stamped

“received” by the BAC. Bid modifications received after the applicable deadline

shall not be considered and shall be returned to the Bidder unopened.

23.2. A Bidder may, through a letter of withdrawal, withdraw its bid after it has been

submitted, for valid and justifiable reason; provided that the letter of withdrawal

is received by the Procuring Entity prior to the deadline prescribed for

submission and receipt of bids.

Page 27: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

27

23.3. Bids requested to be withdrawn in accordance with ITB Clause 23.1 shall be

returned unopened to the Bidders. A Bidder may also express its intention not

to participate in the bidding through a letter which should reach and be stamped

by the BAC before the deadline for submission and receipt of bids. A Bidder

that withdraws its bid shall not be permitted to submit another bid, directly or

indirectly, for the same contract.

23.4. No bid may be modified after the deadline for submission of bids. No bid may

be withdrawn in the interval between the deadline for submission of bids and

the expiration of the period of bid validity specified by the Bidder on the

Financial Bid Form. Withdrawal of a bid during this interval shall result in the

forfeiture of the Bidder’s bid security, pursuant to ITB Clause 18.5, and the

imposition of administrative, civil, and criminal sanctions as prescribed by RA

9184 and its IRR.

24. Opening and Preliminary Examination of Bids

24.1. A two-steps procedure shall be undertaken by the Procuring Entity, which may

be undertaken with the assistance of the Design and Build Committee (DBC) or

with the Procuring Entity’s Engineer (Project Consultant).

24.2. First Step Procedure - The BAC shall open the first bid envelopes of Bidders in

public as specified in the BDS to determine each Bidder’s compliance with the

documents prescribed in ITB Clause 12. For this purpose, the BAC shall check

the submitted documents of each bidder against a checklist of required

documents to ascertain if they are all present, using a non-discretionary

“pass/fail” criterion. If a bidder submits the required document, it shall be rated

“passed” for that particular requirement. In this regard, bids that fail to include

any requirement or are incomplete or patently insufficient shall be considered

as “failed”. Otherwise, the BAC shall rate the said first bid envelope as

“passed”.

All the bids which are rated “passed” shall be then subjected to detailed

evaluation involving the review of the preliminary conceptual designs and track

record submitted by the Bidder, as required in ITB Clause 12.1(a) (iii) and

12.1(b) (ii), using the non-discretionary “pass/fail” criteria that involved

compliance with the following requirements:

a) Compliance with required design and construction experience;

b) Quality of personnel to be assigned to the project which covers suitability

of key staff to perform the duties of the particular assignment and general

qualifications and competence including education and training of the key

staff;

c) Adherence of preliminary design plans to the required performance

specifications and parameters and degree of details specified by the

Procuring Entity that will enable the quantities to be estimated and verified

up to plus/minus fifteen percent (+/-15%) of the final quantities;

d) Concept of approach and methodology for detailed engineering design,

supervisions and construction with emphasis to clarity, feasibility,

Page 28: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

28

innovativeness and comprehensiveness of the plan approach, and the

quality of interpretation of project problems, risk, and suggested solutions;

e) Suitability of Design and Construction Schedules;

f) Value engineering analysis of design and construction methods to be

implemented; and

g) Suitability of contractor’s equipment units, which are owned, leased,

and/or under purchase agreements, supported by certification of

availability of equipment from the equipment lessor/vendor for the duration

of the project.

24.3 Second Step Procedure - Only those bids that passed the above criteria indicated

in the First Step Procedure shall be subjected to the Second Step Procedure.

Unless otherwise specified in the BDS, the BAC shall forthwith open the second

(financial) envelope of each remaining eligible bidder whose first envelope

passed the criteria of the First Step Procedure. In case one or more of the

requirements in the second envelope of a particular bid is missing, incomplete

or patently insufficient, and/or if the submitted total bid price exceeds the ABC

unless otherwise provided in ITB Clause 13.1(b), the BAC shall rate the bid

concerned as “failed”. Only bids that are determined to contain all the bid

requirements for both components shall be rated “passed” and shall immediately

be considered for evaluation and comparison.

24.4 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

Bidder unopened. If the withdrawing Bidder’s representative is in attendance,

the original bid and all copies thereof shall be returned to the representative

during the bid opening. If the representative is not in attendance, the Bid shall

be returned unopened by registered mail. The Bidder may withdraw its bid prior

to the deadline for the submission and receipt of bids, provided that the

corresponding letter of withdrawal contains a valid authorization requesting for

such withdrawal, subject to appropriate administrative sanctions.

24.5 If a Bidder has previously secured a certification from the Procuring Entity to

the effect that it has previously submitted the above-enumerated Class “A”

Documents, the said certification may be submitted in lieu of the requirements

enumerated in ITB Clause 12.1(a), items (i) to (vi).

24.6 In the case of an eligible foreign Bidder as described in ITB Clause 5, the Class

“A” Documents enumerated in ITB Clause 12.1(a) may be substituted with the

appropriate equivalent documents, if any, issued by the country of the foreign

Bidder concerned.

24.7 Each partner of a joint venture agreement shall likewise submit the documents

required in ITB Clauses 12.1(a) (i) and 12.1(a)(ii). Submission of documents

required under ITB Clauses 12.1 (a)(iii) to 12.1 (a)(vi) by any of the joint

venture partners constitutes compliance.

24.8 A Bidder determined as “failed” has three (3) calendar days upon written notice

or, if present at the time of bid opening, upon verbal notification within which

to file a request for reconsideration with the BAC: Provided, however, that the

Page 29: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

29

request for reconsideration shall not be granted if it is established that the finding

of failure is due to the fault of the Bidder concerned: Provided, further, that the

BAC shall decide on the request for reconsideration within seven (7) calendar

days from receipt thereof. If a failed Bidder signifies his intent to file a request

for reconsideration, the BAC shall keep the bid envelopes of the said failed

Bidder unopened and/or duly sealed until such time that the request for

reconsideration or protest has been resolved.

24.9 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,

bid security, findings of preliminary examination; and (b) attendance sheet. The

BAC members shall sign the abstract of bids as read.

E. Evaluation and Comparison of Bids

25. Process to be Confidential

25.1 Members of the BAC, including its staff and personnel, as well as its Secretariat

and TWG, are prohibited from making or accepting any kind of communication

with any bidder regarding the evaluation of their bids until the issuance of the

Notice of Award, unless n the case of ITB Clause 26.

25.2 Any effort by a bidder to influence the Procuring Entity in the Procuring Entity’s

decision in respect of Bid evaluation, Bid comparison or contract award will

result in the rejection of the Bidder’s Bid.

26. Clarification of Bids

To assist in the evaluation, comparison and post-qualification of the bids, the Procuring

Entity may ask in writing any Bidder for a clarification of its bid. All responses to

requests for clarification shall be in writing. Any clarification submitted by a Bidder in

respect to its bid and that is not in response to a request by the Procuring Entity shall

not be considered

27. Detailed Evaluation and Comparison of Bids

27.1 The Procuring Entity will undertake the detailed evaluation and comparison of

Bids which have passed the opening and preliminary examination of Bids,

pursuant to ITB Clause 24, in order to determine the Lowest Calculated Bid.

27.2 In evaluating the Bids to get the Lowest Calculated Bid, the Procuring Entity

shall undertake the following:

a) The detailed evaluation of the financial component of the bids, to

establish the correct calculated prices of the bids; and

b) The ranking of the total bid prices as so calculated from the lowest to

highest. The bid with the lowest price shall be identified as the Lowest

Calculated Bid.

Page 30: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

30

27.3 The Procuring Entity's BAC shall immediately conduct a detailed evaluation of

all bids rated “passed,” using non-discretionary “pass/fail” criterion. The BAC

shall consider the following in the evaluation of bids:

a) Completeness of the bid. Unless the ITB specifically allows partial bids,

bids not addressing or providing all of the required items in the Schedule

of Requirements including, where applicable, bill of quantities, shall be

considered non-responsive and, thus, automatically disqualified. In this

regard, where a required item is provided, but no price is indicated, the

same shall be considered as non-responsive, but specifying a "0" (zero)

for the said item would mean that it is being offered for free to the

Procuring Entity; and,

b) Arithmetical corrections. Consider computational errors and omissions

to enable proper comparison of all eligible bids. It may also consider bid

modifications if expressly allowed in the BDS. Any adjustment shall be

calculated in monetary terms to determine the calculated prices.

27.4 Based on the detailed evaluation of bids, those that comply with the above-

mentioned requirements shall be ranked in the ascending order of their total

calculated bid prices, as evaluated and corrected for computational errors,

discounts and other modifications, to identify the Lowest Calculated Bid. Total

calculated bid prices, as evaluated and corrected for computational errors,

discounts and other modifications, which exceed the ABC shall not be

considered, unless otherwise indicated in the BDS.

27.5 The Procuring Entity’s evaluation of bids shall only be based on the bid price

quoted in the Financial Bid Form

27.6 Bids shall be evaluated on an equal footing to ensure fair competition. For this

purpose, all bidders shall be required to include in their bids the cost of all taxes,

such as, but not limited to, value added tax (VAT), income tax, local taxes, and

other fiscal levies and duties which shall be itemized in the bid form and

reflected in the detailed estimates. Such bids, including said taxes, shall be the

basis for bid evaluation and comparison.

28. Post Qualification

28.1 The Procuring Entity shall determine to its satisfaction whether the Bidder that

is evaluated as having submitted the Lowest Calculated Bid (LCB) complies

with and is responsive to all the requirements and conditions specified in ITB

Clauses 5, 12, and 13.

28.2 Within a non-extendible period of three (3) calendar days from receipt by the

Bidder of the notice from the BAC that it submitted the LCB, the Bidder shall

submit the following documentary requirements:

a) Latest income and business tax returns in the form specified in the BDS;

b) Certificate of PhilGEPS Registration or PhilGEPS Registration Number

if the procuring entity is a Philippine foreign office or post, provided that

Page 31: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

31

participating bidders should register with the PhilGEPS prior to bid

opening; and

c) Other appropriate licenses and permits required by law and stated in the

BDS.

Failure of the Bidder declared as LCB to duly submit the requirements under

this Clause or a finding against the veracity of such, shall be ground for

forfeiture of the bid security and disqualification of the Bidder for award.

28.3 The determination shall be based upon an examination of the documentary

evidence of the Bidder’s qualifications submitted pursuant to ITB Clauses 12

and 13, as well as other information as the Procuring Entity deems necessary

and appropriate, using a non-discretionary “pass/fail” criterion.

28.4 If the BAC determines that the Bidder with the Lowest Calculated Bid passes

all the criteria for post-qualification, it shall declare the said bid as the Lowest

Calculated Responsive Bid, and recommend to the Head of the Procuring Entity

the award of contract to the said Bidder at its submitted price or its calculated

bid price, whichever is lower, subject to ITB Clause 30.3.

28.5 A negative determination shall result in rejection of the Bidder’s Bid, in which

event the Procuring Entity shall proceed to the next Lowest Calculated Bid to

make a similar determination of that Bidder’s capabilities to perform

satisfactorily. If the second Bidder, however, fails the post qualification, the

procedure for post qualification shall be repeated for the Bidder with the next

Lowest Calculated Bid, and so on until the Lowest Calculated and Responsive

Bid is determined for contract award.

28.6 Within a period not exceeding seven (7) calendar days from the date of receipt

of the recommendation of the BAC, the Head of the Procuring Entity shall

approve or disapprove the said recommendation. In the case of government

owned and government-owned and/or -controlled corporations (GOCCs) and

government financial institutions (GFIs), the period provided herein shall be

fifteen (15) calendar days.

29. Reservation Clause

29.1 Notwithstanding the eligibility or post-qualification of a bidder, the Procuring

Entity concerned reserves the right to review its qualifications at any stage of

the procurement process if it has reasonable grounds to believe that a

misrepresentation has been made by the said bidder, or that there has been a

change in the Bidder’s capability to undertake the project from the time it

submitted its eligibility requirements. Should such review uncover any

misrepresentation made in the eligibility and bidding requirements, statements

or documents, or any changes in the situation of the Bidder which will affect its

capability to undertake the project so that it fails the preset eligibility or bid

evaluation criteria, the Procuring Entity shall consider the said Bidder as

ineligible and shall disqualify it from submitting a bid or from obtaining an

award or contract.

Page 32: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

32

29.2 Based on the following grounds, the Procuring Entity reserves the right to reject

any and all Bids, declare a Failure of Bidding at any time prior to the contract

award, or not to award the contract, without thereby incurring any liability, and

make no assurance that a contract shall be entered into as a result of the bidding:

a) if there is prima facie evidence of collusion between appropriate public

officers or employees of the Procuring Entity, or between the BAC and

any of the bidders, or if the collusion is between or among the bidders

themselves, or between a bidder and a third party, including any act

which restricts, suppresses or nullifies or tends to restrict, suppress or

nullify competition;

b) if the Procuring Entity’s BAC is found to have failed in following the

prescribed bidding procedures; or

c) for any justifiable and reasonable ground where the award of the contract

will not redound to the benefit of the Government as follows:

i) If the physical and economic conditions have significantly

changed so as to render the project no longer economically,

financially or technically feasible as determined by the head of

the procuring entity;

ii) If the project is no longer necessary as determined by the head

of the procuring entity; and

iii) If the source of funds for the project has been withheld or

reduced through no fault of the Procuring Entity.

29.3 In addition, the Procuring Entity may likewise declare a failure of bidding when:

a) No bids are received;

b) All prospective bidders are declared ineligible;

c) All bids fail to comply with all the bid requirements or fail post-

qualification; or,

d) The bidder with the Lowest Calculated Responsive Bid refuses, without

justifiable cause to accept the award of contract, and no award is made.

F. Award of Contract

30. Contract Award

30.1 Subject to ITB Clause 28, the Procuring Entity shall award the contract to the

Bidder whose Bid has been determined to be the Lowest Calculated and

Responsive Bid (LCRB).

30.2 Prior to the expiration of the period of Bid validity, the Procuring Entity shall

notify the successful Bidder in writing that its Bid has been accepted, through a

Notice of Award received personally or sent by registered mail or electronically,

Page 33: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

33

receipt of which must be confirmed in writing within two (2) days by the LCRB

and submitted personally or sent by registered mail or electronically to the

Procuring Entity.

30.3 Notwithstanding the issuance of the Notice of Award, award of contract shall be

subject to the following conditions:

a) Submission of the following documents within the prescribed period

from receipt by the Bidder of the notice that it has the Lowest Calculated

and Responsive Bid:

i) Valid JVA, if applicable, within ten (10) calendar days;

ii) Valid PCAB license and registration for the type and cost of the

contract to be bid for foreign bidders, within thirty (30) calendar

days, if allowed under a Treaty or International or Executive

Agreement mentioned in ITB Clause 12.1(a)(iv);

b) Posting of the performance security in accordance with ITB Clause 32;

c) Signing of the contract as provided in ITB Clause 31; and

d) Approval by higher authority, if required.

31. Signing of the Contract

31.1 At the same time as the Procuring Entity notifies the successful Bidder that its

Bid has been accepted, the Procuring Entity shall send the Contract Form to the

Bidder, which Contract has been provided in the Bidding Documents,

incorporating therein all agreements between the parties.

31.2 Within ten (10) calendar days from receipt of the Notice of Award, the

successful Bidder shall post the required performance security, sign and date the

contract and return it to the Procuring Entity.

31.3 The Procuring Entity shall enter into contract with the successful Bidder within

the same ten (10) calendar day period provided that all the documentary

requirements are complied with.

31.4The following documents shall form part of the contract:

a) Contract Agreement;

b) Bidding Documents;

c) Winning bidder’s bid, including the Technical and Financial Proposals,

and all other documents/statements submitted;

d) Performance Security;

e) Credit line in accordance with ITB Clause 5.5, if applicable;

Page 34: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

34

f) Notice of Award of Contract; and

g) Other contract documents that may be required by existing laws and/or

specified in the BDS.

32. Performance Security

32.1 To guarantee the faithful performance by the winning Bidder of its obligations

under the contract, it shall post a performance security within a maximum period

of ten (10) calendar days from the receipt of the Notice of Award from the

Procuring Entity and in no case later than the signing of the contract.

32.2 The performance security shall be denominated in Philippine Pesos and posted

in favor of the Procuring Entity in an amount equal to the percentage of the total

contract price as stated in the BDS in accordance with the following schedule:

Form of Performance Security

Amount of Performance Security

(Equal to Percentage of the Total

Contract Price)

(a) Cash or cashier’s/manager’s

check issued by a Universal or

Commercial Bank.

Ten percent (10%)

(b) Bank draft/guarantee or

irrevocable letter of credit issued

by a Universal or Commercial

Bank: Provided, however, that it

shall be confirmed or

authenticated by a Universal or

Commercial Bank, if issued by a

foreign bank.

(c) Surety bond callable upon

demand issued by a surety or

insurance company duly

certified by the Insurance

Commission as authorized to

issue such security; and/or

Thirty percent (30%)

(d) Any combination of the

foregoing.

Proportionate to share of form with

respect to total amount of security

32.3 Failure of the successful Bidder to comply with the above-mentioned

requirement shall constitute sufficient ground for the annulment of the award

and forfeiture of the bid security, in which event the Procuring Entity shall

initiate and complete the post qualification of the second Lowest Calculated Bid.

The procedure shall be repeated until the Lowest Calculated and Responsive Bid

is identified and selected for contract award. However, if no Bidder passed post-

qualification, the BAC shall declare the bidding a failure and conduct a re-

bidding with re-advertisement.

33. Notice to Proceed

Page 35: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

35

33.1 Within three (3) calendar days from the date of approval of the Contract by the

appropriate government approving authority, the Procuring Entity shall issue its

Notice to Proceed to the Bidder.

33.2 The contract effectivity date shall be provided in the Notice to Proceed by the

Procuring Entity, which date shall not be later than seven (7) calendar days from

the issuance of the Notice to Proceed.

Page 36: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

36

Section III. Bid Data Sheet

Page 37: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

37

Bid Data Sheet

ITB Clause

1.1 The PROCURING ENTITY is Department of Transportation – Metro

Rail Transit 3 (DOT-MRT3).

The name of the Project is MRT3 Capacity Expansion (CAPEX) Lot 2:

Upgrade of Ancillary Systems.

2 The Funding Source is:

The Government of the Philippines (GOP) through 2015 General

Appropriations Act in the amount of ONE BILLION THIRTY-TWO

MILLION TWO HUNDRED SIXTY-SIX THOUSAND SIXTY-FOUR

PESOS (PHP 1,032,266,064.00).

The name of the Project is MRT3 Capacity Expansion (CAPEX) Lot 2:

Upgrade of Ancillary Systems.

3.1 No further instructions.

5.1 No further instructions.

5.2 Bidding is restricted to eligible bidders as defined in ITB Clause 5.1.

5.4 The Bidder must have completed a single contract that is similar to this

Project, equivalent to at least fifty percent (50%) of the ABC.

For this purpose, similar contracts shall refer to the design, build, and

commissioning of a power sub-station facility/system.

8.1 Sub-contracting is allowed up to a maximum of forty-nine percent (49%) of

the total contract amount.

Sub-contractors can be nominated during contract implementation subject to

the approval of the DOT-MRT3, provided that sub-contractors must comply

with ITB Clause 8.2.

The single point of responsibility shall remain with the Main Contractor

pursuant to ITB Clause 8.1.

Further, only in the following shall sub-contracting be allowed:

a. Civil & Track Works;

b. Overhead Catenary System; and,

c. Depot Maintenance Equipment and Facilities.

8.2 For purposes of nomination of the sub-contractor, the following documents

must be submitted:

The eligibility documents as specified in ITB Clause 12.1 (a) (i, ii, iii, iv, v,

Page 38: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

38

& vii), and 12.1 (b)(ii) (1) (2) & (3).

9.1 The Procuring Entity will hold a Pre-Bid Conference for this Project on 02

August 2016, 11 AM, at the Conference Room, 2nd Floor, MRT3 Depot,

EDSA corner North Avenue, Barangay Pag-asa, Quezon City.

10.1 The Procuring Entity’s address is:

Finance and Comptrollership Division Office

2nd Floor, MRT3 Depot, EDSA corner North Avenue

Barangay Pag-asa, Quezon City

Telefax No.: (+632) 9266608/929-5347 local 2200

E-mail Address: [email protected]

Websites: www.dotcmrt3.gov.ph, http://www.dotc.gov.ph

Contact Person: Ms. Eleanor G. Naidas Head, Bids and Awards Committee Secretariat

10.3 No further instructions.

12.1 In case of joint venture, each member should submit eligibility documents as

specified in ITB Clauses 12.1(a)(i), (ii) and (vii).

Submission must be compliant with Sections 9.2 and 10.0 of Annex “G” of

the Revised IRR of Republic Act No. 9184, Guidelines for the Procurement

and Implementation of Contract for Design and Build Infrastructure Projects.

12.1(a)(i) No other acceptable proof of registration is recognized.

For foreign bidders, the eligibility requirements under Class “A” Documents

may be substituted by the appropriate equivalent documents, if any, issued by

the country of the foreign bidder concerned. The eligibility requirements or

statements, the bids, and all other documents to be submitted to the BAC must

be in English. A translation of the documents in English certified by the

appropriate embassy or consulate in the Philippines must accompany the

eligibility requirements under Class “A” and “B” Documents if they are in

other foreign language.

If there is no appropriate equivalent document in the country of the foreign

bidder concerned, a certification under oath to that effect shall be submitted

by the bidder. If executed abroad, the certification must be duly authenticated

by the Philippine embassy/consulate where said certification was executed.

Further, any document executed abroad submitted with the bid must likewise

be duly authenticated by the Philippine embassy/consulate where said

document was executed.

The following foreign documents, where applicable, must be submitted duly

authenticated by the Philippine embassy/consulate in the country of origin:

Page 39: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

39

1. Appropriate equivalent document to the registration certificate from the

Securities and Exchange Commission, Department of Trade and

Industry for sole proprietorship, or Cooperative Development Authority

for cooperatives;

2. Appropriate equivalent document to the Mayor’s Permit issued by the

city or municipality where the principal place of business of the

prospective bidder is located;

3. Audited financial statement for the last two (2) years (specifically, 2013

and 2014). Proof that these where submitted to the taxing authority in

the bidder’s country of origin must likewise be submitted or appear on

the face of said statements;

4. Certifications executed and notarized abroad (If statement is not

required to be notarized under the Bidding Documents then

authentication is likewise not necessary.); and

5. Contracts.

If the authentication is not completed in time for the bidding, the submission

of proof of filing of application for authentication with the concerned

Philippine embassy/consulate must be submitted; provided that the duly

authenticated document is submitted during the post-qualification stage.

12.1(a)(iii) Bidders must submit the following:

1. Duly signed Statement of ALL Ongoing Government and Private

Contracts including contracts awarded but not yet started (refer to form

SF-INFR-15).

Note: This statement shall be supported with:

a. Notice of Award and/or Contract;

b. Notice to Proceed issued by the owner; and

c. Certificate of Accomplishment signed by the owner or Project

Engineer.

2. Duly signed Statement showing the bidder’s Single Largest Completed

Contract which is similar in nature (refer to form SF-INFR-16).

Note: This statement shall be supported with:

a. Contract;

b. CPES rating sheets and/or Certificate of Completion; and

c. Certificate of Acceptance.

The bidders must have an experience of having completed at least one (1)

contract that is similar to the contract to be bid, specifically the design, build

and commissioning of a power sub-station facility/system, and whose

values, adjusted to current prices using the NSO consumer price indices, must

be at least fifty percent (50%) of the Approved Budget for the Contract.

Page 40: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

40

12.1(a)(iv) Bidders must submit a valid PCAB License with Size Range of Large B (GE-

1), General Engineering “AAA” or Large B (SP-EE), Specialty Electrical

Work “AAA”.

For joint venture bidders, a Joint License issued by the PCAB pursuant to

Section 38 of R.A. No. 4566 (and not merely the PCAB license and

registration individually issued to each joint venture partner) must also be

submitted. Failure of the joint venture to submit a Joint PCAB License is a

ground for its disqualification.

12.1 (b)(ii.2) The required personnel with required experience and valid PRC License are

as follows:

Position

Total

Experience in

Engineering,

Construction,

or Railway

Industry

(Years)

In

Similar

Project *

(Years)

In

Similar

Position**

(Years)

PRC

License

1. For the Design

Works

Design Manager 15 10 5 Required

Chief Structural

Engineer 10 5 3 Required

Chief Electrical

Engineer 7 5 3 Required

Tracks Expert 7*** 5**** 3 Not

Required

Depot

Equipment/Facilities

Expert

7*** 7**** 3 Not

Required

Chief Mechanical

Engineer 7*** 5**** 3 Required

System Interface

Engineer 7*** 5**** 3

Not

Required

Quantity Surveyor 7 5 3 Required

2. During

Construction,

Installation,

Commissioning

Works

Project Manager 15 10 3 Not

Required

Project Engineer 10 5 3 Required

Chief Structural

Engineer 10 5 3 Required

Page 41: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

41

Chief Electrical

Engineer 7 5 3 Required

Chief Mechanical

Engineer 7*** 5**** 3 Required

Tracks Expert 7*** 5**** 3 Not

Required

Depot

Equipment/Facilities

Expert

7*** 5**** 3 Not

Required

Materials Engineer 7 5 3

Not

required

but

DPWH

Accredite

d

Quantity Engineer 7 5 3 Required

Surveyor/Locating

Engineer 7 5 3 Required

Health and Safety

Engineer 7 5 3

Not

Required

but

DOLE

Accredite

d

Quality Assurance

Engineer 7 5 3

Not

Required

System Interface

Engineer 7*** 5**** 3

Not

Required

*Must refer to an experience in a project for the construction/installation, and

commissioning of a power sub-station facility/system.

**Similar positions refer to similar nature of responsibilities.

***Must refer to experience in railway project or in the railway industry.

****Similar project must likewise refer to railway project or in the railway

industry.

NOTE: CVs (make use and submit form provided in Section IX of the Bidding

Documents), and photocopies of valid PRC Licenses or proof thereof must be

submitted with the bid.

Duly signed Statement of Availability of Key Personnel and Equipment (refer

to form SF-INFR-18).

Page 42: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

42

12.1(b)(ii.3) The required Minimum Equipment are as follows:

Item Particulars Capacity

Minimum

Required

Number of

Units/Sets

1. Telescopic Crane One (1) unit

2. Road-Rail Vehicle with

Elevated Platform

One (1) unit

3. Service Generator One (1) unit

4. Flat Car with Catenary Wire

Reel Stand

One (1) unit

5. Backhoe/Excavator/Breaker

Machine

One (1) unit

6. Dump Truck One (1) unit

7. Pay Loader One (1) unit

8. Concrete Cutter One (1) unit

9. Hand-Held/Portable Powered

Ballast Tamping Machine

Two (2) unit

10. Rail Welding Equipment Two (2) sets

11. Pick Up Truck for project use At least

2012 model,

double cab

Two (2) units

List of Contractor’s Equipment OWNED/LEASED assigned to the Proposed

Contract (refer to form SF-INFR-49).

Note: For owned equipment, proof of ownership shall be required. List of

contractor’s equipment units, which are leased, and/or under purchase

agreements, should be supported by certification of availability of equipment

from the equipment lessor/vendor for the duration of the project

13.1 The Bidder must also submit a detailed Unit Price Analysis (UPA), to be

included in the Second (Financial) Envelope.

13.2(a) The ABC is ONE BILLION THIRTY-TWO MILLION TWO HUNDRED

SIXTY-SIX THOUSAND SIXTY-FOUR PESOS (PHP 1,032,266,064.00).

Any bid with a financial component exceeding this amount shall not be

accepted.

14.2 Alternative bids shall not be accepted.

16.1 The bid prices shall be quoted in Philippine Pesos.

16.3 Payment shall be made in Philippine Currency.

17.1 Bids will be valid until One Hundred Twenty (120) calendar days from Bid

Opening.

18.1 The bid security shall be in the following amount:

Page 43: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

43

1. The amount of Twenty Million Six Hundred Forty-Five Thousand Three

Hundred Twenty-One Pesos and 28/100 (PHP 20,645,321.28), or 2% of

ABC, if bid security is in cash, cashier’s/manager’s check, bank

draft/guarantee or irrevocable letter of credit; or

2. The amount of Fifty-One Million Six Hundred Thirteen Thousand Three

Hundred Three Pesos and 20/100 (PHP 51,613,303.20), or 5% of ABC, if

bid security is in Surety Bond; or

3. Any combination of the foregoing proportionate to the share of form with

respect to total amount of security; or,

4. Bid Securing Declaration in the form prescribed by GPPB.

Pursuant to Section 27.5 of R.A. No. 9184 and its Revised IRR and GPPB

Resolution No. 25-2013 and GPPB Circular 01-2014, bidders may submit

a Bid Securing Declaration that is an undertaking which states, among

others, that the bidder shall enter into contract with the procuring entity

and furnish the required performance security within ten (10) calendar

days, or less, as indicated in the Bidding Documents, from receipt of the

Notice of Award, and committing to pay the corresponding 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 required in the guidelines issued by the GPPB.

In no case shall bid security or Bid Securing Declaration be returned later

than the expiration of the bid validity period indicated in the Bidding

Documents, unless it has been extended in accordance with Section 28.2

of the IRR.

The Bid Securing Declaration Form is found in Section IX. Bidding Forms

18.2 The bid security shall be valid until One Hundred Twenty (120) calendar

days from date of opening of Bids.

20.3 Bidders shall submit one (1) set of original and two (2) copies of the first and

second envelopes. Each set must be properly bound and tabbed for easy

reference.

Bidders shall also accomplish a duly signed one (1) page summary indicating

or outlining therein the number of pages comprising each set of documents

submitted in compliance with the Technical and Financial Components of its

bid, respectively, including the total number of pages forming each of two

components. Moreover, all pages of documents submitted must be numbered.

However, non-compliance with the summary, page numbering, binding, and

tabbing requirement shall not be considered as grounds for disqualification.

See attached sample/diagram on Marking and Sealing of envelope (BDS

Annexes 1 and 2).

Page 44: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

44

21 The address for submission of bids (Eligibility, Technical and Financial) is:

Finance and Controllership Division Office

2nd Floor, MRT3 Depot, EDSA corner North Avenue

Barangay Pag-asa, Quezon City

Telefax No.: (+632) 9266608/929-5347 local 2200

The deadline for submission of bids is 01 September 2016 at 11 AM.

24.2 The opening of the Eligibility and Technical component of the Bids (First

Step of Procedure) will be held at the address below:

Conference Room, 2nd Floor

MRT3 Depot, EDSA corner North Avenue

Barangay Pag-asa, Quezon City

Telefax No.: (+632) 926-4465

The date and time of bid opening is 01 September 2016 at 11 AM.

24.3 The date and time of Opening of Financial Bids (Second Step of Procedure)

will be announced through a bid bulletin in the DOT, MRT3, and PhilGEPS

websites. The address for the Opening of Financial Bids is below:

Conference Room

2nd Floor, MRT3 Depot, EDSA corner North Avenue

Barangay Pag-asa, Quezon City

Telefax No.: (+632) 926-4465

27.3(b) Bid modification shall not be allowed.

27.4 No further instructions.

28.2(a) Only tax returns filed and taxes paid through the BIR Electronic Filing and

Payment System (EFPS) shall be accepted.

NOTE: The latest income and business tax returns are those within the last

six months preceding the date of bid submission.

28.2(c) No further instructions.

31.4(g) Additional contract documents to be submitted by the Contractor before

contract signing:

1. Design Key Personnel/Manpower Deployment Schedule.

Additional documents to be submitted by the Contractor during contract

implementation:

1. Equipment Utilization Schedule;

2. Construction, Installation & Commissioning Works Key

Personnel/Manpower Deployment Schedule;

Page 45: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

45

3. S-Curve;

4. PERT/CPM;

5. Construction Safety and Health Program Approved by DOLE

6. Traffic Management Plan;

7. Quality Assurance/ Quality Control Plan;

8. Environmental Program; and

9. Other documents/plans/reports/ drawings required in the TOR.

32.2 No further instructions.

33.2 The effective date of the Contract shall be within seven (7) days from the

issuance of the Notice to Proceed.

Page 46: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

46

SEALING AND MARKING OF BIDS

FIRST ENVELOPE - Eligibility and Technical Requirements

SECOND ENVELOPE - Financial Requirements

ORIGINAL ENVELOPE

COPY 1 ENVELOPE

COPY 2 ENVELOPE

SECOND

ENVELOPE SECOND

ENVELOPE

SECOND

ENVELOPE

FIRST

ENVELOPE FIRST

ENVELOPE

FIRST

ENVELOPE

ONE SEALED BID

Annex A ANNEX A

SEALING OF BID ENVELOPES

Page 47: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

47

ANNEX B

MARKING OF BID ENVELOPES

Page 48: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

48

ANNEX B

Page 49: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

49

GUIDELINES FOR SITE VISIT FOR THE DOT MRT3 LOT 2:

UPGRADE OF

ANCILLARY SYSTEMS

I. VENUE AND COVERAGE

The MRT3 Depot Office is located at North Avenue corner EDSA, Barangay Bagong

Pag-asa, Quezon City. The site visit shall include the inspection of MRT3 Depot and

MRT3 stations from North Avenue to Taft.

II. OBJECTIVES

1. To allow bidders to validate their understanding of the Bidding Documents,

specifically the Technical Specifications and Terms of Reference. Bidders should

exercise due diligence during the conduct of the site visit in assessing the condition

of the system and subsystems as basis in the submission of their bid proposal.

2. To enable bidders to familiarize themselves with the existing system conditions for

the Project.

III. REQUEST FOR AUTHORITY TO CONDUCT SITE VISIT

1. Bidders intending to conduct site visits shall address their requests to the Bids and

Awards Committee (BAC) through its Chairman. Requests should be accompanied

by a duly accomplished Participation Confirmation Form (Form A). Both

requirements shall be submitted to the BAC Secretariat copy furnish DOT-MRT3

through fax and email at least twenty-four (24) hours before the desired date and

time for the site visit in the following address/contact numbers:

The DOT-MRT3 BAC Secretariat c/o Ms. Eleanor G. Naidas

MRT3 Depot Office, North Avenue corner EDSA

Barangay Bagong Pag-asa, Quezon City

Telefax No.: (+63 2) 9266680/929-5347 loc 2200

ENGR. ROMAN R. BUENAFE

General Manager, DOT-MRT3

MRT3 Depot Office, North Avenue corner EDSA

Barangay Bagong Pag-asa, Quezon City

Telefax No.: (632) 929-5347 local 4405.

Facsimile No.: (+63 2) 924-0054

2. Only formal requests, duly received by the BAC shall be given due course.

3. Bidders who are participating in the site visit for the first time will be given priority

over those who have previously conducted a site visit for the Project.

4. A maximum of three (3) representatives indicated in Form A per bidder will be

allowed to join the site visit. In the absence of any of the representatives indicated

ANNEX C

Page 50: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

50

in Form A, alternate representatives may be allowed to join the site visit in place of

the absent representative/s.

5. It is highly encouraged that one of the bidders in the site inspection is the duly

designated Authorized Representative of the bidder for this project.

IV. ATTIRE

1. Bidders are encouraged to wear non-slip safety shoes.

2. The use of hard hats for all bidders is necessary. Hard hats must be provided by the

bidders.

V. CONDUCT OF SITE VISIT/INSPECTION

1. Duly designated authorized DOT-MRT3 personnel will assist in the conduct of the

site visit.

2. DOT-MRT3 personnel who are on-site and operating the current system, as well as

the members of the MRT3 BAC, the Technical Working Group (TWG) and/or BAC

Secretariat, will not answer questions from prospective Bidders. Bidders therefore

are advised to send their queries in writing and address the same to the BAC.

3. The requested activity as well as the personnel involved therein must not in any

way impede or interfere with the normal operations and maintenance of the MRT3,

the activities of the DOT-MRT3 personnel, and/or the normal movements of the

MRT3 passengers.

4. In order to facilitate the orderly conduct of the site visit and for easy mobility,

bidders are encouraged not to bring heavy or bulky materials or equipment. The

equipment in the list submitted by the Bidder will be subject to the inspection and

approval of the DOT-MRT3 prior to entry in the MRT3 premises.

5. In case any activity is conducted inside the train, applicant’s personnel shall not

tamper, handle and/or operate train controls at all times.

6. All representatives involved in the activity must log-in/log-out with the designated

security personnel and wear proper identification tags at all times while inside the

MRT3 premises.

7. Taking of videos and photographs during the site visit is strictly prohibited.

8. The no-smoking, no-eating/drinking and no-littering policy inside the MRT3

premises shall be strictly observed. The applicant shall ensure that the activity area

is clean and in order upon leaving the premises. All waste materials used by

prospective bidder/s must be completely cleaned up and brought out of the MRT3

premises by the said bidder.

9. The bidders or its representatives shall be responsible for the conduct of his/her

personnel at all times. Bidders shall not hold DOT-MRT3 liable for any injury or

loss suffered by them or their personnel while inside the MRT3 premises. However,

Page 51: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

51

any damage or loss suffered by the DOT-MRT3 as a result of the actions of the

bidder’s personnel shall be charged against the said bidder/s.

10. Bidders are not allowed to request for documents, records manuals and the like

during the site visit.

11. Minutes of the site visit will not be prepared. Any statement made by any official,

employee, personnel and/or contractor of DOT-MRT3 shall not affect the conduct

of the bidding unless the same is addressed in an amendment to the Bidding

Documents through a supplemental/bid bulletin.

12. The DOT-MRT3 reserves the right to cancel the Access Permit prior to or during

activity without thereby incurring any liability.

VI. SCHEDULE

Site visits/ocular inspections shall only be allowed on weekdays from 9:30 AM to 4:30

PM beginning __________ 2016 upon the purchase of the Bid Documents until the

day before the Submission and Opening of Bids.

Page 52: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

52

PARTICIPANT CONFIRMATION FORM

MRT3 LOT 2: UPGRADE OF ANCILLARY SYSTEMS

Company Name: _________________________________________________________

The Bidder hereby nominates the following authorized representative/s to participate in the site

visit for the above-mentioned project and undertakes to abide by the Guidelines for the Site Visit

as provided by the DOT and DOT-MRT3.

List of Personnel to Enter the Facility

Maximum of three (3) representatives per Bidder.

BIDDER’S NAME DESIGNATION EMAIL

ADDRESS

CONTACT

NO. SIGNATURE

1

2

3

Alternate Representatives (in the absence of the above-mentioned representatives):

BIDDER’S

NAME DESIGNATION DISCIPLINE

EMAIL

ADDRESS

CONTACT

NO. SIGNATURE

1

2

3

4

5

List of Materials/Equipment/Gadget to be Brought Into the Facility by the Bidder

LIST OF ITEMS/MATERIALS/EQUIPMENT/GADGETS

1 6 11

2 7 12

3 8 13

4 9 14

5 10 15

Name and Signature of Authorized Representative Date

Attachments:

1. Copy of the Official Receipt as proof of purchase of Bidding Documents; and

2. Copy of one company ID of each of the representatives, preferably, or any

Government-issued ID.

Form

A

Page 53: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

53

Section IV. General Conditions of Contract

Page 54: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

54

TABLE OF CONTENTS

1. DEFINITIONS ................................................................................................ 57

2. INTERPRETATION ........................................................................................ 59

3. GOVERNING LANGUAGE AND LAW ............................................................. 59

4. COMMUNICATIONS ...................................................................................... 59

5. POSSESSION OF SITE .................................................................................... 60

6. THE CONTRACTOR’S OBLIGATIONS ........................................................... 60

7. PERFORMANCE SECURITY ........................................................................... 61

8. SUBCONTRACTING ....................................................................................... 62

9. LIQUIDATED DAMAGES ............................................................................... 62

10. SITE INVESTIGATION REPORTS ................................................................... 63

11. THE PROCURING ENTITY, LICENSES AND PERMITS ................................... 63

12. CONTRACTOR’S RISK AND WARRANTY SECURITY .................................... 63

13. LIABILITY OF THE CONTRACTOR ............................................................... 65

14. PROCURING ENTITY’S RISK ........................................................................ 65

15. INSURANCE .................................................................................................. 65

16. TERMINATION FOR DEFAULT OF CONTRACTOR ........................................ 66

17. TERMINATION FOR DEFAULT OF PROCURING ENTITY .............................. 67

18. TERMINATION FOR OTHER CAUSES ........................................................... 67

19. PROCEDURES FOR TERMINATION OF CONTRACTS ..................................... 69

20. FORCE MAJEURE, RELEASE FROM PERFORMANCE .................................. 71

21. RESOLUTION OF DISPUTES .......................................................................... 72

Page 55: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

55

22. SUSPENSION OF LOAN, CREDIT, GRANT, OR APPROPRIATION .................. 72

23. PROCURING ENTITY’S REPRESENTATIVE’S DECISIONS ............................. 73

24. APPROVAL OF DRAWINGS AND TEMPORARY WORKS BY THE PROC

URING ENTITY’S REPRESENTATIVE ............................................................ 73

25. ACCELERATION AND DELAYS ORDERED BY THE PROCURING

ENTITY’S REPRESENTATIVE ....................................................................... 73

26. EXTENSION OF THE INTENDED COMPLETION DATE .................................. 73

27. RIGHT TO VARY ........................................................................................... 74

28. CONTRACTOR'S RIGHT TO CLAIM .............................................................. 74

29. DAYWORKS .................................................................................................. 74

30. EARLY WARNING ........................................................................................ 74

31. PROGRAM OF WORK ................................................................................... 75

32. MANAGEMENT CONFERENCES .................................................................... 75

33. BILL OF QUANTITIES ................................................................................... 76

34. INSTRUCTIONS, INSPECTIONS AND AUDITS ................................................. 76

35. IDENTIFYING DEFECTS ................................................................................ 76

36. COST OF REPAIRS ........................................................................................ 77

37. CORRECTION OF DEFECTS .......................................................................... 77

38. UNCORRECTED DEFECTS ............................................................................ 77

39. ADVANCE PAYMENT .................................................................................... 77

40. PROGRESS PAYMENTS ................................................................................. 78

41. PAYMENT CERTIFICATES ............................................................................ 78

42. RETENTION .................................................................................................. 79

43. VARIATION ORDERS .................................................................................... 80

Page 56: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

56

44. CONTRACT COMPLETION ............................................................................ 81

45. SUSPENSION OF WORK ................................................................................ 81

46. PAYMENT ON TERMINATION ....................................................................... 82

47. EXTENSION OF CONTRACT TIME ................................................................ 83

48. PRICE ADJUSTMENT .................................................................................... 84

49. COMPLETION ............................................................................................... 84

50. TAKING OVER .............................................................................................. 84

51. OPERATING AND MAINTENANCE MANUALS ............................................... 84

Page 57: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

57

1. Definitions

For purposes of this Clause, boldface type is used to identify defined terms.

1.1. The Arbiter is the person appointed jointly by the Procuring Entity and the

Contractor to resolve disputes in the first instance, as provided for in GCC

Clause 21.

1.2. The Bill of Quantities refers to a list of the specific items of the Work and their

corresponding unit prices, lump sums, and/or provisional sums.

1.3. The Completion Date is the date of completion of the Works as certified by the

Procuring Entity’s Representative, in accordance with GCC Clause 49.

1.4. The Contract is the contract between the Procuring Entity and the Contractor

to execute, complete, and maintain the Works.

1.5. The Contract Price is the price stated in the Letter of Acceptance and thereafter

to be paid by the Procuring Entity to the Contractor for the execution of the

Works in accordance with this Contract.

1.6. The Contract Time Extension is the allowable period for the Contractor to

complete the Works in addition to the original Completion Date stated in this

Contract.

1.7. The Contractor is the juridical entity whose proposal has been accepted by the

Procuring Entity and to whom the Contract to execute the Work was awarded.

1.8. The Contractor’s Bid is the signed offer or proposal submitted by the

Contractor to the Procuring Entity in response to the Bidding Documents.

1.9. Days are calendar days; months are calendar months.

1.10. Dayworks are varied work inputs subject to payment on a time basis for the

Contractor’s employees and Equipment, in addition to payments for associated

Materials and Plant.

1.11. A Defect is any part of the Works not completed in accordance with the

Contract.

1.12. The Defects Liability Certificate is the certificate issued by Procuring Entity’s

Representative upon correction of defects by the Contractor.

1.13. The Defects Liability Period is the one-year period between contract

completion and final acceptance within which the Contractor assumes the

responsibility to undertake the repair of any damage to the Works at his own

expense.

1.14. Drawings are graphical presentations of the Works. They include all

supplementary details, shop drawings, calculations, and other information

provided or approved for the execution of this Contract.

Page 58: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

58

1.15. Equipment refers to all facilities, supplies, appliances, materials or things

required for the execution and completion of the Work provided by the

Contractor and which shall not form or are not intended to form part of the

Permanent Works.

1.16. The Intended Completion Date refers to the date specified in the SCC when

the Contractor is expected to have completed the Works. The Intended

Completion Date may be revised only by the Procuring Entity’s Representative

by issuing an extension of time or an acceleration order.

1.17. Materials are all supplies, including consumables, used by the Contractor for

incorporation in the Works.

1.18. The Notice to Proceed is a written notice issued by the Procuring Entity or the

Procuring Entity’s Representative to the Contractor requiring the latter to begin

the commencement of the work not later than a specified or determinable date.

1.19. Permanent Works all permanent structures and all other project features and

facilities required to be constructed and completed in accordance with this

Contract which shall be delivered to the Procuring Entity and which shall

remain at the Site after the removal of all Temporary Works.

1.20. Plant refers to the machinery, apparatus, and the like intended to form an

integral part of the Permanent Works.

1.21. The Procuring Entity is the party who employs the Contractor to carry out the

Works stated in the SCC.

1.22. The Procuring Entity’s Representative refers to the Head of the Procuring

Entity or his duly authorized representative, identified in the SCC, who shall be

responsible for supervising the execution of the Works and administering this

Contract.

1.23. The Site is the place provided by the Procuring Entity where the Works shall be

executed and any other place or places which may be designated in the SCC, or

notified to the Contractor by the Procuring Entity’s Representative as forming

part of the Site.

1.24. Site Investigation Reports are those that were included in the Bidding

Documents and are factual and interpretative reports about the surface and

subsurface conditions at the Site.

1.25. Slippage is a delay in work execution occurring when actual accomplishment

falls below the target as measured by the difference between the scheduled and

actual accomplishment of the Work by the Contractor as established from the

work schedule. This is actually described as a percentage of the whole Works.

1.26. Specifications means the description of Works to be done and the qualities of

materials to be used, the equipment to be installed and the mode of construction.

Page 59: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

59

1.27. The Start Date, as specified in the SCC, is the date when the Contractor is

obliged to commence execution of the Works. It does not necessarily coincide

with any of the Site Possession Dates.

1.28. A Subcontractor is any person or organization to whom a part of the Works

has been subcontracted by the Contractor, as allowed by the Procuring Entity,

but not any assignee of such person.

1.29. Temporary Works are works designed, constructed, installed, and removed by

the Contractor that are needed for construction or installation of the Permanent

Works.

1.30. Work(s) refer to the Permanent Works and Temporary Works to be executed

by the Contractor in accordance with this Contract, including (i) the furnishing

of all labor, materials, equipment and others incidental, necessary or convenient

to the complete execution of the Works; (ii) the passing of any tests before

acceptance by the Procuring Entity’s Representative; (iii) and the carrying out

of all duties and obligations of the Contractor imposed by this Contract as

described in the SCC.

2. Interpretation

2.1. In interpreting the Conditions of Contract, singular also means plural, male also

means female or neuter, and the other way around. Headings have no

significance. Words have their normal meaning under the language of this

Contract unless specifically defined. The Procuring Entity’s Representative will

provide instructions clarifying queries about the Conditions of Contract.

2.2. If sectional completion is specified in the SCC, references in the Conditions of

Contract to the Works, the Completion Date, and the Intended Completion Date

apply to any Section of the Works (other than references to the Completion Date

and Intended Completion Date for the whole of the Works).

3. Governing Language and Law

3.1. This Contract has been executed in the English language, which shall be the

binding and controlling language for all matters relating to the meaning or

interpretation of this Contract. All correspondence and other documents

pertaining to this Contract which are exchanged by the parties shall be written

in English.

3.2. This Contract shall be interpreted in accordance with the laws of the Republic

of the Philippines.

4. Communications

Communications between parties that are referred to in the Conditions shall be effective

only when in writing. A notice shall be effective only when it is received by the

concerned party.

Page 60: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

60

5. Possession of Site

5.1. On the date specified in the SCC, the Procuring Entity shall grant the Contractor

possession of so much of the Site as may be required to enable it to proceed with

the execution of the Works. If the Contractor suffers delay or incurs cost from

failure on the part of the Procuring Entity to give possession in accordance with

the terms of this clause, the Procuring Entity’s Representative shall give the

Contractor a Contract Time Extension and certify such sum as fair to cover the

cost incurred, which sum shall be paid by Procuring Entity.

5.2. If possession of a portion is not given by the date stated in the SCC Clause 5.1,

the Procuring Entity will be deemed to have delayed the start of the relevant

activities. The resulting adjustments in contact time to address such delay shall

be in accordance with GCC Clause 47.

5.3. The Contractor shall bear all costs and charges for special or temporary right-

of-way required by it in connection with access to the Site. The Contractor shall

also provide at his own cost any additional facilities outside the Site required by

it for purposes of the Works.

5.4. The Contractor shall allow the Procuring Entity’s Representative and any

person authorized by the Procuring Entity’s Representative access to the Site

and to any place where work in connection with this Contract is being carried

out or is intended to be carried out.

6. The Contractor’s Obligations

6.1. The Contractor shall carry out the Works properly and in accordance with this

Contract. The Contractor shall provide all supervision, labor, Materials, Plant

and Contractor's Equipment, which may be required. All Materials and Plant on

Site shall be deemed to be the property of the Procuring Entity.

6.2. The Contractor shall commence execution of the Works on the Start Date and

shall carry out the Works in accordance with the Program of Work submitted

by the Contractor, as updated with the approval of the Procuring Entity’s

Representative, and complete them by the Intended Completion Date.

6.3. The Contractor shall be responsible for the safety of all activities on the Site.

6.4. The Contractor shall carry out all instructions of the Procuring Entity’s

Representative that comply with the applicable laws where the Site is located.

6.5. The Contractor shall employ the key personnel named in the Schedule of Key

Personnel, as referred to in the SCC, to carry out the supervision of the Works.

The Procuring Entity will approve any proposed replacement of key personnel

only if their relevant qualifications and abilities are equal to or better than those

of the personnel listed in the Schedule.

6.6. If the Procuring Entity’s Representative asks the Contractor to remove a

member of the Contractor’s staff or work force, for justifiable cause, the

Page 61: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

61

Contractor shall ensure that the person leaves the Site within seven (7) days and

has no further connection with the Work in this Contract.

6.7. During Contract implementation, the Contractor and his subcontractors shall

abide at all times by all labor laws, including child labor related enactments, and

other relevant rules.

6.8. The Contractor shall submit to the Procuring Entity for consent the name and

particulars of the person authorized to receive instructions on behalf of the

Contractor.

6.9. The Contractor shall cooperate and share the Site with other contractors, public

authorities, utilities, and the Procuring Entity between the dates given in the

schedule of other contractors particularly when they shall require access to the

Site. The Contractor shall also provide facilities and services for them during

this period. The Procuring Entity may modify the schedule of other contractors,

and shall notify the Contractor of any such modification thereto.

6.10. Should anything of historical or other interest or of significant value be

unexpectedly discovered on the Site, it shall be the property of the Procuring

Entity. The Contractor shall notify the Procuring Entity’s Representative of such

discoveries and carry out the Procuring Entity’s Representative’s instructions in

dealing with them.

7. Performance Security

7.1. Within ten (10) calendar days from receipt of the Notice of Award from the

Procuring Entity but in no case later than the signing of the contract by both

parties, the Contractor shall furnish the performance security in any the forms

prescribed in ITB Clause 32.2.

7.2. The performance security posted in favor of the Procuring Entity shall be

forfeited in the event it is established that the Contractor is in default in any of

its obligations under the Contract.

7.3. The performance security shall remain valid until issuance by the Procuring

Entity of the Certificate of Final Acceptance.

7.4. The performance security may be released by the Procuring Entity and returned

to the Contractor after the issuance of the Certificate of Final Acceptance

subject to the following conditions:

(a) There are no pending claims against the Contractor or the surety

company filed by the Procuring Entity;

(b) The Contractor has no pending claims for labor and materials filed

against it; and

(c) Other terms specified in the SCC.

7.5. The Contractor shall post an additional performance security following the

amount and form specified in ITB Clause 32.2 to cover any cumulative increase

Page 62: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

62

of more than ten percent (10%) over the original value of the contract as a result

of amendments to order or change orders, extra work orders and supplemental

agreements, as the case may be. The Contractor shall cause the extension of the

validity of the performance security to cover approved contract time extensions.

7.6. In case of a reduction in the contract value or for partially completed Works

under the contract which are usable and accepted by the Procuring Entity the

use of which, in the judgment of the implementing agency or the Procuring

Entity, will not affect the structural integrity of the entire project, the Procuring

Entity shall allow a proportional reduction in the original performance security,

provided that any such reduction is more than ten percent (10%) and that the

aggregate of such reductions is not more than fifty percent (50%) of the original

performance security.

7.7. Unless otherwise indicated in the SCC, the Contractor, by entering into the

Contract with the Procuring Entity, acknowledges the right of the Procuring

Entity to institute action pursuant to Act 3688 against any subcontractor be they

an individual, firm, partnership, corporation, or association supplying the

Contractor with labor, materials and/or equipment for the performance of this

Contract.

8. Subcontracting

8.1. Unless otherwise indicated in the SCC, the Contractor cannot subcontract

Works more than the percentage specified in ITB Clause 8.1.

8.2. Subcontracting of any portion of the Works does not relieve the Contractor of

any liability or obligation under this Contract. The Contractor will be

responsible for the acts, defaults, and negligence of any subcontractor, its

agents, servants or workmen as fully as if these were the Contractor’s own acts,

defaults, or negligence, or those of its agents, servants or workmen.

8.3. Subcontractors disclosed and identified during the bidding may be changed

during the implementation of this Contract, subject to compliance with the

required qualifications and the approval of the Procuring Entity.

9. Liquidated Damages

9.1. The Contractor shall pay liquidated damages to the Procuring Entity for each

day that the Completion Date is later than the Intended Completion Date. The

applicable liquidated damages is at least one-tenth (1/10) of a percent of the cost

of the unperformed portion for every day of delay. The total amount of

liquidated damages shall not exceed ten percent (10%) of the amount of the

contract. The Procuring Entity may deduct liquidated damages from payments

due to the Contractor. Payment of liquidated damages shall not affect the

Contractor. Once the cumulative amount of liquidated damages reaches ten

percent (10%) of the amount of this Contract, the Procuring Entity shall rescind

this Contract, without prejudice to other courses of action and remedies open to

it.

Page 63: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

63

9.2. If the Intended Completion Date is extended after liquidated damages have been

paid, the Engineer of the Procuring Entity shall correct any overpayment of

liquidated damages by the Contractor by adjusting the next payment certificate.

The Contractor shall be paid interest on the overpayment, calculated from the

date of payment to the date of repayment, at the rates specified in GCC Clause

40.3.

10. Site Investigation Reports

The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports

referred to in the SCC supplemented by any information obtained by the Contractor.

11. The Procuring Entity, Licenses, and Permits

The Procuring Entity shall, if requested by the Contractor, assist him in applying for

permits, licenses or approvals, which are required for the Works.

12. Contractor’s Risk and Warranty Security

12.1. The Contractor shall assume full responsibility for the Works from the time

project construction commenced up to final acceptance by the Procuring Entity

and shall be held responsible for any damage or destruction of the Works except

those occasioned by force majeure. The Contractor shall be fully responsible

for the safety, protection, security, and convenience of his personnel, third

parties, and the public at large, as well as the Works, Equipment, installation,

and the like to be affected by his construction work.

12.2. The defects liability period for infrastructure projects shall be one year from

contract completion up to final acceptance by the Procuring Entity. During this

period, the Contractor shall undertake the repair works, at his own expense, of

any damage to the Works on account of the use of materials of inferior quality

within ninety (90) days from the time the Head of the Procuring Entity has

issued an order to undertake repair. In case of failure or refusal to comply with

this mandate, the Procuring Entity shall undertake such repair works and shall

be entitled to full reimbursement of expenses incurred therein upon demand.

12.3. Unless otherwise indicated in the SCC, in case the Contractor fails to comply

with the preceding paragraph, the Procuring Entity shall forfeit its performance

security, subject its property(ies) to attachment or garnishment proceedings, and

perpetually disqualify it from participating in any public bidding. All payables

of the GOP in his favor shall be offset to recover the costs.

12.4. After final acceptance of the Works by the Procuring Entity, the Contractor shall

be held responsible for “Structural Defects”, i.e., major faults/flaws/deficiencies

in one or more key structural elements of the project which may lead to

structural failure of the completed elements or structure, or “Structural

Failures”, i.e., where one or more key structural elements in an infrastructure

facility fails or collapses, thereby rendering the facility or part thereof incapable

of withstanding the design loads, and/or endangering the safety of the users or

the general public:

Page 64: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

64

(a) Contractor – Where Structural Defects/Failures arise due to faults

attributable to improper construction, use of inferior quality/substandard

materials, and any violation of the contract plans and specifications, the

contractor shall be held liable;

(b) Consultants – Where Structural Defects/Failures arise due to faulty

and/or inadequate design and specifications as well as construction

supervision, then the consultant who prepared the design or undertook

construction supervision for the project shall be held liable;

(c) Procuring Entity’s Representatives/Project Manager/Construction

Managers and Supervisors – The project owner’s representative(s),

project manager, construction manager, and supervisor(s) shall be held

liable in cases where the Structural Defects/Failures are due to his/their

willful intervention in altering the designs and other specifications;

negligence or omission in not approving or acting on proposed changes

to noted defects or deficiencies in the design and/or specifications; and

the use of substandard construction materials in the project;

(d) Third Parties – Third Parties shall be held liable in cases where

Structural Defects/Failures are caused by work undertaken by them such

as leaking pipes, diggings or excavations, underground cables and

electrical wires, underground tunnel, mining shaft and the like, in which

case the applicable warranty to such structure should be levied to third

parties for their construction or restoration works.

(e) Users – In cases where Structural Defects/Failures are due to

abuse/misuse by the end user of the constructed facility and/or non–

compliance by a user with the technical design limits and/or intended

purpose of the same, then the user concerned shall be held liable.

12.5. The warranty against Structural Defects/Failures, except those occasioned on

force majeure, shall cover the period specified in the SCC reckoned from the

date of issuance of the Certificate of Final Acceptance by the Procuring Entity.

12.6. The Contractor shall be required to put up a warranty security in the form of

cash, bank guarantee, letter of credit, GSIS, or surety bond callable on demand,

in accordance with the following schedule:

Form of Warranty

Minimum Amount in

Percentage (%) of Total

Contract Price

(a) Cash or letter of credit issued by

Universal or Commercial bank:

provided, however, that the letter of

credit shall be confirmed or

authenticated by a Universal or

Commercial bank, if issued by a

foreign bank

Five Percent (5%)

(b) Bank guarantee confirmed by

Universal or Commercial bank: Ten Percent (10%)

Page 65: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

65

provided, however, that the letter of

credit shall be confirmed or

authenticated by a Universal or

Commercial bank, if issued by a

foreign bank

(c) Surety bond callable upon demand

issued by GSIS or any surety or

insurance company duly certified

by the Insurance Commission

Thirty Percent (30%)

12.7. The warranty security shall be stated in Philippine Pesos and shall remain

effective for one year from the date of issuance of the Certificate of Final

Acceptance by the Procuring Entity, and returned only after the lapse of said

one-year period.

12.8. In case of structural defects/failure occurring during the applicable warranty

period provided in GCC Clause 12.5, the Procuring Entity shall undertake the

necessary restoration or reconstruction works and shall be entitled to full

reimbursement by the parties found to be liable for expenses incurred therein

upon demand, without prejudice to the filing of appropriate administrative, civil,

and/or criminal charges against the responsible persons as well as the forfeiture

of the warranty security posted in favor of the Procuring Entity.

13. Liability of the Contractor

Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability

under this Contract shall be as provided by the laws of the Republic of the Philippines.

14. Procuring Entity’s Risk

14.1. From the Start Date until the Certificate of Final Acceptance has been issued,

the following are risks of the Procuring Entity:

(a) The risk of personal injury, death, or loss of or damage to property

(excluding the Works, Plant, Materials, and Equipment), which are due

to:

(i) any type of use or occupation of the Site authorized by the

Procuring Entity after the official acceptance of the works; or

(ii) negligence, breach of statutory duty, or interference with any

legal right by the Procuring Entity or by any person employed

by or contracted to him except the Contractor.

(b) The risk of damage to the Works, Plant, Materials, and Equipment to the

extent that it is due to a fault of the Procuring Entity or in the Procuring

Entity’s design, or due to war or radioactive contamination directly

affecting the country where the Works are to be executed.

15. Insurance

Page 66: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

66

15.1. The Contractor shall, under his name and at his own expense, obtain and

maintain, for the duration of this Contract, the following insurance coverage:

(a) Contractor’s All Risk Insurance;

(b) Transportation to the project Site of Equipment, Machinery, and

Supplies owned by the Contractor;

(c) Personal injury or death of Contractor’s employees; and

(d) Comprehensive insurance for third party liability to Contractor’s direct

or indirect act or omission causing damage to third persons.

15.2. The Contractor shall provide evidence to the Procuring Entity’s Representative

that the insurances required under this Contract have been effected and shall,

within a reasonable time, provide copies of the insurance policies to the

Procuring Entity’s Representative. Such evidence and such policies shall be

provided to the Procuring Entity’s through the Procuring Entity’s

Representative.

15.3 The Contractor shall notify the insurers of changes in the nature, extent, or

program for the execution of the Works and ensure the adequacy of the

insurances at all times in accordance with the terms of this Contract and shall

produce to the Procuring Entity’s Representative the insurance policies in force

including the receipts for payment of the current premiums.

The above insurance policies shall be obtained from any reputable insurance

company approved by the Procuring Entity’s Representative.

15.4. If the Contractor fails to obtain and keep in force the insurances referred to

herein or any other insurance which he may be required to obtain under the

terms of this Contract, the Procuring Entity may obtain and keep in force any

such insurances and pay such premiums as may be necessary for the purpose.

From time to time, the Procuring Entity may deduct the amount it shall pay for

said premiums including twenty-five percent (25%) therein from any monies

due, or which may become due, to the Contractor, without prejudice to the

Procuring Entity exercising its right to impose other sanctions against the

Contractor pursuant to the provisions of this Contract.

15.5. In the event the Contractor fails to observe the above safeguards, the Procuring

Entity may, at the Contractor’s expense, take whatever measure is deemed

necessary for its protection and that of the Contractor’s personnel and third

parties, and/or order the interruption of dangerous Works. In addition, the

Procuring Entity may refuse to make the payments under GCC Clause 40 until

the Contractor complies with this Clause.

15.6 The Contractor shall immediately replace the insurance policy obtained as

required in this Contract, without need of the Procuring Entity’s demand, with

a new policy issued by a new insurance company acceptable to the Procuring

Entity for any of the following grounds:

Page 67: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

67

(a) The issuer of the insurance policy to be replaced has:

(i) become bankrupt;

(ii) been placed under receivership or under a management

committee;

(iii) been sued for suspension of payment; or

(iv) been suspended by the Insurance Commission and its license to

engage in business or its authority to issue insurance policies

cancelled; or

(v) Where reasonable grounds exist that the insurer may not be able,

fully and promptly, to fulfill its obligation under the insurance

policy.

16. Termination for Default of Contractor

16.1. The Procuring Entity shall terminate this Contract for default when any of the

following conditions attend its implementation:

16.2. Due to the Contractor’s fault and while the project is on-going, it has incurred

negative slippage of fifteen percent (15%) or more in accordance with

Presidential Decree 1870, regardless of whether or not previous warnings and

notices have been issued for the Contractor to improve his performance;

16.3. Due to its own fault and after this Contract time has expired, the Contractor

incurs delay in the completion of the Work after this Contract has expired; or

16.4. The Contractor:

(a) abandons the contract Works, refuses or fails to comply with a valid

instruction of the Procuring Entity or fails to proceed expeditiously and

without delay despite a written notice by the Procuring Entity;

(b) does not actually have on the project Site the minimum essential

equipment listed on the Bid necessary to prosecute the Works in

accordance with the approved Program of Work and equipment

deployment schedule as required for the project;

(c) does not execute the Works in accordance with this Contract or

persistently or flagrantly neglects to carry out its obligations under this

Contract;

(d) neglects or refuses to remove materials or to perform a new Work that

has been rejected as defective or unsuitable; or

(e) sub-lets any part of this Contract without approval by the Procuring

Entity.

Page 68: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

68

16.5. All materials on the Site, Plant, Equipment, and Works shall be deemed to be

the property of the Procuring Entity if this Contract is rescinded because of the

Contractor’s default.

17. Termination for Default of Procuring Entity

The Contractor may terminate this Contract with the Procuring Entity if the works are

completely stopped for a continuous period of at least sixty (60) calendar days through

no fault of its own, due to any of the following reasons:

(a) Failure of the Procuring Entity to deliver, within a reasonable time, supplies,

materials, right-of-way, or other items it is obligated to furnish under the terms

of this Contract; or

(b) The prosecution of the Work is disrupted by the adverse peace and order

situation, as certified by the Armed Forces of the Philippines Provincial

Commander and approved by the Secretary of National Defense.

18. Termination for Other Causes

18.1. The Procuring Entity may terminate this Contract, in whole or in part, at any

time for its convenience. The Head of the Procuring Entity may terminate this

Contract for the convenience of the Procuring Entity if he has determined the

existence of conditions that make Project Implementation economically,

financially or technically impractical and/or unnecessary, such as, but not

limited to, fortuitous event(s) or changes in law and National Government

policies.

18.2. The Procuring Entity or the Contractor may terminate this Contract if the other

party causes a fundamental breach of this Contract.

18.3. Fundamental breaches of Contract shall include, but shall not be limited to, the

following:

(a) The Contractor stops work for twenty-eight (28) days when no stoppage

of work is shown on the current Program of Work and the stoppage has

not been authorized by the Procuring Entity’s Representative;

(b) The Procuring Entity’s Representative instructs the Contractor to delay

the progress of the Works, and the instruction is not withdrawn within

twenty-eight (28) days;

(c) The Procuring Entity shall terminate this Contract if the Contractor is

declared bankrupt or insolvent as determined with finality by a court of

competent jurisdiction. In this event, termination will be without

compensation to the Contractor, provided that such termination will not

prejudice or affect any right of action or remedy which has accrued or

will accrue thereafter to the Procuring Entity and/or the Contractor. In

the case of the Contractor's insolvency, any Contractor's Equipment

which the Procuring Entity instructs in the notice is to be used until the

completion of the Works;

Page 69: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

69

(d) A payment certified by the Procuring Entity’s Representative is not paid

by the Procuring Entity to the Contractor within eighty-four (84) days

from the date of the Procuring Entity’s Representative’s certificate;

(e) The Procuring Entity’s Representative gives Notice that failure to

correct a particular Defect is a fundamental breach of Contract and the

Contractor fails to correct it within a reasonable period of time

determined by the Procuring Entity’s Representative;

(f) The Contractor does not maintain a Security, which is required;

(g) The Contractor has delayed the completion of the Works by the number

of days for which the maximum amount of liquidated damages can be

paid, as defined in the GCC Clause 9; and

(h) In case it is determined prima facie by the Procuring Entity that the

Contractor has engaged, before or during the implementation of the

contract, in unlawful deeds and behaviors relative to contract acquisition

and implementation, such as, but not limited to, the following:

(i) Corrupt, fraudulent, collusive, coercive, and obstructive

practices as defined in ITB Clause 3.1 (a), unless otherwise

specified in the SCC;

(ii) Drawing up or using forged documents;

(iii) Using adulterated materials, means or methods, or engaging in

production contrary to rules of science or the trade; and

(iv) Any other act analogous to the foregoing.

18.4. The Funding Source or the Procuring Entity, as appropriate, will seek to impose

the maximum civil, administrative and/or criminal penalties available under the

applicable law on individuals and organizations deemed to be involved with

corrupt, fraudulent, or coercive practices.

18.5. When persons from either party to this Contract gives notice of a fundamental

breach to the Procuring Entity’s Representative in order to terminate the existing

contract for a cause other than those listed under GCC Clause 18.3, the

Procuring Entity’s Representative shall decide whether the breach is

fundamental or not.

18.6. If this Contract is terminated, the Contractor shall stop work immediately, make

the Site safe and secure, and leave the Site as soon as reasonably possible.

19. Procedures for Termination of Contracts

19.1. The following provisions shall govern the procedures for the termination of this

Contract:

(a) Upon receipt of a written report of acts or causes which may constitute

ground(s) for termination as aforementioned, or upon its own initiative,

Page 70: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

70

the Procuring Entity shall, within a period of seven (7) calendar days,

verify the existence of such ground(s) and cause the execution of a

Verified Report, with all relevant evidence attached;

(b) Upon recommendation by the Procuring Entity, the Head of the

Procuring Entity shall terminate this Contract only by a written notice to

the Contractor conveying the termination of this Contract. The notice

shall state:

(i) That this Contract is being terminated for any of the ground(s)

afore-mentioned, and a statement of the acts that constitute the

ground(s) constituting the same;

(ii) The extent of termination, whether in whole or in part;

(iii) An instruction to the Contractor to show cause as to why this

Contract should not be terminated; and

(iv) Special instructions of the Procuring Entity, if any.

The Notice to Terminate shall be accompanied by a copy of the Verified

Report;

(c) Within a period of seven (7) calendar days from receipt of the Notice of

Termination, the Contractor shall submit to the Head of the Procuring

Entity a verified position paper stating why the contract should not be

terminated. If the Contractor fails to show cause after the lapse of the

seven (7) day period, either by inaction or by default, the Head of the

Procuring Entity shall issue an order terminating the contract;

(d) The Procuring Entity may, at any time before receipt of the Bidder’s

verified position paper described in item (c) above withdraw the Notice

to Terminate if it is determined that certain items or works subject of the

notice had been completed, delivered, or performed before the

Contractor’s receipt of the notice;

(e) Within a non-extendible period of ten (10) calendar days from receipt of

the verified position paper, the Head of the Procuring Entity shall decide

whether or not to terminate this Contract. It shall serve a written notice

to the Contractor of its decision and, unless otherwise provided in the

said notice, this Contract is deemed terminated from receipt of the

Contractor of the notice of decision. The termination shall only be based

on the ground(s) stated in the Notice to Terminate; and

(f) The Head of the Procuring Entity may create a Contract Termination

Review Committee (CTRC) to assist him in the discharge of this

function. All decisions recommended by the CTRC shall be subject to

the approval of the Head of the Procuring Entity.

19.2. Pursuant to Section 69(f) of RA 9184 and without prejudice to the imposition

of additional administrative sanctions as the internal rules of the agency may

Page 71: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

71

provide and/or further criminal prosecution as provided by applicable laws, the

procuring entity shall impose on contractors after the termination of the contract

the penalty of suspension for one (1) year for the first offense, suspension for

two (2) years for the second offense from participating in the public bidding

process, for violations committed during the contract implementation stage,

which include but not limited to the following:

(a) Failure of the contractor, due solely to his fault or negligence, to

mobilize and start work or performance within the specified period in

the Notice to Proceed (“NTP”);

(b) Failure by the contractor to fully and faithfully comply with its

contractual obligations without valid cause, or failure by the contractor

to comply with any written lawful instruction of the procuring entity or

its representative(s) pursuant to the implementation of the contract. For

the procurement of infrastructure projects or consultancy contracts,

lawful instructions include but are not limited to the following:

(i) Employment of competent technical personnel, competent

engineers and/or work supervisors;

(ii) Provision of warning signs and barricades in accordance with

approved plans and specifications and contract provisions;

(iii) Stockpiling in proper places of all materials and removal from

the project site of waste and excess materials, including broken

pavement and excavated debris in accordance with approved

plans and specifications and contract provisions;

(iv) Deployment of committed equipment, facilities, support staff

and manpower; and

(v) Renewal of the effectivity dates of the performance security after

its expiration during the course of contract implementation.

(c) Assignment and subcontracting of the contract or any part thereof or

substitution of key personnel named in the proposal without prior

written approval by the procuring entity.

(d) Poor performance by the contractor or unsatisfactory quality and/or

progress of work arising from his fault or negligence as reflected in the

Constructor's Performance Evaluation System (“CPES”) rating sheet. In

the absence of the CPES rating sheet, the existing performance

monitoring system of the procuring entity shall be applied. Any of the

following acts by the Contractor shall be construed as poor performance:

(i) Negative slippage of 15% and above within the critical path of

the project due entirely to the fault or negligence of the

contractor; and

Page 72: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

72

(ii) Quality of materials and workmanship not complying with the

approved specifications arising from the contractor's fault or

negligence.

(e) Willful or deliberate abandonment or non-performance of the project or

contract by the contractor resulting to substantial breach thereof without

lawful and/or just cause.

In addition to the penalty of suspension, the performance security posted by the

contractor shall also be forfeited.

20. Force Majeure, Release from Performance

20.1. For purposes of this Contract the terms “force majeure” and “fortuitous event”

may be used interchangeably. In this regard, a fortuitous event or force majeure

shall be interpreted to mean an event which the Contractor could not have

foreseen, or which though foreseen, was inevitable. It shall not include ordinary

unfavorable weather conditions; and any other cause the effects of which could

have been avoided with the exercise of reasonable diligence by the Contractor.

20.2. If this Contract is discontinued by an outbreak of war or by any other event

entirely outside the control of either the Procuring Entity or the Contractor, the

Procuring Entity’s Representative shall certify that this Contract has been

discontinued. The Contractor shall make the Site safe and stop work as quickly

as possible after receiving this certificate and shall be paid for all works carried

out before receiving it and for any Work carried out afterwards to which a

commitment was made.

20.3. If the event continues for a period of eighty four (84) days, either party may

then give notice of termination, which shall take effect twenty-eight (28) days

after the giving of the notice.

20.4. After termination, the Contractor shall be entitled to payment of the unpaid

balance of the value of the Works executed and of the materials and Plant

reasonably delivered to the Site, adjusted by the following:

(a) any sum to which the Contractor is entitled under GCC Clause 28;

(b) the cost of his suspension and demobilization;

(c) any sum to which the Procuring Entity is entitled.

20.5. The net balance due shall be paid or repaid within a reasonable time period from

the time of the notice of termination.

21. Resolution of Disputes

21.1. If any dispute or difference of any kind whatsoever shall arise between the

parties in connection with the implementation of the contract covered by the Act

and this IRR, the parties shall make every effort to resolve amicably such

dispute or difference by mutual consultation.

Page 73: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

73

21.2. If the Contractor believes that a decision taken by the PROCURING ENTITY’s

Representative was either outside the authority given to the PROCURING

ENTITY’s Representative by this Contract or that the decision was wrongly

taken, the decision shall be referred to the Arbiter indicated in the SCC within

fourteen (14) days of the notification of the PROCURING ENTITY’s

Representative’s decision.

21.3. Any and all disputes arising from the implementation of this Contract covered

by the R.A. 9184 and its IRR shall be submitted to arbitration in the Philippines

according to the provisions of Republic Act No. 876, otherwise known as the “

Arbitration Law” and Republic Act 9285, otherwise known as the “Alternative

Dispute Resolution Act of 2004”: Provided, however, That, disputes that are

within the competence of the Construction Industry Arbitration Commission to

resolve shall be referred thereto. The process of arbitration shall be incorporated

as a provision in this Contract that will be executed pursuant to the provisions

of the Act and its IRR: Provided, further, That, by mutual agreement, the parties

may agree in writing to resort to other alternative modes of dispute resolution.

22. Suspension of Loan, Credit, Grant, or Appropriation

In the event that the Funding Source suspends the Loan, Credit, Grant, or Appropriation

to the Procuring Entity, from which part of the payments to the Contractor are being

made:

(a) The Procuring Entity is obligated to notify the Contractor of such suspension

within seven (7) days of having received the suspension notice.

(b) If the Contractor has not received sums due it for work already done within

forty-five (45) days from the time the Contractor’s claim for payment has been

certified by the Procuring Entity’s Representative, the Contractor may

immediately issue a suspension of work notice in accordance with GCC Clause

45.2.

23. Procuring Entity’s Representative’s Decisions

23.1. Except where otherwise specifically stated, the Procuring Entity’s

Representative will decide contractual matters between the Procuring Entity and

the Contractor in the role representing the Procuring Entity.

23.2 The Procuring Entity’s Representative may delegate any of his duties and

responsibilities to other people, except to the Arbiter, after notifying the

Contractor, and may cancel any delegation after notifying the Contractor.

24. Approval of Drawings and Temporary Works by the Procuring

Entity’s Representative

24.1. All Drawings prepared by the Contractor for the execution of the Temporary

Works, are subject to prior approval by the Procuring Entity’s Representative

before its use.

24.2 The Contractor shall be responsible for design of Temporary Works.

Page 74: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

74

24.3. The Procuring Entity’s Representative’s approval shall not alter the

Contractor’s responsibility for design of the Temporary Works.

24.4. The Contractor shall obtain approval of third parties to the design of the

Temporary Works, when required by the Procuring Entity.

25. Acceleration and Delays Ordered by the Procuring Entity’s

Representative

25.1. When the Procuring Entity wants the Contractor to finish before the Intended

Completion Date, the Procuring Entity’s Representative will obtain priced

proposals for achieving the necessary acceleration from the Contractor. If the

Procuring Entity accepts these proposals, the Intended Completion Date will be

adjusted accordingly and confirmed by both the Procuring Entity and the

Contractor.

25.2. If the Contractor’s Financial Proposals for an acceleration are accepted by the

Procuring Entity, they are incorporated in the Contract Price and treated as a

Variation.

26. Extension of the Intended Completion Date

26.1. The Procuring Entity’s Representative shall extend the Intended Completion

Date if a Variation is issued which makes it impossible for the Intended

Completion Date to be achieved by the Contractor without taking steps to

accelerate the remaining work, which would cause the Contractor to incur

additional costs. No payment shall be made for any event which may warrant

the extension of the Intended Completion Date.

26.2. The Procuring Entity’s Representative shall decide whether and by how much

to extend the Intended Completion Date within twenty-one (21) days of the

Contractor asking the Procuring Entity’s Representative for a decision thereto

after fully submitting all supporting information. If the Contractor has failed to

give early warning of a delay or has failed to cooperate in dealing with a delay,

the delay by this failure shall not be considered in assessing the new Intended

Completion Date.

27. Right to Vary

27.1. The Procuring Entity’s Representative with the prior approval of the Procuring

Entity may instruct Variations, up to a maximum cumulative amount of ten

percent (10%) of the original contract cost.

27.2. Variations shall be valued as follows:

(a) At a lump sum price agreed between the parties;

(b) Where appropriate, at rates in this Contract;

(c) In the absence of appropriate rates, the rates in this Contract shall be

used as the basis for valuation; or failing which

Page 75: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

75

(d) At appropriate new rates, equal to or lower than current industry rates

and to be agreed upon by both parties and approved by the Head of the

Procuring Entity.

28. Contractor's Right to Claim

If the Contractor incurs cost as a result of any of the events under GCC Clause 13, the

Contractor shall be entitled to the amount of such cost. If as a result of any of the said

events, it is necessary to change the Works, this shall be dealt with as a Variation.

29. Dayworks

29.1. Subject to GCC Clause 43 on Variation Order, and if applicable as indicated in

the SCC, the Dayworks rates in the Contractor’s Bid shall be used for small

additional amounts of work only when the Procuring Entity’s Representative

has given written instructions in advance for additional work to be paid for in

that way.

29.2. All work to be paid for as Dayworks shall be recorded by the Contractor on

forms approved by the Procuring Entity’s Representative. Each completed form

shall be verified and signed by the Procuring Entity’s Representative within two

days of the work being done.

29.3. The Contractor shall be paid for Dayworks subject to obtaining signed

Dayworks forms.

30. Early Warning

30.1. The Contractor shall warn the Procuring Entity’s Representative at the earliest

opportunity of specific likely future events or circumstances that may adversely

affect the quality of the work, increase the Contract Price, or delay the execution

of the Works. The Procuring Entity’s Representative may require the Contractor

to provide an estimate of the expected effect of the future event or circumstance

on the Contract Price and Completion Date. The estimate shall be provided by

the Contractor as soon as reasonably possible.

30.2. The Contractor shall cooperate with the Procuring Entity’s Representative in

making and considering proposals for how the effect of such an event or

circumstance can be avoided or reduced by anyone involved in the work and in

carrying out any resulting instruction of the Procuring Entity’s Representative.

31. Program of Work

31.1. Within the time stated in the SCC, the Contractor shall submit to the Procuring

Entity’s Representative for approval a Program of Work showing the general

methods, arrangements, order, and timing for all the activities in the Works.

31.2. An update of the Program of Work shall the show the actual progress achieved

on each activity and the effect of the progress achieved on the timing of the

remaining work, including any changes to the sequence of the activities.

Page 76: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

76

31.3. The Contractor shall submit to the Procuring Entity’s Representative for

approval an updated Program of Work at intervals no longer than the period

stated in the SCC. If the Contractor does not submit an updated Program of

Work within this period, the PROCURING ENTITY’s Representative may

withhold the amount stated in the SCC from the next payment certificate and

continue to withhold this amount until the next payment after the date on which

the overdue Program of Work has been submitted.

31.4. The Procuring Entity’s Representative’s approval of the Program of Work shall

not alter the Contractor’s obligations. The Contractor may revise the Program

of Work and submit it to the Procuring Entity’s Representative again at any

time. A revised Program of Work shall show the effect of any approved

Variations.

31.5. When the Program of Work is updated, the Contractor shall provide the

Procuring Entity’s Representative with an updated cash flow forecast. The cash

flow forecast shall include different currencies, as defined in the Contract,

converted as necessary using the Contract exchange rates.

31.6. All Variations shall be included in updated Program of Work produced by the

Contractor.

32. Management Conferences

32.1. Either the Procuring Entity’s Representative or the Contractor may require the

other to attend a Management Conference. The Management Conference shall

review the plans for remaining work and deal with matters raised in accordance

with the early warning procedure.

32.2. The Procuring Entity’s Representative shall record the business of Management

Conferences and provide copies of the record to those attending the Conference

and to the Procuring Entity. The responsibility of the parties for actions to be

taken shall be decided by the PROCURING ENTITY’s Representative either at

the Management Conference or after the Management Conference and stated in

writing to all who attended the Conference.

33. Bill of Quantities

33.1. The Bill of Quantities shall contain items of work for the construction,

installation, testing, and commissioning of work to be done by the Contractor.

33.2. The Bill of Quantities is used to calculate the Contract Price. The Contractor is

paid for the quantity of the work done at the rate in the Bill of Quantities for

each item.

33.3. If the final quantity of any work done differs from the quantity in the Bill of

Quantities for the particular item and is not more than twenty-five percent (25%)

of the original quantity, provided the aggregate changes for all items do not

exceed ten percent (10%) of the Contract price, the Procuring Entity’s

Representative shall make the necessary adjustments to allow for the changes

subject to applicable laws, rules, and regulations.

Page 77: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

77

33.4. If requested by the Procuring Entity’s Representative, the Contractor shall

provide the Procuring Entity’s Representative with a detailed cost breakdown

of any rate in the Bill of Quantities.

34. Instructions, Inspections and Audits

34.1. The Procuring Entity’s personnel shall at all reasonable times during

construction of the Work be entitled to examine, inspect, measure and test the

materials and workmanship, and to check the progress of the construction.

34.2. If the Procuring Entity’s Representative instructs the Contractor to carry out a

test not specified in the Specification to check whether any work has a defect

and the test shows that it does, the Contractor shall pay for the test and any

samples. If there is no defect, the test shall be a Compensation Event.

34.3. The Contractor shall permit the Funding Source named in the SCC to inspect

the Contractor’s accounts and records relating to the performance of the

Contractor and to have them audited by auditors appointed by the Funding

Source, if so required by the Funding Source.

35. Identifying Defects

The Procuring Entity’s Representative shall check the Contractor’s work and notify the

Contractor of any defects that are found. Such checking shall not affect the Contractor’s

responsibilities. The Procuring Entity’s Representative may instruct the Contractor to

search uncover defects and test any work that the Procuring Entity’s Representative

considers below standards and defective.

36. Cost of Repairs

Loss or damage to the Works or Materials to be incorporated in the Works between the

Start Date and the end of the Defects Liability Periods shall be remedied by the

Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s

acts or omissions.

37. Correction of Defects

37.1. The Procuring Entity’s Representative shall give notice to the Contractor of any

defects before the end of the Defects Liability Period, which is One (1) year

from project completion up to final acceptance by the Procuring Entity’s.

37.2. Every time notice of a defect is given, the Contractor shall correct the notified

defect within the length of time specified in the Procuring Entity’s

Representative’s notice.

37.3. The Contractor shall correct the defects which he notices himself before the end

of the Defects Liability Period.

37.4. The Procuring Entity shall certify that all defects have been corrected. If the

Procuring Entity considers that correction of a defect is not essential, he can

request the Contractor to submit a quotation for the corresponding reduction in

Page 78: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

78

the Contract Price. If the Procuring Entity accepts the quotation, the

corresponding change in the SCC is a Variation.

38. Uncorrected Defects

38.1. The Procuring Entity shall give the Contractor at least fourteen (14) days notice

of his intention to use a third party to correct a Defect. If the Contractor does

not correct the Defect himself within the period, the Procuring Entity may have

the Defect corrected by the third party. The cost of the correction will be

deducted from the Contract Price.

38.2. The use of a third party to correct defects that are uncorrected by the Contractor

will in no way relieve the Contractor of its liabilities and warranties under the

Contract.

39. Advance Payment

39.1. The Procuring Entity shall, upon a written request of the contractor which shall

be submitted as a contract document, make an advance payment to the

contractor in an amount not exceeding fifteen percent (15%) of the total contract

price, to be made in lump sum or, at the most two, installments according to a

schedule specified in the SCC.

39.2. The advance payment shall be made only upon the submission to and

acceptance by the Procuring Entity of an irrevocable standby letter of credit of

equivalent value from a commercial bank, a bank guarantee or a surety bond

callable upon demand, issued by a surety or insurance company duly licensed

by the Insurance Commission and confirmed by the Procuring Entity.

39.3. The advance payment shall be repaid by the Contractor by an amount equal to

the percentage of the total contract price used for the advance payment.

39.4. The contractor may reduce his standby letter of credit or guarantee instrument

by the amounts refunded by the Monthly Certificates in the advance payment.

39.5. The Procuring Entity will provide an Advance Payment on the Contract Price

as stipulated in the Conditions of Contract, subject to the maximum amount

stated in SCC Clause 39.1.

40. Progress Payments

40.1. The Contractor may submit a request for payment for Work accomplished. Such

request for payment shall be verified and certified by the Procuring Entity’s

Representative/Project Engineer. Except as otherwise stipulated in the SCC,

materials and equipment delivered on the site but not completely put in place

shall not be included for payment.

40.2. The Procuring Entity shall deduct the following from the certified gross

amounts to be paid to the contractor as progress payment:

(a) Cumulative value of the work previously certified and paid for.

Page 79: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

79

(b) Portion of the advance payment to be recouped for the month.

(c) Retention money in accordance with the condition of contract.

(d) Amount to cover third party liabilities.

(e) Amount to cover uncorrected discovered defects in the works.

40.3. Payments shall be adjusted by deducting therefrom the amounts for advance

payments and retention. The Procuring Entity shall pay the Contractor the

amounts certified by the Procuring Entity’s Representative within twenty-eight

(28) days from the date each certificate was issued. No payment of interest for

delayed payments and adjustments shall be made by the Procuring Entity.

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

Contractor provided that at least twenty percent (20%) of the work has been

accomplished as certified by the Procuring Entity’s Representative.

40.5. Items of the Works for which a price of “0” (zero) has been entered will not be

paid for by the Procuring Entity and shall be deemed covered by other rates and

prices in the Contract.

41. Payment Certificates

41.1. The Contractor shall submit to the Procuring Entity’s Representative monthly

statements of the estimated value of the work executed less the cumulative

amount certified previously.

41.2. The Procuring Entity’s Representative shall check the Contractor’s monthly

statement and certify the amount to be paid to the Contractor.

41.3. The value of Work executed shall:

(a) be determined by the Procuring Entity’s Representative;

(b) comprise the value of the quantities of the items in the Bill of Quantities

completed; and

(c) include the valuations of approved variations.

41.4. The Procuring Entity’s Representative may exclude any item certified in a

previous certificate or reduce the proportion of any item previously certified in

any certificate in the light of later information.

42. Retention

42.1. The Procuring Entity shall retain from each payment due to the Contractor an

amount equal to a percentage thereof using the rate as specified in ITB Sub-

Clause 42.2.

42.2. Progress payments are subject to retention of ten percent (10%), referred to as

the “retention money.” Such retention shall be based on the total amount due to

Page 80: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

80

the Contractor prior to any deduction and shall be retained from every progress

payment until fifty percent (50%) of the value of Works, as determined by the

Procuring Entity, are completed. If, after fifty percent (50%) completion, the

Work is satisfactorily done and on schedule, no additional retention shall be

made; otherwise, the ten percent (10%) retention shall again be imposed using

the rate specified therefor.

42.3. The total “retention money” shall be due for release upon final acceptance of

the Works. The Contractor may, however, request the substitution of the

retention money for each progress billing with irrevocable standby letters of

credit from a commercial bank, bank guarantees or surety bonds callable on

demand, of amounts equivalent to the retention money substituted for and

acceptable to the Procuring Entity, provided that the project is on schedule and

is satisfactorily undertaken. Otherwise, the ten (10%) percent retention shall be

made. Said irrevocable standby letters of credit, bank guarantees and/or surety

bonds, to be posted in favor of the Government shall be valid for a duration to

be determined by the concerned implementing office/agency or Procuring

Entity and will answer for the purpose for which the ten (10%) percent retention

is intended, i.e., to cover uncorrected discovered defects and third party

liabilities.

42.4. On completion of the whole Works, the Contractor may substitute retention

money with an “on demand” Bank guarantee in a form acceptable to the

Procuring Entity.

43. Variation Orders

43.1. Variation Orders may be issued by the Procuring Entity to cover any

increase/decrease in quantities, including the introduction of new work items

that are not included in the original contract or reclassification of work items

that are either due to change of plans, design or alignment to suit actual field

conditions resulting in disparity between the preconstruction plans used for

purposes of bidding and the “as staked plans” or construction drawings prepared

after a joint survey by the Contractor and the Procuring Entity after award of

the contract, provided that the cumulative amount of the Variation Order does

not exceed ten percent (10%) of the original project cost. The addition/deletion

of Works should be within the general scope of the project as bid and awarded.

The scope of works shall not be reduced so as to accommodate a positive

Variation Order. A Variation Order may either be in the form of a Change Order

or Extra Work Order.

43.2. A Change Order may be issued by the Procuring Entity to cover any

increase/decrease in quantities of original Work items in the contract.

43.3. An Extra Work Order may be issued by the Procuring Entity to cover the

introduction of new work necessary for the completion, improvement or

protection of the project which were not included as items of Work in the

original contract, such as, where there are subsurface or latent physical

conditions at the site differing materially from those indicated in the contract,

or where there are duly unknown physical conditions at the site of an unusual

Page 81: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

81

nature differing materially from those ordinarily encountered and generally

recognized as inherent in the Work or character provided for in the contract.

43.4. Any cumulative Variation Order beyond ten percent (10%) shall be subject of

another contract to be bid out if the works are separable from the original

contract. In exceptional cases where it is urgently necessary to complete the

original scope of work, the Head of the Procuring Entity may authorize a

positive Variation Order go beyond ten percent (10%) but not more than twenty

percent (20%) of the original contract price, subject to the guidelines to be

determined by the GPPB: Provided, however, That appropriate sanctions shall

be imposed on the designer, consultant or official responsible for the original

detailed engineering design which failed to consider the Variation Order beyond

ten percent (10%).

43.5. In claiming for any Variation Order, the Contractor shall, within seven (7)

calendar days after such work has been commenced or after the circumstances

leading to such condition(s) leading to the extra cost, and within twenty-eight

(28) calendar days deliver a written communication giving full and detailed

particulars of any extra cost in order that it may be investigated at that time.

Failure to provide either of such notices in the time stipulated shall constitute a

waiver by the contractor for any claim. The preparation and submission of

Variation Orders are as follows:

(a) If the Procuring Entity’s representative/Project Engineer believes that a

Change Order or Extra Work Order should be issued, he shall prepare

the proposed Order accompanied with the notices submitted by the

Contractor, the plans therefore, his computations as to the quantities of

the additional works involved per item indicating the specific stations

where such works are needed, the date of his inspections and

investigations thereon, and the log book thereof, and a detailed estimate

of the unit cost of such items of work, together with his justifications for

the need of such Change Order or Extra Work Order, and shall submit

the same to the Head of the Procuring Entity for approval.

(b) The Head of the Procuring Entity or his duly authorized representative,

upon receipt of the proposed Change Order or Extra Work Order shall

immediately instruct the technical staff of the Procuring Entity’s to

conduct an on-the-spot investigation to verify the need for the Work to

be prosecuted. A report of such verification shall be submitted directly

to the Head of the Procuring Entity or his duly authorized representative.

(c) The, Head of the Procuring Entity or his duly authorized representative,

after being satisfied that such Change Order or Extra Work Order is

justified and necessary, shall review the estimated quantities and prices

and forward the proposal with the supporting documentation to the Head

of Procuring Entity for consideration.

(d) If, after review of the plans, quantities and estimated unit cost of the

items of work involved, the proper office of the procuring entity

empowered to review and evaluate Change Orders or Extra Work Orders

recommends approval thereof, Head of the Procuring Entity or his duly

Page 82: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

82

authorized representative, believing the Change Order or Extra Work

Order to be in order, shall approve the same.

(e) The timeframe for the processing of Variation Orders from the

preparation up to the approval by the Head of the Procuring Entity

concerned shall not exceed thirty (30) calendar days.

44. Contract Completion

Once the project reaches an accomplishment of ninety five (95%) of the total contract

amount, the Procuring Entity may create an inspectorate team to make preliminary

inspection and submit a punch-list to the Contractor in preparation for the final turnover

of the project. Said punch-list will contain, among others, the remaining Works, Work

deficiencies for necessary corrections, and the specific duration/time to fully complete

the project considering the approved remaining contract time. This, however, shall not

preclude the claim of the Procuring Entity for liquidated damages.

45. Suspension of Work

45.1. The Procuring Entity shall have the authority to suspend the work wholly or

partly by written order for such period as may be deemed necessary, due to force

majeure or any fortuitous events or for failure on the part of the Contractor to

correct bad conditions which are unsafe for workers or for the general public,

to carry out valid orders given by the Procuring Entity or to perform any

provisions of the contract, or due to adjustment of plans to suit field conditions

as found necessary during construction. The Contractor shall immediately

comply with such order to suspend the work wholly or partly.

45.2. The Contractor or its duly authorized representative shall have the right to

suspend work operation on any or all projects/activities along the critical path

of activities after fifteen (15) calendar days from date of receipt of written notice

from the Contractor to the district engineer/regional director/consultant or

equivalent official, as the case may be, due to the following:

(a) There exist right-of-way problems which prohibit the Contractor from

performing work in accordance with the approved construction

schedule.

(b) Requisite construction plans which must be owner-furnished are not

issued to the contractor precluding any work called for by such plans.

(c) Peace and order conditions make it extremely dangerous, if not possible,

to work. However, this condition must be certified in writing by the

Philippine National Police (PNP) station which has responsibility over

the affected area and confirmed by the Department of Interior and Local

Government (DILG) Regional Director.

(d) There is failure on the part of the Procuring Entity to deliver

government-furnished materials and equipment as stipulated in the

contract.

Page 83: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

83

(e) Delay in the payment of Contractor’s claim for progress billing beyond

forty-five (45) calendar days from the time the Contractor’s claim has

been certified to by the procuring entity’s authorized representative that

the documents are complete unless there are justifiable reasons thereof

which shall be communicated in writing to the Contractor.

45.3. In case of total suspension, or suspension of activities along the critical path,

which is not due to any fault of the Contractor, the elapsed time between the

effective order of suspending operation and the order to resume work shall be

allowed the Contractor by adjusting the contract time accordingly.

46. Payment on Termination

46.1. If the Contract is terminated because of a fundamental breach of Contract by the

Contractor, the Procuring Entity’s Representative shall issue a certificate for the

value of the work done and Materials ordered less advance payments received

up to the date of the issue of the certificate and less the percentage to apply to

the value of the work not completed, as indicated in the SCC. Additional

Liquidated Damages shall not apply. If the total amount due to the Procuring

Entity exceeds any payment due to the Contractor, the difference shall be a debt

payable to the Procuring Entity.

46.2. If the Contract is terminated for the Procuring Entity’s convenience or because

of a fundamental breach of Contract by the Procuring Entity, the Procuring

Entity’s Representative shall issue a certificate for the value of the work done,

Materials ordered, the reasonable cost of removal of Equipment, repatriation of

the Contractor’s personnel employed solely on the Works, and the Contractor’s

costs of protecting and securing the Works, and less advance payments received

up to the date of the certificate.

46.3. The net balance due shall be paid or repaid within twenty-eight (28) days from

the notice of termination.

46.4. If the Contractor has terminated the Contract under GCC Clauses 17 or 18, the

Procuring Entity shall promptly return the Performance Security to the

Contractor.

47. Extension of Contract Time

47.1. Should the amount of additional work of any kind or other special circumstances

of any kind whatsoever occur such as to fairly entitle the contractor to an

extension of contract time, the Procuring Entity shall determine the amount of

such extension; provided that the Procuring Entity is not bound to take into

account any claim for an extension of time unless the Contractor has, prior to

the expiration of the contract time and within thirty (30) calendar days after such

work has been commenced or after the circumstances leading to such claim have

arisen, delivered to the Procuring Entity notices in order that it could have

investigated them at that time. Failure to provide such notice shall constitute a

waiver by the Contractor of any claim. Upon receipt of full and detailed

particulars, the Procuring Entity shall examine the facts and extent of the delay

Page 84: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

84

and shall extend the contract time completing the contract work when, in the

Procuring Entity’s opinion, the findings of facts justify an extension.

47.2. No extension of contract time shall be granted the Contractor due to (a) ordinary

unfavorable weather conditions and (b) inexcusable failure or negligence of

Contractor to provide the required equipment, supplies or materials.

47.3. Extension of contract time may be granted only when the affected activities fall

within the critical path of the PERT/CPM network.

47.4. No extension of contract time shall be granted when the reason given to support

the request for extension was already considered in the determination of the

original contract time during the conduct of detailed engineering and in the

preparation of the contract documents as agreed upon by the parties before

contract perfection.

47.5. Extension of contract time shall be granted for rainy/unworkable days

considered unfavorable for the prosecution of the works at the site, based on the

actual conditions obtained at the site, in excess of the number of

rainy/unworkable days pre-determined by the Procuring Entity in relation to the

original contract time during the conduct of detailed engineering and in the

preparation of the contract documents as agreed upon by the parties before

contract perfection, and/or for equivalent period of delay due to major

calamities such as exceptionally destructive typhoons, floods and earthquakes,

and epidemics, and for causes such as non-delivery on time of materials,

working drawings, or written information to be furnished by the Procuring

Entity, non-acquisition of permit to enter private properties within the right-of-

way resulting in complete paralyzation of construction activities, and other

meritorious causes as determined by the Procuring Entity’s Representative and

approved by the Head of the Procuring Entity. Shortage of construction

materials, general labor strikes, and peace and order problems that disrupt

construction operations through no fault of the Contractor may be considered as

additional grounds for extension of contract time provided they are publicly felt

and certified by appropriate government agencies such as DTI, DOLE, DILG,

and DND, among others. The written consent of bondsmen must be attached to

any request of the Contractor for extension of contract time and submitted to the

Procuring Entity for consideration and the validity of the Performance Security

shall be correspondingly extended.

48. Price Adjustment

Except for extraordinary circumstances as determined by NEDA and approved by the

GPPB, no price adjustment shall be allowed. Nevertheless, in cases where the cost of

the awarded contract is affected by any applicable new laws, ordinances, regulations,

or other acts of the GOP, promulgated after the date of bid opening, a contract price

adjustment shall be made or appropriate relief shall be applied on a no loss-no gain

basis.

Page 85: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

85

49. Completion

The Contractor shall request the Procuring Entity’s Representative to issue a certificate

of Completion of the Works, and the Procuring Entity’s Representative will do so upon

deciding that the work is completed.

50. Taking Over

The Procuring Entity shall take over the Site and the Works within seven (7) days from

the date the Procuring Entity’s Representative issues a certificate of Completion.

51. Operating and Maintenance Manuals

51.1. If “as built” Drawings and/or operating and maintenance manuals are required,

the Contractor shall supply them by the dates stated in the SCC.

51.2. If the Contractor does not supply the Drawings and/or manuals by the dates

stated in the SCC, or they do not receive the Procuring Entity’s Representative’s

approval, the Procuring Entity’s Representative shall withhold the amount

stated in the SCC from payments due to the Contractor.

Page 86: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

86

Section V. Special Conditions of Contract

Page 87: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

87

Special Conditions of Contract

GCC Clause

1.16 The Intended Completion Date is Four Hundred Fifty (450) Calendar

Days from the Start Date.

The Stabling Tracks in the Depot must be completed within One Hundred

Eighty (180) Calendar Days from the Start Date.

The Upgrade of Traction Power must be completed within Three Hundred

(300) Calendar Days from the Start Date.

1.21 The Procuring Entity is: Department of Transportation – Metro Rail Transit

3 (DOT-MRT3)

1.22 The Procuring Entity’s Representative is:

ENGR. ROMAN R. BUENAFE, Project Director, Project Management

Office, MRT3 Capex Project

1.23 The Site is located at MRT3 Trinoma Depot, and at the MRT3 Revenue Line

specifically at the Taft Station Pocket Track, and North Avenue Station Turn-

back Track.

1.27 The Start Date is within seven (7) days from issuance of Notice to Proceed.

1.30 The Works consist of Upgrade of the Ancillary Systems of the MRT3

System, specifically, the power sub-station, OCS, Depot Stabling track, Depot

Equipment/Facilities, Taft Station Pocket Track, and North Avenue Station

Turn-back track.

2.2 No further instructions.

5.1 The Procuring Entity shall give possession of all parts of the Site to the

Contractor upon receipt of Notice to Proceed (NTP) until the completion

of the Project.

6.5 Refer to BDS Clause 12.1 (b)(ii.2)

7.4(c) No further instructions.

7.7 No further instructions.

8.1 No further instructions.

9.0 Failure to Relinquish Track Possession

In the event the Supplier fails to complete the work and relinquish its

track possession unless such failure is made is due to a fault for which

Page 88: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

88

DOTC-MRT3 is responsible, the Supplier shall be liable to DOTC-

MRT3 for revenue losses resulting from this delay using the following

penalty rates:

Time Cost of Delay

4:00 AM to 5:00 AM PHP 1,000.00 per min.

5:01 AM to 11:59 PM PHP 5,000.00 per min.

10 None.

12.3 No further instructions.

12.5 Fifteen (15) years.

13 All partners to the joint venture shall be jointly and severally liable to the

Procuring Entity.

18.3(h)(i) No further instructions.

21.2 The Arbiter is to be named in accordance with the pertinent guidelines issued

by the Construction Industry Arbitration Commission (CIAC).

29.1 Day works are applicable at the rate shown in the Contractor’s original Bid.

31.1 The Contractor shall submit the Program of Work to the Procuring Entity’s

Representative within seven (7) calendar days of delivery of the Letter of

Acceptance.

31.3 The period between Program of Work updates is fifteen (15) calendar days.

The amount to be withheld for late submission of an updated Program of

Work is TEN THOUSAND PESOS (PHP 10,000.00).

34.3 The Funding Source is the Government of the Philippines.

39.1 The amount of the advance payment is fifteen percent (15%) of the total

contract price to be made in lump sum amount, subject however to compliance

with all pertinent and applicable requirements and policies on the matter.

40.1 Materials and equipment delivered on the site but not completely put in place

shall not be included for payment.

51.1 The date by which operating and maintenance manuals are required is seven

(7) calendar days.

The date by which “as built” drawings are required is thirty (30) calendar

days from issuance of Final Inspection Report.

51.2 The amount to be withheld for failing to produce “as built” drawings and/or

operating and maintenance manuals by the date required is Five Million Pesos

(PHP 5,000,000.00).

Page 89: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

89

Section VI. Specification

(Please See Volume II)

Page 90: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

90

Section VII. Drawings

(Please See Volume III)

Page 91: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

91

Section VIII. Bill of Quantities

Page 92: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

92

Bill of Quantities Upgrade of the Ancillary Systems for the MRT3 Rehabilitation Project

A. UPGRADE OF TRACTION POWER SUBSTATION WITH SCADA

Description

Qty.

Unit

Unit Cost

Amount

Depot Traction Power Substation

3300KVA Rectifier Transformer/Breaker

2

sets

Incoming power switchgear 630 amps. rectifier feeder breaker

Rectifier Transformer 3300KVA

3MW Rectifier, Breaker and Accessories

2

sets

Silicon Rectifier rated 3MW 750VDC

Cathode Breaker

DC Switchboard, relays and meters

Negative Cubicle

Batteries and Charger 110 volts, 150AH

Alarm Panel

Panelboard 277/480V.

Installation Cost

Total

Description Qty. Unit Unit Cost Amount

Kamuning Traction Power Substation

3300KVA Rectifier Transformer/Breaker

1

set

Incoming power switchgear 630 amps. rectifier feeder breaker

Rectifier Transformer 3300KVA

3MW Rectifier, Breaker and Accessories

1

set

Silicon Rectifier rated 3MW 750VDC

Cathode Breaker

DC Switchboard, relays and meters

Negative Cubicle

Batteries and Charger 110 volts, 150AH

Alarm Panel

Panelboard 277/480V.

Installation Cost

Total

Page 93: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

93

Description Qty. Unit Unit Cost Amount

Cubao Traction Power Substation

3300KVA Rectifier Transformer/Breaker

1

set

Incoming power switchgear 630 amps. rectifier feeder breaker

Rectifier Transformer 3300KVA

3MW Rectifier, Breaker and Accessories

1 set

Silicon Rectifier rated 3MW 750VDC

Cathode Breaker

DC Switchboard, relays and meters

Negative Cubicle

Batteries and Charger 110 volts, 150AH

Alarm Panel

Panelboard 277/480V.

Installation Cost

Total

Description Qty. Unit Unit Cost Amount

Ortigas Traction Power Substation

3300KVA Rectifier Transformer/Breaker

1

set

Incoming power switchgear 630 amps. rectifier feeder breaker

Rectifier Transformer 3300KVA

3MW Rectifier, Breaker and Accessories

1

set

Silicon Rectifier rated 3MW 750VDC

Cathode Breaker

DC Switchboard, relays and meters

Negative Cubicle

Batteries and Charger 110 volts, 150AH

Alarm Panel

Panelboard 277/480V.

Installation Cost

Total

Description Qty. Unit Unit Cost Amount

Boni Traction Power Substation

3300KVA Rectifier Transformer/Breaker

Page 94: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

94

Incoming power switchgear 630 amps. rectifier feeder breaker

Rectifier Transformer 3300KVA

2 sets

3MW Rectifier, Breaker and Accessories

2

sets

Silicon Rectifier rated 3MW 750VDC

Cathode Breaker

DC Switchboard, relays and meters

Negative Cubicle

Batteries and Charger 110 volts, 150AH

Alarm Panel

Panelboard 277/480V.

Installation Cost

Total

Description Qty. Unit Unit Cost Amount

Guadalupe Traction Power Substation

3300KVA Rectifier Transformer/Breaker

1

set

Incoming power switchgear 630 amps.

rectifier feeder breaker

Rectifier Transformer 3300KVA

3MW Rectifier, Breaker and Accessories

1

set

Silicon Rectifier rated 3MW 750VDC

Cathode Breaker

DC Switchboard, relays and meters

Negative Cubicle

Batteries and Charger 110 volts, 150AH

Alarm Panel

Panelboard 277/480V.

Installation Cost

Total

Description

Qty.

Unit

Unit Cost

Amount

Ayala Traction Power Substation

3300KVA Rectifier Transformer/Breaker

1

set

Incoming power switchgear 630 amps. rectifier feeder breaker

Rectifier Transformer 3300KVA

3MW Rectifier, Breaker and Accessories

Page 95: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

95

Silicon Rectifier rated 3MW 750VDC

Cathode Breaker

DC Switchboard, relays and meters

Negative Cubicle

Batteries and Charger 110 volts, 150AH

Alarm Panel

Panelboard 277/480V.

Installation Cost

1

set

Total

Description Qty. Unit Unit Cost Amount

Taft Traction Power Substation

3300KVA Rectifier Transformer/Breaker

1

set

Incoming power switchgear 630 amps.

rectifier feeder breaker

Rectifier Transformer 3300KVA

3MW Rectifier, Breaker and Accessories

1

set

Silicon Rectifier rated 3MW 750VDC

Cathode Breaker

DC Switchboard, relays and meters

Negative Cubicle

Batteries and Charger 110 volts, 150AH

Alarm Panel

Panelboard 277/480V.

Installation Cost

Total

Description Qty. Unit Unit Cost Amount

SCADA 1 lot

Total

B. UPGRADE OF DEPOT STABLING, WORKSHOP IMPROVEMENT AND EQUIPMENT

B.1 Depot Heavy Maintenance Track Pit ( Two 40 meters length inspection pit for 2 cars with

Tracks at track 19 & 20 )

Description Qty. Unit Unit Cost Amount

Civil Works 80 meters

Tracks Works 1 lot

Total

Page 96: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

96

B.2 Depot Heavy Maintenance Track

Description Qty. Unit Unit Cost Amount

Civil Works 60 meters

Tracks/ Tracks Works 1 lot

Maintenance/ Lifting Equipment

Bogie Turntable 5 sets

Mobile Lifting Jacks 1 set

Jib Cranes 2 sets

Total

B.3 Depot Stabling Tracks (6 Stabling Tracks (track 9, 11 to 15) of approx. 350 meters length each with

OCS and 14 track switches)

Description Qty. Unit Unit Cost Amount

Civil Works 1 lot

Tracks/ Tracks Works 1 lot

Track Switches 1 lot

OCS Works 1 lot

Track 16 extension of 120 meters north

end 1 lot

Total

B.4 North Avenue Station Turnback (New double cross-over turnout)

Description Qty. Unit Unit Cost Amount

Civil Works 1 lot

Tracks/ Tracks Works 1 lot

Track Switches 1 lot

OCS Works 1 lot

Total

B.5 Taft Pocket Track Extension

Description Qty. Unit Unit Cost Amount

Civil Works 1 lot

Tracks/ Tracks Works 1 lot

Track Switches 1 lot

OCS Works 1 lot

Total

Page 97: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

97

C.5 Upgrade of Traction Power Substation and Main Line OCS

Description Qty. Unit Unit Cost Amount Main Line OCS Supply and Installation for Feeder Cable 250sqmm complete with hangers and connections to Contact wire every 70m.

34 km 1 m

Track Cross bonding every 250m using 400sqmm x 2 cables

3000m

500m

1m

1m

Negative Return Bonding Cables Total 3500 m 1m

D. Temporary Facilities

Description Qty. Unit Unit Cost Amount Temporary Facilities 1 Lot

Page 98: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

98

Section IX. Bidding Forms

Page 99: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

99

TABLE OF CONTENTS

Bid Form 97

Curriculum Vitae 99

Omnibus Sworn Statement 101

Bid Securing Declaration 103

Form of Contract Agreement 105

Statement of All Ongoing Contracts 107

Statement of At Least One Completed Project 108

Compliant to the Track Record Requirement

Statement of Availability of Key Personnel and Equipment 109

List of Equipment Owned/Leased, Assigned to the Contract 110

Page 100: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

100

Bid Form

Date: _______________________

IAEB1 No: __________________

To: [name and address of PROCURING ENTITY]

Address: [insert address]

We, the undersigned, declare that:

(a) We have examined and have no reservation to the Bidding Documents, including Addenda,

for the Contract [insert name of contract];

(b) We offer to execute the Works for this Contract in accordance with the Bid and Bid Data

Sheet, General and Special Conditions of Contract accompanying this Bid;

The total price of our Bid, excluding any discounts offered in item (d) below is: [insert

information];

The discounts offered and the methodology for their application are: [insert information];

(c) Our Bid shall be valid for a period of [insert number] days from the date fixed for the Bid

submission deadline in accordance with the Bidding Documents, and it shall remain

binding upon us and may be accepted at any time before the expiration of that period;

(d) If our Bid is accepted, we commit to obtain a Performance Security in the amount of [insert

percentage amount] percent of the Contract Price for the due performance of the Contract;

(e) Our firm, including any subcontractors or suppliers for any part of the Contract, have

nationalities from the following eligible countries: [insert information];

(f) We are not participating, as Bidders, in more than one Bid in this bidding process, other

than alternative offers in accordance with the Bidding Documents;

(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any

part of the Contract, has not been declared ineligible by the Funding Source;

(h) We understand that this Bid, together with your written acceptance thereof included in

your notification of award, shall constitute a binding contract between us, until a formal

Contract is prepared and executed; and

(i) We understand that you are not bound to accept the Lowest Evaluated Bid or any other

Bid that you may receive.

1 If ADB, JICA and WB funded projects, use IFB.

Page 101: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

101

Name:

In the capacity of:

Signed:

Duly authorized to sign the Bid for and on behalf of:

Date: _____________

Page 102: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

102

Format of Curriculum Vitae (CV) for Proposed Key Personnel

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.]

_____________________________________________________________________________________

Education:

[Summarize college/university and other specialized education of staff members, giving names of schools,

dates attended, and degrees obtained.]

_____________________________________________________________________________________

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.]

_____________________________________________________________________________________

Languages:

[For each language, indicate proficiency: excellent, good, fair, or poor in speaking, reading, and writing.]

_____________________________________________________________________________________

Certification:

I, the undersigned, certify to the best of my knowledge and belief that:

(i) this CV correctly describes me, my qualification and my experience;

(ii) in the absence of medical incapacity, I will undertake my proposed assignment for the duration and

in terms of the inputs specified for me in the schedule that shall be provided by my principal/firm

Page 103: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

103

provided that mobilization takes place within the validity of my principal/firm’s proposal or any

agree extension thereof;

(iii) I am committed to undertake the assignment within the validity of the proposal; and,

(iv) I am not part of the team who prepared the Terms of Reference for the subject consulting services

contract;

I understand that any misstatement/misrepresentation described herein may be a ground for my

disqualification or dismissal if engaged, and/or disqualification of my principal/firm from the procurement

process.

____________________________ __________________________ Date: _____________________

[Signature of Expert] and [Authorized Representative of the Bidder] [Day/Month/Year]

Full Name of Expert: ___________________________________________________________________

Full Name of Authorized Representative of Bidder: ___________________________________________

Page 104: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

104

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 of [Name of Bidder] with office

address at [address of Bidder];

If a partnership, corporation, cooperative, or joint venture: I am the duly authorized

and designated representative of [Name of Bidder] with office address at [address of

Bidder];

2. Select one, delete the other:

If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have

full power and authority to do, execute and perform any and all acts necessary to

represent it in the bidding for [Name of the Project] of the [Name of the Procuring

Entity];

If a partnership, corporation, cooperative, or joint venture: I am granted full power and

authority to do, execute and perform any and all acts necessary and/or to represent the

[Name of Bidder] in the bidding as shown in the attached [state title of attached

document showing proof of authorization (e.g., duly notarized Secretary’s Certificate

issued by the corporation or the members of the joint venture)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the

Philippines or any of its agencies, offices, corporations, or Local Government Units,

foreign government/foreign or international financing institution whose blacklisting

rules have been recognized by the Government Procurement Policy Board;

4. Each of the documents submitted in satisfaction of the bidding requirements is an

authentic copy of the original, complete, and all statements and information provided

therein are true and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized

representative(s) to verify all the documents submitted;

6. Select one, delete the rest:

Page 105: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

105

If a sole proprietorship: I am not related to the Head of the Procuring Entity, members

of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC

Secretariat, the head of the Project Management Office or the end-user unit, and the

project consultants by consanguinity or affinity up to the third civil degree;

If a partnership or cooperative: None of the officers and members of [Name of Bidder]

is related to the Head of the Procuring Entity, members of the Bids and Awards

Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head

of the Project Management Office or the end-user unit, and the project consultants by

consanguinity or affinity up to the third civil degree;

If a corporation or joint venture: None of the officers, directors, and controlling

stockholders of [Name of Bidder] is related to the Head of the Procuring Entity,

members of the Bids and Awards Committee (BAC), the Technical Working Group,

and the BAC Secretariat, the head of the Project Management Office or the end-user

unit, and the project consultants by consanguinity or affinity up to the third civil degree;

7. [Name of Bidder] complies with existing labor laws and standards; and

8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a

Bidder:

a) Carefully examine all of the Bidding Documents;

b) Acknowledge all conditions, local or otherwise, affecting the implementation of the

Contract;

c) Made an estimate of the facilities available and needed for the contract to be bid, if

any; and

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

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

[JURAT]

* This form will not apply for WB funded projects.

Page 106: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

106

Bid Securing Declaration

_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES )

CITY OF _______________________ ) S.S.

x-------------------------------------------------------x

BID-SECURING DECLARATION

Invitation to Bid/Request for Expression of Interest No. 5: [Insert reference number]

To: [Insert name and address of the Procuring Entity]

I/We6, 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 Declaration7, within fifteen (15) days from

receipt of the written demand by the procuring entity for the commission of acts

resulting to the enforrcement of the bid securing declaration under Sections 23.1(b),

34.2, 40.1 and 69.1 except 69.1(f), of the the IRR of RA 9185; 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 Lowest Calculated and Responsive

Bid/Highest Rated and Responsive Bid8, and I/we have furnished the

performance security and signed the Contract.

_______________________________

5Select one and delete the other.

6 Select one and delete the other. Adopt same instruction for similar terms throughout the document.

7Issued by the GPPB through GPPB Resolution 03-2012 on 27 January 201

Page 107: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

107

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]

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.

______ and his/her Community Tax Certificate No. _______ issued on ______ at ______.

Witness my hand and seal this ___ day of [month] [year].

Doc No. ___

Page No. ___

Book No. ___

Series of ____.

_________________________

8 Select one and delete the other.

Page 108: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

108

Form of Contract Agreement

THIS AGREEMENT, made this [insert date] day of [insert month], [insert year]

between [name and address of PROCURING ENTITY] (hereinafter called the“Entity”) and

[name and address of Contractor] (hereinafter called the “Contractor”).

WHEREAS, the Entity is desirous that the Contractor execute [name and identification

number of contract] (hereinafter called “the Works”) and the Entity has accepted the Bid for

[insert the amount in specified currency in numbers and words] by the Contractor for the

execution and completion of such Works and the remedying of any defects therein.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement, words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract hereinafter referred

to.

2. The following documents shall be attached, deemed to form, and be read and

construed as part of this Agreement, to wit:

(a) General and Special Conditions of Contract;

(b) Drawings/Plans;

(c) Specifications;

(d) Invitation to Apply for Eligibility and to Bid;

(e) Instructions to Bidders;

(f) Bid Data Sheet;

(g) Addenda and/or Supplemental/Bid Bulletins, if any;

(h) Bid form, including all the documents/statements contained in the

Bidder’s bidding envelopes, as annexes;

(i) Eligibility requirements, documents and/or statements;

(j) Performance Security;

(k) Credit line issued by a licensed bank, if any;

(l) Notice of Award of Contract and the Bidder’s conforme thereto;

(m) Other contract documents that may be required by existing laws and/or

the Entity.

3. In consideration of the payments to be made by the Entity to the Contractor as

hereinafter mentioned, the Contractor hereby covenants with the Entity to

execute and complete the Works and remedy any defects therein in conformity

with the provisions of this Contract in all respects.

4. The Entity hereby covenants to pay the Contractor in consideration of the

execution and completion of the Works and the remedying of defects wherein,

the Contract Price or such other sum as may become payable under the

Page 109: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

109

provisions of this Contract at the times and in the manner prescribed by this

Contract.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed

the day and year first before written.

Signed, sealed, delivered by the (for the Entity)

Signed, sealed, delivered by the (for the Contractor).

Binding Signature of PROCURING ENTITY

________________________________________________

Binding Signature of Contractor

_____________________________________________

Page 110: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

110

Page 111: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

111

Sta

tem

ent

Sh

ow

ing

th

e B

idd

er’s

Sin

gle

Larg

est

Com

ple

ted

Con

tract

wh

ich

is

Sim

ila

r in

Na

ture

Page 112: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

112

Standard Form Number: SF-INFR-18

Revised on: July 29, 2004

Statement of Availability of Key Personnel and Equipment

(Date of Issuance)

_________________________________ Secretary Department of Transportation The Columbia Tower, Ortigas Avenue Mandaluyong City

Attention : The Chairman Bids and Awards Committee

Dear Sir / Madame:

In compliance with the requirements of the (Name of the Procuring Entity) BAC for the bidding of the (Name of the Contract), we certify that (Name of the Bidder) has in its employ key personnel, such as project managers, civil engineers, architect, materials engineer and safety officer, who may be engaged for the construction of the said contract.

Further, we likewise certify the availability of equipment that (Name of Bidder) owns, has under lease, and/or has under purchase agreements, that may be used for the construction contracts.

Very truly yours,

(Name of Representative)

(Position)

(Name of Bidder)

Page 113: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

113

Page 114: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

114

Page 115: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners)

Procurement of Infrastructure Project

MRT3 Capacity Expansion

Project Lot 2: Upgrade of

Ancillary Systems (Rebid)

Government of the Republic of the Philippines

VOLUME II : SPECIFICATIONS

Fourth Edition

December 2010

Page 116: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

TERMS OF REFERENCE

MRT3 CAPEX Lot 2: Upgrade of the Ancillary Systems

1. INTRODUCTION

DOT-MRT3 is planning to increase the line capacity and train capacity of MRT3 by

increasing the train configuration from 3-car train configuration to 4-car train

configuration running at improved headway not more than 150 seconds during peak

hours. With this objective, DOT-MRT3 created CAPEX projects for MRT3, LOT1

which is the procurement of 48 additional LRVs; LOT2 which is the upgrade of the

ancillary systems; and LOT3 which is the Signaling System Upgrade. All

modifications to improve the capacity of the existing MRT 3 System is purposely to

serve more riding public with safe and reliable transport system.

These projects are the support capacity improvement of LOT1; LOT2 covers the

Power Supply System, Overhead Catenary System, Civil works and Track works and

LOT3 covers the upgrade of the Signaling System.

2. MRT-3 SYSTEM DESCRIPTION

A. General

The MRT-3 System is the cornerstone of the Department of Transportation’s

(DOT) integrated strategy to alleviate the traffic congestion along the EDSA

corridor. Completed in July 2000, the MRT-3 is carrying a maximum of around

600, 000 passengers daily. The system is built by a private consortium, Metro Rail

Transit, Corp. (MRTC), under the Build, Lease and Transfer Agreement with the

for a period of 25 years.

B. Alignment

The line is a 16.9km rail system occupying the median of EDSA with 40% at-

grade, 52% elevated and 8% underground or depressed. Running from North

Avenue, Quezon City to Taft Avenue in Pasay City, the MRT-3 has a total of 9

elevated, 2 at-grade and 2 depressed stations with side platforms for elevated and

center platforms for depressed or at-grade stations.

C. Guideway

The total length of the MRT-3 guideway is about 16.9km consisting of the

Kalayaan Tunnel (515m), At-grade level (7000m), elevated structures (9000m) and

steel structure (135 m). It traverses along EDSA from North Avenue in Quezon

City to Taft Avenue in Pasay City, designed to fit the existing infrastructures like

the Magallanes and Ortigas Flyovers.

Page 117: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

The elevated guideway structure was constructed using reinforced concrete except

for the Guadalupe Bridge, which is made of structural steel. The guideway supports

spaces for the Signaling, communication, high and low voltage power distribution

systems of the MRT-3. It is made of AASHTO pre-stressed girders with reinforced

concrete slab overlay of about 210mm thickness and supported by either column

piers or portal frame supports. All guideway foundations are generally bored piles.

All design and construction of the elevated guideway are in accordance with the

existing Philippines Standards and Code of Practice and/or international applicable

standards.

D. Tracks

The MRT-3 system uses a standard gauge track of 1435mm utilizing UIC 54 rail

profile welded together to form continuous rail using flash-butt and alumino-

thermic welding process for the mainline. Crossovers are located in North, Cubao,

Shaw, Buendia and Taft with an access track to and from the depot located between

North Avenue and Quezon Avenue Station.

The Mainline has a minimum horizontal radius of 370 m and applies an absolute

maximum gradient of 4.0%. For the Depot Access Track, an absolute gradient of

5% is present with zero cant all throughout the depot area and a minimum radius

of 25m in the depot curved sections.

The mainline track consists of both ballasted and concrete plinth sections.

Ballasted tracks are about 7.6km in distance, supported by concrete sleepers, with

750mm spacing. Rail fastening is made through the use of Rail Fastening System

laid on the ballast with at least 250 mm depth. Concrete plinth tracks are about

9.15 km long utilizing direct fixation fasteners with 750 mm spacing and supported

by a concrete plinth of 220 mm thickness.

Remote operation of point switches for crossovers at North, Taft, Shaw, Depot

Access Track and at the pocket track at Taft can be carried out from the Control

Center. Manual point switches are installed in Buendia and Cubao for maintenance

and emergency operation. Automatic point switches are fitted with position

detectors that can be monitored from the Control Center while manual point

switches are fitted with levers and locks only.

Current maximum train speed is at 40 kph and shall be increased to 65 kph after

track replacement/rehabilitation.

E. Stations

There are 13 stations along the 16.9-km stretch of the MRT-3 system. Station

platforms are designed to accommodate 4-car train operation with standard

platform length of at least 130m. It has two main areas: The Paid Concourse Area

that accommodates paid riding passengers; and Unpaid Concourse Area for

Page 118: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

queuing passengers with commercial spaces, retail shops and other public services.

The two areas are divided by the fare collection gates structured to accommodate

future expansion. Each station is also equipped with facilities that cater to the

elderly and handicapped.

All stations are equipped with elevators (lifts) capable for serving handicapped and

elderly passengers. Internal escalators are installed inside the paid areas while

external escalators are provided in some elevated stations to access concourse areas

from street level.

F. Depot Facilities

A Depot that houses the Light Rail Vehicles is located adjacent to the North

Avenue station where the maintenance of LRV(s) is performed and trains are

stabled. It has a total area of 84,444m2 which houses the workshop and

maintenance facilities and has stabling capacity for 81 LRVs, with provisional

space available for additional 40 LRVs. It has facilities capable for light and heavy

maintenance works with office spaces for the operation and maintenance

management.

G. Rolling Stock

The MRT-3 system has a total fleet of seventy three (73) Light Rail Vehicles

(LRV’s), but four (4) LRVs are currently not in service. These are Cars 70, 73, 03,

and 08.

The LRV is built by CKD Doprovni Systemy of Prague. It is articulated in three-

sections with four bogies (eight axles), designed for single-ended operation. Each

has ten double-leaf, electronically-operated, plug-sliding doors (5 on each side),

with three center doors having an open width of 1,255mm and two end doors at

861 mm. Each LRV can seat a total of 74 passengers and can accommodate 320

standing passengers for a total of 394 passengers per LRV.

The cars are equipped with Automatic Train Protection System (ATP), which

collects information from wayside system through balises for the speed monitoring

and control. Each car has a Digital Diagnostic System that monitors the defects

and assists Train Drivers during failure intervention.

Each LRV has four motorized bogies with two traction motors each, controlled by

choppers with IGBT thyristors that activates the traction system. Traction and

braking can be controlled using the Hand Controller located at each Driver’s Cab.

The braking system is composed of Electrical, Mechanical Disc and

ElectroMagnetic Track Brakes, operating in synchronous action depending on the

brake application.

The MRT-3 Rolling Stock main specifications contain the following:

Page 119: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Nominal Pantograph Voltage : 750 VDC (retained performance 500-900

VDC)

Track Gauge : 1,435 mm

Wheel Diameter : 700 mm – new, 595 mm –worn

Number of Bogies : 4 – all Motor Track

Distance between bogie centers : 7,500 mm

Bogie Wheel Base : 1,900 mm

Primary suspension : Steel spring

Secondary suspension : Wound-up steel spring

Roof height from top to rail : 3,250 mm

Roof mounted equipment height : 3,650 mm

Pantograph height in down

position

: 3,724 mm

Pantograph working height,

min./max

: 3,900 mm/6,129 mm

Vehicle Width : 2,500 mm

Height of Floor from top to rail : 925 mm – new wheels

Floor thickness at center sill : 19 mm for the floor proper of 15 mm &

rubber carpet of 4mm

Length over couplers : 31,720 mm

Length of train set inclusive of

anti-climbers

: 93,820 mm – 3 car train

Tare Weight : 46,800 kg.

Maximum axle load : 9,000 kg.

Maximum speed : 65 km/h

Continuous Rating : 516 kW

Air-conditioning Rating : 132 watts/person (274 total,)

Number of Traction Motors : 8 DC powered motor

Maximum Acceleration : 1.03 m/sec2

Full service brake deceleration : 1.01 m/sec2

Emergency brake deceleration : 1.58 m/sec2

Page 120: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Seating capacity : 74

Standing capacity (8

persons/m2)

: 320

Total train set capacity : 1,182 passengers – for 3-car train

Door actuation system : Electric

Passenger door throughway : 1,255 middle door, 861 external door

Body shell material : Low alloy high tensile steel and

aluminum sheets for ceiling

Propulsion system : Thyristor/chopper type

Battery Voltage : Min. 2 x 80 Ah/24 volts

Three phase voltage : 480 volts AC, 60 Hertz

Transmission : Bogie-mounted motor transmitted to the

Axle by means of the joint shaft and to the

gearbox with tooth conical hypoid gear

Brake system : Dynamic Brake with regeneration +

mechanical friction brake +

electromagnetic brake

Minimum curve radius : 20 m

Couplers : Fully automatic coupler

G. Power Supply System

There are eight (8) Traction Power Substations (TPSS) along the MRT-3 system

comprising seven TPSS dispatched along the line, strategically installed in selected

stations and one in the Depot, each receiving high voltage supply rating of 34.5KV

AC from MERALCO. Each TPSS has two incoming feeders connected to two

independent power substations of MERALCO to ensure power distribution in the

event of failure of one supply line. The Power Supply Network consists of two

sub-networks:

The “traction” sub-network, dedicated to supply power for the movement

and maintenance of trains. This sub-network consists of 34.5 KV feeder

cables, 3000 KW Rectifier-Transformers (RT) and overhead contact

system with a nominal rating of 750 VDC.

The “lighting & auxiliary power” sub-network, dedicated to supply power

to MRT-3 facilities such as stations, ancillary buildings, Depot

equipment, etc. This sub-network consists of 11 KV feeder cables,

Auxiliary Transformers (AT), 480V/220V AC 60 Hz, low voltage

Page 121: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

cabinets and backup power supplies.

All TPSS and Substations are equipped with alarm systems that can be monitored

in the Control Center. In case of failure of one substation an alarm is triggered and

manual switching of supply can be performed in the substation. All TPSS are

linked, capable of supplying power to each adjacent section in case of failure of

one substation. This ensures continuous operation even in the event of power

failures. The seven (7) TPSS along the mainline are located in Kamuning,

Santolan, Ortigas, Guadalupe, Ayala, Magallanes and Taft while the TPSS in the

Depot are provided for the supply of power for mainline and maintenance

requirements.

The power supply network of the MRT-3 is provided with grounding/ earthing

network, including lightning protection system for the OCS and stations.

The power supply system is designed to accommodate 2.5 minutes Headway, 3-

car train operation with provision for upgrading to accommodate 2 minutes

headway using 4-car trains. Additional rectifier-transformer units and associated

equipment can be installed in allocated spaces inside substation rooms to provide

for the MRT 3 Capacity Expansion (CAPEX) Project.

H. Overhead Catenary System (OCS)

A simple auto tensioned catenary system is employed in the MRT-3 mainline

consisting of single contact wire 170mm2 cross-section, solid grooved hard drawn

copper and double messenger wires of 150 mm2 cross-section hard drawn stranded

copper. In addition to the messenger and contact wires along the mainline, double

250mm2 cross-section bare copper parallel feeder wires are installed to provide

continuous supply.

In the depot area, span wire registration is employed and the contact wire is fixed

at each end of the wire. This results in a decrease in tension as the temperature

increases and an increase in tension as the temperature decreases. The catenary

system is sectionalized and is provided with outdoor type manually operated

disconnecting switches, to provide isolation as required for operations and

maintenance.

The OCS is designed for rated speed of 120kph, with supports and assembly

mounted on independent OCS Masts/Poles that are integrated to the mainline

viaduct. The OCS, composed of Feeder, Messenger and Contact Wires is installed

overhead via insulated cantilevers and is supported via counterweights to maintain

uniform height from the top of the rail in each section.

Contact wire height is maintained along the line through droppers that are used as

support and current distributor. The droppers are uniformly installed per section

Page 122: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

with corresponding leveling height in order to maintain acceptable wire sag. These

droppers are connected to the messenger wires as conductors to feed current from

the messenger to the contact wires and hold as support to maintain the contact wire

height with acceptable tolerance. Double messenger wires are installed along the

line and are connected to the overhead feeder through feeder jumpers.

Isolation switches are located all along the line to allow current distribution from

designated TPSS. In case of emergency or faults in the TPSS, isolation switches

can be operated to allow looping the OCS or manual disconnection during

maintenance. Each isolation switch is fitted with Contact Wire Section Insulators

to separate the distribution of current from adjacent TPSS.

Under the MRT 3 Capacity Expansion Project, a new catenary network will be

installed at the depot area for the additional tracks of the expanded depot stabling

area. Also, additional catenaries will be installed from the end of North Avenue

station up to the future MMRIT-Common Station for the seamless interconnection

of LRT Line 1 and MRT 3.

I. Back-up Power System

Each substation has independent Uninterruptible Power Supply (UPS) system for

emergency back-up. In case of power interruption, the UPS can supply power to

the Automatic Fare Collection (AFC) System, Signaling and other emergency

facilities for three hours duration.

In addition to the above back-up supply, power generators are also available for

the sump pumps and tunnel smoke extraction equipment to provide for emergency

back-up in cases of fire or flooding.

J. Signaling System

The Signaling system of the MRT-3 is a fixed block system which consists of an

Automatic Train Protection (ATP), Microprocessor-based Interlocking, Control

and Supervisory System and train detection system utilizing audio frequency track

circuits with two aspect colored light signals. The Signaling system corresponds

to a Safety Integrity Level SIL 4 and has been designed for 120 seconds headway.

The main line can operate at a maximum speed of 65 KPH and may operate at a

headway of 3 minutes. However, with the inception of extending the MRT-3 line

in the future, the operational headway would be 120 seconds. There is no Signaling

equipment at the Depot, hence the train’s maximum speed in the depot 15 KPH.

K. Communications System

Page 123: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

The MRT-3 Communications System consists of the following subsystems which

forms an independent system wide communication. It is installed to operate under

all environmental conditions and even in the event of multiple power failures for a

period of three hours.

i. Public Address System

The Public Address System is used to convey messages to passengers and

station personnel. It has 12 preset digital pre-recorded safety messages and

4 track tape console for piped-in music, and 16 pieces 150 watts power

amplifiers to obtain maximum loudness. All stations are equipped with an

independent Public Address System Console located at each Signaling

Room.

ii. Closed Circuit Television (CCTV)

All stations are equipped with independent CCTV System, controlled and

monitored at each Station Control Room. Pan-tilt cameras are strategically

located at various locations of the station to monitor passenger flow and

security surveillance within station premises. Surveillance cameras are

installed in various public areas such as the platform, concourse,

footbridges elevators and stairways. In the Depot, cameras are installed at

different locations to view train movements inside the yard or stabling area

and inside the tunnel to and from the access track to the mainline. Control

and monitoring of these cameras can be performed at the Yard Master

Room.

iii. Private Automatic Branch Exchange

The MRT-3 system has a centralized telephone system that interconnects

internal and outside calls with the aid of an auto attendant computer. It

maximizes the available 20 trunk lines for the 32 digital and 150 analog

local lines serving the whole stretch of the MRT-3 system, utilizing the 150-

pair main communications cable laid along the MRT-3 carriageway and

linked with the 14 Main Distribution Frames.

iv. Trunk Radio System

The MRT-3 system utilizes a trunk radio system to facilitate

communications between the Control Center, Train Drivers and stations.

Three communication channels are available for operations, namely:

Mainline, Depot and Emergency Channel. The Mainline Channel is

generally utilized for day-to-day operation while the Depot Channel is

provided for maintenance personnel to assist the Control Center and train

Page 124: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

drivers during interventions. The Emergency Channel is provided as

dedicated line in case of interruptions and incidents along the line.

L. Automatic Fare Collection (AFC) System

The AFC system of MRT 3 utilizes Contactless Fare Media cards for entering and

exiting the station. This supports both the Single Journey Tickets (SJT) and Stored

Value Cards (SVC). The AFC equipment at the station is composed of Automatic

Gates (AG), Point of Sale (POS), and Ticket Vending Machines (TVM). The

Station Computer (SC) monitors and controls all the station equipment (AG, POS,

and TVM). The Central Computer System–Railway Operator (CCS-RO) and

Monitoring Control Work Station (MCW) collects and downloads various data and

parameters from and to the SC.

M. MRT-3 Control Center

The MRT-3 Control Center located at North Avenue station provides overall

supervision and monitoring of system operation. Equipped with train traffic

control equipment, base console radio system and other major telecommunication

equipment, the Control Center provides round-the-clock management of system

operation and maintenance.

The Control Center remote system (MAN 900) accesses and controls train traffic

as well as monitor the location of the trains, status of the Traction Power system

and other emergency alarm panels.

3. SYSTEM OPERATION

The original Line Capacity of the MRT-3 is designed at 23,640 PPHPD providing

maximum of 20 trains, at 3-car configuration, during peak period with minimum

headway of 180sec (3min). Each LRV can seat a total of 74 passengers and

accommodate 320 standing passengers or a total of 1,182 passengers per train. This train

capacity is based on AW3 crush loading of 8 passengers per square meter.

Presently, the MRT-3 operates from 4:30 AM to 11:00 PM with different operating

periods and train dispatch schedule according to a specific train timetable. The current

loop time is approximately one-hour and ten minutes with a minimum headway of 4

minutes or 240 seconds during peak periods. The average dwell time in each station is

approximately 25 seconds and the maximum train speed is 40kph. Peak periods will be

from 6:30 AM to 9:00 AM and 5:00 PM to 7:30 PM.

4. LOT 2 PROJECT DESCRIPTION SUMMARY

In conjunction with MRT3’s procurement of additional 48 LRVs to increase the line

capacity of the rail system and help reduce waiting time of passengers, the Ancillary

Systems shall be upgraded to accommodate the increase in fleet size.

Page 125: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

The additional fleet will improve the existing train configuration of three-car trains to

four-car trains operation.

The Ancillary Systems upgrades include the Signaling, Power Supply and OCS, Depot

Stabling, Depot Workshop, North Avenue Turnback and Taft Pocket Track.

The Signaling upgrade covers among others, modifications of the existing signaling

system which include wayside installations, upgrade of Interlocking equipment and

replacement of signal bulb with LED type.

Signaling works include Interface provision for the construction of a new double cross-

over turnout at North Avenue Station; and the conversion of manual point machines at

Cubao and Buendia Stations to central control.

However, the Signaling Upgrade shall not be included in this contract. The upgrade of

the signaling system described above shall be carried out by the Signaling Provider of

the MRT3. This is being mentioned for the information of the Bidders of this Contract.

The Contractor of this Project shall follow the design requirements and specifications of

the Signaling system to make the Power & OCS system, Civil Works and Track Works

fully integrated to the Signaling system.

5. CONCEPTUAL DESIGN

The DOT-MRT3 CAPEX Project Lot 2 is effectively seeking to provide MRT3 with

sufficient installed Traction Power and OCS capability to achieve the maximum through

put of passengers possible for this mode of transport.

The present design can carry when in as new condition 23, 640 passengers per hour per

direction.

The ultimate or conceptual design should be close to 47,280 passengers per hour per

direction based on the presently proposed 4 vehicle trains, operating on a 2-minute

headway. In the future this could possibly be further improved to 60,000 passengers per

hour per direction by using more efficient trains of say132m with 6 - 22m long cars with

say a total of 230 seated and 1,770 standing passengers (8 passengers per square meter)

operating on a 2-minute headway.

To operate trains of this size and frequency it is reasonable to assume the presently

installed Traction Power facilities require to be doubled, and the OCS requirement in

terms of Voltage drop due to circuit resistance decreased by at least 30% to cover for the

increased line currents due to the larger trains.

The presently installed Traction Power capacity is 30MVA, consisting of 10-3MVA

Transformer-Rectifier sets distributed relatively uniformly along the track way. The

addition therefore of a further 10-3MVA units should provide ample capacity for the

ultimate line requirements.

The increase in Train loads from a present 3 vehicle configuration to a 4 vehicle train

will require effectively an increase in current capacity when accelerating from

4,500Amps to 6,000 amps, just over 30%. To accommodate this with no further

deterioration in volt drop at the pantograph, the present circuit resistance will have to be

Page 126: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

reduced by approximately 25%. This can be achieved by increasing the presently

installed copper over-head line cross section estimated at 970sqmm to 1,250sqmm by the

addition of a further 250sqmm feeder cable.

Any further improvements that can be made to the return current path through the running

rails, by cross bonding, upgrading to UIC60 rail and increased cable sizes will further

guarantee the provision of Power to these 4 vehicle trains.

6. PERFORMANCE SPECIFICATIONS

The above concept design is the basis for the performance specification further detailed

here in.

In addition to the chapters on the Power and OCS, the requirements for the Depot

Stabling, Depot Workshop, North Avenue Turnback and Taft Pocket Track are set out.

In particular the RAMS (Reliability, Availability, Maintainability and Safety)

requirements are established, that when achieved will ensure the Lot 2 contract will meet

the expectations of providing the Ancillary services to the DOT-MRT3 CAPEX Project

7. POWER SUPPLY AND OCS

7.1. The Existing Power Distribution and OCS Systems

The MRT3 System receives power at 34.5 kV 60 Hz from the local power utility,

MERALCO, at several feeding points. The Power Distribution Network consists of two sub-

networks:

a. The “traction” sub-network. This is dedicated to the power supply for the movement

and maintenance of trains. This sub-network consists of 34.5 kV feeder cables,

switchgear, rectifier-transformers (RT) and the overhead catenary system. The OCS

system is fed by positive and negative return cables from the rectifiers at 750 Vdc. The

catenary is sectionalized and switched to provide restored line power in the event of an

outage at any location.

b. The “lighting & auxiliary power” sub-network. This is dedicated to the power supply

for the MRT3 facilities such as stations, ancillary buildings, depot workshops/equipment

and offices. This sub-network consists of 11 kV feeder cables, auxiliary transformers

(AT), 480V/220V AC 60 Hz, low voltage switchgear/distribution equipment and backup

power supplies.

The Traction Substations and equipment are designed such that it is possible to install

additional rectifier-transformer units and associated equipment alongside the existing

facilities.

7.2 Upgrading of the Power Distribution and OCS Systems

The MRT 3 will be upgraded by means of this Capacity Expansion project, target to be

implemented by year 2016. The intention is to run 24 train sets (4-car) with minimum

operational headway not greater than 150 seconds by this date. However in the ultimate, 30

train sets of 4 LRV’s will be operated on a 120 second headway.

Page 127: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Since the present operation utilizes 3-car train sets with 3-minute headway, the existing

Power Distribution and OCS Systems also requires analysis to determine the extent of

upgrading.

In particular, the present OCS system shall be studied to ensure that the volt drop along the

line shall not be such as to reduce the performance of the Trains when operating with 4

LRV’s on at this time a 150 second headway. Additional feeder cables shall be laid alongside

the present cables with connections to the Overhead Contact wire as appropriate.

The Negative Return Current path through the running rails to the substation shall also be

studied to ensure the bonding of the rails will meet the new and larger line currents.

A new catenary network shall be installed in the depot area for the additional tracks (Tracks

9, 11-15) of the expanded Depot Stabling Area. The new tension length for the new double

cross-over turnout at North Avenue Station as well as the track works included therein shall

form part of the contract. Finally the extension works for the stabling sidings at Taft Avenue

shall include for the OCS and track works.

This Contract requires that the Power Distribution and OCS Systems shall be configured to

match the upgraded revenue service.

Prior to Contract Award, the Prospective Bidder must demonstrate that he has a very clear

understanding of the existing Power Supply Equipment and Systems, the existing OCS

Equipment and Systems, the existing Controls/Monitoring Systems and the existing SCADA

System. In this connection, visits to the MRT 3 are mandatory during the tendering period

to ensure that the Prospective Bidder is fully aware of the present “as installed” systems and

the necessity for compatibility and integration with the new equipment and systems.

For this purpose, the drawings under Section VII are provided for the Prospective Bidder’s

information.

As the works under this contract will involve activities on a ‘live’ railway, the Contractor

shall adopt and adhere to the MRT3’s Rules and Procedures at all times.

Under no circumstances, shall the Contractor cause disruption to the revenue service. All

staging works, timing and method statements shall be approved by the Owner and the

Engineer before any night or day work is permitted to commence.

7.3. Proven Technology

The Contractor shall provide a power supply system utilizing assemblies and components

which have been proven in similar service and configured in an arrangement which has been

demonstrated to provide the required performance.

8. SCOPE OF WORKS

The Scope of Works shall include, but is not limited to the following:

a. Checking of the existing peak electrical loads on the mainline and at the Depot

for the DC Traction Power, LV AC Auxiliary Power and Back-up Power (UPS

and Control Batteries) to determine spare capacity for input to the power study.

b. Checking the existing OCS contact wire and positive and negative return feeder

Page 128: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

ratings on the mainline and at the Depot.

c. Submission of all elements of the detailed for approval by the Engineer.

d. Interfaces with civil, track and signaling works.

e. Electrical and Mechanical design calculations.

f. Commissioning of a Computer Simulated Power Study utilizing a specialist in

this field for validation of the Contractor’s detailed design.

g. Detailed design including integration and interfacing with existing equipment,

controls and monitoring systems, procurement, delivery, installation, testing and

commissioning.

h. Maintain interfacing requirement with the Signaling System.

i. Preparation of Design calculations.

j. Removal of the existing SCADA system and peripherals. Procurement, deliver,

installation, testing and commissioning of the new equipment system.

k. Submission of material samples for approval by the Engineer inclusive of

corrosion protection such as galvanizing of assemblies for OCS.

l. Arrange with the Power Authority (MERALCO) in the context of increased

loadings, fault levels, harmonics, metering and protection.

m. Facilitate connection of 34.5 KV, 3phase-60Hz from power authority

(MERALCO) for Cubao and Boni TPSS.

n. Rectification of defects during Defects Liability Period.

o. Training of the Owner’s maintenance staff.

p. Preparation of O&M manuals inclusive of parts catalogue, repair instructions,

maintenance instructions, test results from commissioning and fault finding.

q. Preparation of As-built drawings, schematic drawings, line diagrams and

interface drawings.

r. Preparation of recommendations for and provision of spares and special tools in

liaison/coordination with the Owner’s Maintenance Provider

9. POWER SYSTEM PERFORMANCE REQUIREMENTS

The upgraded Power Supply System which shall be provided under this Contract shall be

designed so that adequate power will be supplied to the trains based on the following:

All on-board electrical equipment operating without any restrictions.

Constant AW3 loading conditions throughout the system.

Trains of the maximum-length (4-car) required to meet the specified capacity

requirements.

Trains operating at the minimum operating headway not greater than 150

seconds.

All trains are running at the maximum proposed operating speed allowed

(65kpH).

The Contractor shall perform a power system load flow analysis to demonstrate that his

design meets the various capabilities. The ratings for the proposed rectifier transformer sets

and switchboards shall be included, as well as short circuit protection coordination,

grounding, and cathodic protection analysis.

The overloading capability of rectifier transformer units shall be:

100 % continuously

Page 129: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

150 % for 2 hours, twice a day

300 % for 1 minute

The overhead contact system, running rails, and associated connections shall be capable of

maintaining voltages at the vehicles no lower than 500 V.

9.1 Power System Redundancy

The power system shall be designed using equipment of established reliability, and shall

incorporate redundancy to achieve the overall System Availability targets. The

Contractor shall demonstrate this by performing system availability calculations.

With the substations operating normally, the power system shall be designed to support

the system capacity defined above with no overloads. The following level of redundancy

shall be provided:

a. The total failure of any one Traction Power Sub-Station (TPSS) in any adjacent

TPSS shall not lead to any operational disturbance to the scheduled revenue

service – even momentarily – and which does not require line personnel to carry

out any emergency action.

b. The loss of any single MERALCO feed shall not lead to any operational

disturbance to the scheduled revenue service – even momentarily – and which

shall not require operations personnel to carry out any emergency action.

c. During the failure of one TPSS, the loads on the rectifier transformer units of

adjacent substations shall be within the overload capability of the equipment.

d. In order to accommodate these load carry-overs instantaneously during degraded

situations, the nominal power of the TPSS are to be sized accordingly. Standard

IEC 146 recommends that rectifier transformer sets withstand 150% rated power

overload for 2 hours.

9.2 Standardization

Equipment rating between the existing and additional shall be standardized to the

maximum possible extent. Where possible without incurring excessive costs, all rectifier

transformer units supplied under the Contract shall be of the same rating.

9.3 Power Supply System Protection and Earthing

All individual circuits shall be provided with overload and ground fault protection. Each

feeder breaker shall be equipped with rate-of-rise, overload and instantaneous series trip

devices.

For the Depot, the addition of rectifier transformer sets shall not in any way affect the

electrical interlocking between cathode breakers and tie breaker, i.e. electrical

interlocking permits closing the tie breaker when the Depot substation cathode breaker

is opened and the direct current (DC) manually operated disconnecting switch connected

to the negative bus is closed.

Page 130: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

The fault and overload protection subsystem shall be selective, protective devices shall

be properly coordinated such that any fault or overload condition shall result in tripping

of the smallest isolatable OCS sections by use of transfer trip relayed through pilot wires.

Each mainline and Depot feeder breakers shall be provided with load measuring and

reclosing devices. Starting currents and fault currents shall be coordinated.

Proper selection and setting of protective devices shall be provided to ensure that the

electrical system is coordinated internally, and with MERALCO’s over-current

protection requirements. Each level of coordination shall be selected for proper

downstream protection without compromise of the system’s operational capabilities.

Each rectifier assembly and each DC switchgear enclosure shall be provided with a low

resistance ground fault protection system.

Time current characteristic curves and overlays shall be provided to show that the over-

current device curve characteristic between the primary switchgear and major feeder

over-current protective devices are properly coordinated. Settings shall be provided for

all adjustable over-current protective devices.

9.4 Remote Control and Monitoring

The Contractor shall replace the SCADA System and remote terminal units (RTUs) to

allow remote control and monitoring of the power supply system equipment.

The main operation of the system includes control and monitoring of incoming feeders,

breakers, isolators, circuit breakers and switches, analogue values, digital values and

alarm signals from the equipment of TPSS and at peripheral stations.

The power remote control system controls and monitors the following systems:

a) The 34.5 kV Power System

b) 750 V DC Traction System

c) The 480 VAC System and Station Installations

d) The Electrical Systems of Depot Workshop

9.5 Power Factor

The present system power factor when averaged over two-hour period was established

to be at least 0.85 lagging. During the final systems testing and initial operations of the

System after the installations of additional power supply equipment, power factor shall

be recorded at a value not lower than 0.85 lagging and if the upgraded power supply

system cannot achieve this power factor naturally, the Contractor shall provide power

factor correction equipment required to achieve this power factor performance.

9.6 Harmonics

The integration of supplementary power equipment to the system shall be in accordance

with IEEE Standard 519- Recommended Practices and Requirements for Harmonic

Control in Electrical Power Systems. If the power system incorporates power factor

correction capacitor banks, these shall be designed to operate in the presence of the

power system harmonics generated by the traction rectifiers and other converters in the

system, and detuned as necessary.

Page 131: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

9.7 Electromagnetic Interference/ Electromagnetic Compatibility (EMI/EMC)

The integration of supplementary power equipment to the system shall be in accordance

with the following standards or their equivalent:

EN 50 121-1

EN 50 121-2

EN 50 121-5 for electrical equipment

EN 50-121-3 and EN 50 121-4

For the intersystem analysis with other systems such as Rolling Stock, Communications

or Automatic Train Protection, the Power Supply equipment shall be designed and

installed such that possible harmonics generated and eventual inducing fields shall not

affect signal, communication and control system.

For this purpose, an intersystem analysis documents (ATP/power supply,

Communications/power supply, etc.) shall be performed.

The Contractor shall carry out a preliminary EMI hazard analysis, in order to identify

equipment susceptible to EMI, and those that are sources of EMI, and propose EMI

mitigation measure.

9.8 Noise

The noise level from any equipment covered by in this Specification shall be tested per

ANSI or IEC standards and shall not exceed the prescribed sound levels therein.

10. POWER SYSTEM DESIGN REQUIREMENTS

The Contractor shall perform simulations of the System operation and the corresponding

power system load flow analysis to validate that his power system design shall be capable

of supporting the ultimate loading capacity described in Section “Power System

Performance Requirements” as well as substation failure conditions as described in

Section “Power System Redundancy”. The adequacy of the ratings of power cable,

transformers, rectifiers, batteries, resistors, switchgear and the like shall be verified using

the load flow analysis.

10.1 Standards, Publications and Codes

10.1.1 General

The following standards, publications and codes shall be recognized in regards

to evidence of good practice for this Project:

AISC American Institute of Steel Construction

ANSI American National Standard Institute

APTA American Public Transit Association Guidelines for

Design of Rapid Transit Facilities

AREMA American Railway Engineering and Maintenance-of-Way

Association

AS Australian Standards

ASME American Society of Mechanical Engineers

Page 132: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

ASTM American Society for Testing and Materials

AWS American Welding Association

BRB/RIA British Rail Board/Railway Industries Association

BS British Standards

DIN Deutsche Institute of Normung

EIA Electronics Industries Association

FMRC Factory Mutual Research Corp.

IEC International Electrotechnical Commission

IEE Institution of Electrical Engineers

IEEE Institute of Electrical and Electronics Engineers

ISO International Standards Organization

JIS Japanese Industrial Standards

NEMA National Electrical and Electronics Engineers

NESC National Electrical and Safety Code

NPC National Plumbing Code, USA

ORE Organization de Research Essaies

UIC Union International des Chemin de Fer

UL Underwriter’s Laboratories, Inc.

USAS United States of America Standard Institute

All relevant local standards, codes and regulations shall apply.

10.1.2 Transformer- Rectifier Units

Transformer –Rectifier Units supplied under the Contract shall comply with the

codes, regulations and standards listed in this section or equivalent.

ANSI C57, Transformers, Regulators and Reactors

NEMA TRI, Transformers, Regulators and Reactors

NEMA R19, Silicon Rectifier Units for Transportation Power

Supplies

ANSI C34.2, Practices and Requirements for Semiconductor

Power Rectifier

IEEE No. 59, Semiconductor Rectifier Equipment

IEC 76, Transformers

IEC 146, Rectifier

IEEE Standard 12 760-1997, Transformers (High Temperature

Insulation)

10.1.3 DC Switchgear

DC Switchgear supplied under the Contractor shall comply with the codes,

regulations and standards listed in this section or equivalent.

IEC 157-1, Low Voltage Switchgear and Control Gear

ANSI C37, Power Switchgear

NEMA SG3, Low Voltage Circuit Breaker

NEMA SG5, Power Switchgear Assemblies

NEMA SG6, Power Switchgear Equipment

ANSI C34.14, Low Voltage DC Power Circuit Breakers Used in

Page 133: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Enclosures

EN 50 163

EN 50 123

EN 50 023

IEC 850, Level of Voltages for Railway and Subway Systems

10.2 Data Sheet

The Contractor shall provide – at the Proposal stage – all the performance and data

sheets for the additional Power Supply Equipment. On these sheets, the nominal

current, nominal voltage, size, weight, maximal performance and minimal

performance shall be indicated.

10.3 Power Simulation Study Inclusive of Load Flow Analysis

Immediately subsequent to Contract Award, the Contractor shall appoint a

specialist to conduct a computer simulated power study to validate his detailed

design.

The appointee shall demonstrate his experience and be subject to approval by the

Owner/Engineer.

11. POWER SYSTEM EQUIPMENT REQUIREMENTS

11.1 Rectifier Transformer Units

Substation rectifier transformer units shall be complete with all standards and specified

accessories, auxiliaries, controls and all necessary hardware, interconnecting buses,

wiring and devices.

Transformers shall be of the silicone oil filled type copper winding, high efficiency and

self air-cooled and suitable for outdoor installation, and meet the IEC 146 heavy traction

rating Class 6.

Silicone diode rectifier shall be indoor rated for 12 pulse output, 3000 KW, natural

convection air-cooled, free-standing, and metal enclosed. Air filters, if required, shall be

easily replaceable.

Each rectifier shall be complete with internal buses, connections and flanges for external

bases, protective devices, control wiring, terminal blocks and other necessary

accessories.

11.2 Overhead Catenary System

11.2.1 General

This specification defines the minimum requirements to be met by the

Contractor’s proposed Overhead Catenary System for the additional tracks

(Track 9, 11-15) of the expanded depot stabling area. The new tension length for

the new double cross-over turnout at North Avenue Station as well as the track

works included therein shall form part of the contract.

The catenary system supplied under this Contract shall be of a proven design

Page 134: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

satisfying the system performance requirements defined in this document. The

catenary system shall be compatible with the existing OCS of MRT 3 and shall

also satisfy requirements regarding vehicle envelope, pantographs, service life,

safety reliability and maintainability.

11.2.2 Catenary Conductors

Contact wire shall be made up of 170mm2 solid grooved hard drawn copper

conforming to ASTM B47. The upper lobe of the contact wire shall match the

existing contact wire installed at MRT 3 to assure interchangeability of clips.

Other contact wire particulars include:

Weight : 1.511 kg/m

Breaking Load : 5900 kg

Coefficient of Expansion : 1.7 x 10-5 /0C

Resistance @ 200C : 0.1040 Ω/km

Modulus of Elasticity : 12000 kg/mm2

Conductor tensions shall be in accordance with the requirements of appropriate

ASTM standards. Thirty percent cross-sectional area loss due to wear of the

contact wire and the effect of the temperature change shall be taken into

consideration in the design of the conductor tension and ampacity.

The ampacity of the OCS shall meet the operational requirements of a four-car

train running at 120-second headways with a traction power configuration

proposed in the Concept Design Drawings.

11.2.3 Insulator

Insulators shall be porcelain, toughened glass polyester or other material with

proven rail or railway system service. Insulators shall have a single or multiple

sheds designed for minimum maintenance requirements and be self cleaning by

the action of rain. Double insulation is not required as it is not intended to carry

out “live line” work.

11.2.4 Splices

Each wire run of contact wire must be continuous from anchor to anchor except

in the case of cut-in insulators. Contact wire splices shall not be permitted. Feeder

wires may have splices as required to connect drum lengths of conductor. The

manufacturer shall warrant that splices are capable of withstanding tensions up to

100% of the breaking load of the conductor.

11.2.5. Section Insulators

The OCS Contractor is to provide Section Insulators at locations indicated. The

Section Insulators (SI) shall be designed and installed in such a way that it shall

provide a smooth passage to pantographs without any loss of contact and without

the introduction of unreasonable mechanical forces.

The SI shall permit the pantograph on the vehicle to collect the maximum demand

current without interruption during passage across the SI.

Page 135: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

11.2.6 Feeder Conductors

Positive feeder conductors shall be insulated, non shielded, single conductors

suitable for use in wet and dry locations and rated 2,000 V DC, 90 0C conductor

temperature for normal operation, 120 0C for emergency operation, 250 0C for

short circuit conditions. The conductors shall be copper, conforming to ASTM

B189 material with Class C stranding and conforming to ASTM B8, wire EPR

or XLPE insulation and low smoke jacket.

The negative feeder shall be the same as the positive feeder cables except the

voltage rating shall be 600 V instead of 2000 V.

11.3. Negative Return

The negative feeder cables shall be the same as the positive feeder cables except the

voltage rating shall be 600 V instead of 2000 V.

Increasing the number of cross bonds along the line shall strengthen the Negative Return

to the Sub stations. Cross bonding between the 4 running rails shall be made every 250m.

In addition the bonds at rail expansion joints shall be increase by a further cable of 250

sqmm on each rail.

Similarly where Insulated Rail Joints are employed for signalling purposes, then the

current bonding shall also be upgraded.

Bonding at the main line turnouts shall be upgrade as practicable to ensure a low

resistance path for the return current.

12. SUPERVISORY, CONTROL AND DATA ACQUISITION (SCADA)

12.1 Introduction

The primary objectives of the SCADA Monitoring system for all the substations shall be

as follows:

12.1.1 Monitor and control of Electrical Distribution and Traction Power systems

within each Station Substation including the Depot.

12.1.2 Metering System to monitor and record power consumption separately for the

Traction sub-network, and the Lighting and Auxiliary Power Sub-network at each

Station Substation including the Depot.

12.1.3 Monitor condition of the Fire Alarm Systems located within certain nominated

station rooms including the Depot, i.e., Electrical, Signaling and

Telecommunications.

12.1.4 Monitor the conditions of the UPS equipment installed in all the Substations.

12.1.5 Monitor the condition of Escalators and elevators in designated stations.

12.2 Scope of Work

Page 136: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

12.2.1. The Contractor shall design, supply, install, test and commission a new

SCADA System including Remote Terminal Units for the MRT 3 System. The

contractor shall be responsible for all links to make the system functional. This shall

include AC provision for the SCADA RTU from the electrical room to the RTU. The

Remote Terminal Units shall be designed to handle all specified functionalities of

equipment and devices installed in all the Substations and Revenue Stations.

12.2.2. Complete Removal of the existing SCADA system and peripherals.

12.2.3. The Contractor shall ensure that revenue operations shall not be disrupted

during the installation and commissioning of the new SCADA System.

12.2.4. The Contractor shall submit plans and methodology for the installation,

testing and commissioning of the new SCADA System.

12.2.5. The Contractor shall supply, install and commission but not limited to the

following:

a. The Remote Terminal Units (complete) as factory supplied shall include

CPU which is of the latest series design at least 4 factory installed working

ports, sufficient DI, DO and Analog modules, Power Supply/Charger, and

at least 10amp/hr back up battery supply, Polyphaser Surge Protector for

230 Volts AC power source or approved equivalent NEMA 12 Steel

lockable enclosure. Unit to be complete as manufactured. These RTU shall

be installed inside a steel cabinet within the station.

b. The Contractor shall supply and install electrical materials and accessories

required for AC power of the RTU.

c. Only authorized PC or craft terminal with licensed software shall be used

during programming or similar activities thereof in the presence of the

DOT-MRT3 Representative.

d. Adequate firewalls shall be provided for the new SCADA System.

12.3 Specification Requirements for SCADA RTUs

12.3.1. The RTU to be supplied shall provide the intelligence that will allow the

central SCADA workstation at the OCC to communicate with the electrical

equipment and similar devices at all the stations including the Depot. RTU shall have

a non volatile memory for storing programs and data, Watchdog timer (to ensure the

RTU restarts if something fails and Real time clock. The RTUs main functions are

to control the operation of equipment at the remote site, acquire data from the

equipment, and transfer the data back to the central SCADA system.

12.3.2 The RTU shall be modular having a separate CPU module, sufficient I/O

module/s and dual power supply. RTU shall have a minimum of 80 I/O Ports (64

Digital I/Os and 16 Analog Inputs) per station including Depot. RTU shall provide

20% I/O spare capability and capacity. The RTU shall have provisions for expansion

for additional modules which can be added by plugging into a common backplane.

Any device which potentially has an embedded computer shall be checked and tested

Page 137: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

by the contractor or the supplier to verify compliance. Contractor shall ensure

compatibility checks of software configuration versus actual hardware installed.

12.3.3. Programmability and configurability shall conform to IEC1131-3 standards.

RTU shall provide clear indication of local and remote Diagnostics. RTUs have the

ability to initiate reporting to the SCADA master. Functionalities such as time

stamping, memory capacity to store data in the event of loss of communications,

ability to do calculations shall b supported.

12.3.4. RTU shall provide peer to peer communications or RTU to RTU

communication including store and forward capability. RTU Shall support data rates

from 1200 baud FSK, 9600 baud data up to 64 kbps and shall have serial ports to

interface with PLC's.

12.3.5. The SCADA System shall be powered with an electrical supply 230 V AC,

60 Hz. It shall be tolerant to voltage variations of 10% of the nominal; -15% (for

500ms duration) of the nominal voltage and frequency variations of 2%, without

any reduction in the efficiency of the system. An Uninterruptible Power Supply

(UPS) system with special provision for smoothing and reduction of the impulse

voltages, necessary for the protection of the equipment from the failures of the main

power supply of the Network and main disturbances shall supply power to the

SCADA equipment.

12.4 Interface with Equipment Provided by Other Sections

The Contractor shall be responsible for the interfaces between the installed

equipment and additional ones and equipment provided by other sections of the

Works.

12.5 RTU at the Stations

The RTU at the peripheral station shall be located at the traction substation or in

the Line station. The incoming and outgoing circuits shall be connected with the

appropriate terminals within the cubicles. The Contractor shall declare, for DOT-

MRT3-MRT3 Engineer’s approval, the degree of protection of these cubicles. The

contractor shall be responsible for all incoming and outgoing circuits. The incoming

and outgoing circuits shall not have any direct electrical connection with the

remote-control equipment logic. The Contractor shall, for the DOT-MRT3

Engineer’s approval, declare the degree of isolation to be proposed.

12.6 Environmental Specifications/ and Standards

The SCADA RTU shall be able to perform all applicable operations reliably under

a temperature range of -5o C to 50o C and relative humidity 60% to 95%. It must

meet or exceed EIA standards BS – 204 B and BS – 152 B. It shall conform to

Ingress Protection standards against dust, vibration, insects and rodents.

The RTU shall meet or exceed the SWC standards as defined in IEEE C37.90A for

al inputs and outputs. The enclosure shall conform to UL611 standards.

The RTU shall conform to the provisions of EN 61000 standards.

Page 138: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

13. DEPOT/STABLING

13.1. TRACKWORKS

Railways are generally recognized as a safe, efficient and economical mode of

transport all over the world and are increasingly experiencing capacity constraints.

At present, MRT3 has already approached the limit of practical capacity. Therefore,

capacity expansion and improvements become a particularly timely and important

objective to be implemented. This will primarily address passenger congestion

during peak hours as well as future ridership demands.

The construction and installation of additional ballasted stabling tracks at the Depot

shall not disrupt the current system operation and shall be designed in accordance to

existing system specifications and standards to assure compatibility.

The construction and installation of additional ballasted stabling tracks at the Depot

must completed within One Hundred Eighty Calendar Days from the Start date.

13.1.1. GENERAL

The provisions stated in this document are related to the specific requirements

applicable to the track system for the construction of additional ballasted

stabling tracks at MRT 3 Depot.

Trackworks system under this Contract shall conform to the most recent

practices of the American Railway Engineering Association (AREA), Union

Internationale des Chemins de Fer (UIC), International Standards

Organizations (ISO) and the practices and specifications of recently

constructed mass transit systems of equivalent capacity and characteristics

constructed within the last five (5) years. It shall be of proven design

satisfying the system performance requirements and it shall be compatible

with the existing MRT3 system. It shall also satisfy requirements with

regards to train kinematic gauge, service life, reliability, maintainability and

safety.

The works shall include design; supply; installation; testing and

commissioning; obtaining all permits from government authorities; and

everything, whether permanent or temporary in nature, necessary for the safe

and proper execution of work and for the fulfillment of all obligations

required under this contract. It shall also include the training of the Employer

maintenance personnel; the supply of maintenance manuals, repair manuals

and as-built records; and the rectification of defects liability period of the

installed ballasted tracks system.

13.1.1.1. Scope of Work This section specifies the scope of work of the Contractor as follows:

a. Design, supply and construction of six (6) additional stabling ballasted

tracks at the MRT3 Depot with complete support and fastening accessories.

b. Design, supply and installation of fourteen (14) sets of turnout at MRT3

Depot with complete accessories such as but not limited to timber/switch

ties, fasteners, switch/guard rails and manual switches.

Page 139: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

c. The workmanship shall be in accordance with specifications and quality

standards and shall cause no disruption to MRT3 Depot operations.

d. Provide additional 30 meters track extension on both ends of Track 23.

13.1.1.2. Standards and Regulations

The work shall conform to the laws and regulations existing in the Philippines and

shall generally be in compliance with the Philippines’ Standards and Codes of

Practices, unless specifically provided for in this document.

In addition, the following standards may be considered as long as they do not

compromise the Employer’s Requirements

ACI - American Concrete Institute

ANSI - American National Standards Institute

ASA - American Standard Association

AREA - American Railway Engineering Association

CEN - Comité Européen de Normalisation

ISO - International Standard Organization

UIC - Union Internationale des Chemins de Fer

JIS - Japanese Industrial Standards

AS - Australian Standards

BS - British Standards

AASHTO - American Association of State Highway &

Transportation Office

ASTM - American Society for Testing and Materials

PCI - Prestressed Concrete Institute

13.1.1.3. Special Site Conditions

The Contractor acknowledges that it has thoroughly investigated and satisfied

itself as to all general and local conditions affecting the work. The failure of the

Contractor to accustom himself with such conditions will not relieve him from any

responsibility for completing the works under this contract. The Contractor shall

be fully responsible for any damage caused to the site or other existing facilities

due to his track works equipment movements and transportation and restore these

damages to its original state at his own expense.

13.1.1.4. Design Criteria The following data will constitute for the design of tracks for MRT3:

a. Track gauge - 1435mm

b. Train speed - 15kph

c. Concrete tie spacing - 750mm

d. Rail inclination - 1:20

e. Axle Load - 90kn

f. Ballasts depth minimum - 150mm

g. Rail profile - UIC 54h. Depot track minimum radius - 25m i. Concrete tie length - 2500mm

j. Concrete tie weight - 250kg

k. Concrete tie compressive

strength

l. Concrete tie stress transfer

- 50Mpa

- 30Mpa

Page 140: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

strength

m. Pre-stressing wire diameter - 6.5mm

n. Pre-stressing wire ultimate - 1700MPa

tensile strength minimum

13.1.2. MATERIALS REQUIREMENTS

Track works materials needed for the construction of additional ballasted tracks shall

be complete with all accessories; shall have passed all the required testing in

accordance to specifications and standards; and, shall be approved by the Engineer

before incorporating to work. The Contractor shall ensure materials availability for

small quantity production intended for maintenance use.

13.1.2.1. Earthworks

All materials to be incorporated to work should pass all required testing and

certification and should be in accordance with the requirements of Part C

Earthwork DPWH Standard Specifications.

13.1.2.2. Aggregate Base / Sub-ballast The aggregate base (sub-ballast) shall be from approved source and conform to

the requirements of Item 201 Aggregate Base Course of the DPWH Standard

Specifications.

13.1.2.3. Ballast Ballasts shall be of crushed rock containing no carbonates or slag. They shall be

hard, strong, angular, and made of durable particles. Ballast rocks shall be highly

resistant against crushing, grinding, and must be chemically inert. They shall be

weather resistant and of homogenous structure. The ballast shall be free from

dust, soil, clay, plant matter and substances likely to be detrimental to the rocks.

13.1.2.4. Special Trackworks

The supply of the special trackworks shall be complete to include a fastening

system.

13.1.2.4.1 Technical Requirement

a. Special trackwork shall be designed either 1 in 3 straight (10.8 m long)

or 1 in 2.4 curve (10m long) lateral turnouts with a minimum radius of

25m. It shall generally follow the UIC practice.

b. Switches & crossings baseplates fastening shall be designed for

Pandrol type e-series elastic rail clip.

c. All switches shall have an undercut stock rail, and switch rails utilizing

UIC 54 grade 900A rail section with forged transition between tongue

rail and standard rail. Switch rails shall be supported on raised slide

plates incorporating a resilient bracing system for fastening of the

stock rail.

d. Minimum clearance between open switch and stock rail shall be 45mm

and switch blade opening on the toe is 110mm. Flangeway clearances

through crossing and check/guard rail shall be 30mm and 26mm

Page 141: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

respectively.

e. Minimum point protection dimension is 1404 mm.

13.1.2.4.2 Switches

Switch and stock rails shall be made from UIC 54. It shall be face machined in

order to obtain the required design profile and shall be fitted together. Slides

base plates shall include resilient bracing system fastened to the stock rail. The

hand lever and connecting rods for the switch operation shall be included in

the switch supply.

13.1.2.4.3 Crossings

Turnout crossing shall be made from chrome vanadium built up crossing steel

grade 900A. The crossing shall offer great resistance to impact especially at

the nose component and shall be allowable for welding operations under

normal site conditions.

13.1.2.4.4 Guard and Check Rails Guard and check rails shall be machined from UIC 33 (U69) rail profile of not

harder than grade 900A and supported by a fabricated support base plate with

a flange way clearance of 26mm. Bolt connection shall utilize steel

components conforming to UIC leaflets 864/2.0 and 864/3.0

13.1.2.4.5 Special Trackwork Plates and Fastening System

All track work plates shall be flat and have no cant. Plates shall hold the rail

laterally, vertically and longitudinally and shall be capable of supporting and

transferring the load from the rail to the switch ties.

All plates for guard/check rail, switches and crossings shall be at least 20mm

thick and 200mm wide. The length shall be designed so that minimum

number of plates of different length will be required. Bolt connection shall

utilize steel components conforming to UIC leaflets 864/2.0 and 864/3.0

Special tracks fastening system shall conform to 3.1.2.10.3 Fastening System.

13.1.2.4.6 Switch and Crossing Ties

Switch and crossing ties shall conform to 3.1.2.6 Timber Cross and Switch

Ties.

13.1.2.4.7 Joints All special trackworks joints in the Depot unless specified herein shall be

alumino-thermic welded by an approved welding materials and procedures for

UIC 54 rail and shall conform to specifications required by Welding of Rails.

13.1.2.4.8 Coach Screw

Coach Screw spikes which will be used to fasten the plates down to the

wooden switch ties shall conform to UIC leaflet 864/1.0 appertaining to the

technical specifications for the supply of coach screws

13.1.2.5. Monoblock Concrete Ties

Page 142: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

On stabling tracks, concrete ties shall be monoblock pre-tensioned concrete. It

shall be 250kgs and 2500mm long. Alternative concrete ties could be considered

if they are compatible with the existing concrete ties in MRT3 in terms of general

profile, dimension and strength. The Contractor must ensure that alternative

designs must have a successful history performance of at least five (5) years in

service under comparable conditions. Any alternative design must be specifically

approved by the Engineer.

13.1.2.5.1. Concrete

The concrete minimum 28 days design compressive strength for concrete ties

shall be 50 Mpa as determined by ASTM C39.

13.1.2.5.2. Aggregates

Both fine and course aggregates shall meet the requirements of the AREA

specification for aggregates.

All aggregates shall pass all required testing and shall conform to Item 703 of

DPWH Standard Specifications.

13.1.2.5.3. Admixtures Chemical admixtures for concrete shall conform to ASTM C494. Additives

containing chlorides shall not be used.

Suitable admixtures may be used to modify certain properties of concrete.

However, as they may at the same time adversely affect other important

concrete quality, the Contractor shall carry out testing on concrete to which

they are added.

13.1.2.5.4. Pre-stressing Tendons

The wire shall be 6.5mm diameter complying with ASTM A864 or ASTM

881, and with a minimum tensile strength of 1700 MPa. Tendons shall not be

contaminated with mud, oil, grease or chloride salts. Tendons with corrosion

shall not be used.

13.1.2.5.5. Rail Fastening System

Concrete ties associated rail fastening system shall be Pandrol type e-series

elastic rail clip manufactured by Pandrol Australia Pty. Ltd in accordance with

UIC specifications.

13.1.2.6. Timber Cross and Switch Ties

The ties shall be unbored and air dried hardwood of untreated Jarrah or Karri

timber species for non-exposed Depot turnouts or any approved equivalent.

13.1.2.7. Rails

Standard rail cross-section shall be UIC 54 of grade 900A with a minimum tensile

strength of 880 Mpa and shall meet the requirements of the UIC Standards.

13.1.2.8. Thermit Welding

Page 143: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

This refers to the materials and other services required for joining UIC 54 using

alumino-thermic welding process.

13.1.2.8.1. Thermit Welding Kits

Thermit welding materials shall be manufactured by Thermit

Australia Pty Ltd or approved equivalent compatible to the

existing welding materials used in MRT3.

13.1.2.8.2. Thermit Welding Equipment

Welding equipment and accessories required for welding

operation shall be use and installed in accordance to

manufacturer’s recommendation, contract drawings and applicable

specifications.

13.1.2.9. Grade/Road Crossings

All materials needed for this work shall meet the requirements specified in the

reference standards and specifications.

13.1.2.9.1 Grade/Road Crossings Bituminous Materials (Asphalt)

Materials shall conform to the requirements of Item 307 of the DPWH

Standard Specifications.

13.1.2.10. Other Track Materials Other track materials and appurtenances needed to complete the work shall be

approved materials by the Engineer and installed in accordance to manufacturer’s

recommendation, contract drawings and applicable specifications.

13.1.2.10.1. Insulated Rail Joints

Rail joints shall be made up of two rolled steel fishplates designed to fit UIC

54 rail profile and with four holes drilled by an approved drilling machine.

Bolts shall be of high strength provided with spring and flat washers and shall

conform to applicable UIC standards.

13.1.2.10.2. Check Rails

Check rail shall be machined from UIC 33 profile of not harder than grade

900A rail steel and supported by brackets connected to the rail. Bolt

connection shall utilize steel components conforming to UIC leaflets 864/2.0

and 864/3.0 appertaining to technical specifications for the supply of track

bolts and spring washers respectively.

Check rail shall be provided for a curve ballasted track in the Depot if the

radius in equal to or less than 50 meters. Checkrail brackets shall be of

approved materials conforming to UIC standards.

13.1.2.10.3. Fastening system The rail fastening system for MRT3 shall be Pandrol type e-series elastic rail

clip made by Pandrol Australia Pty. Ltd.

13.1.2.10.4. Lubricants

Page 144: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

The Contractor shall provide a dry film lubricant for application to special

tracks sliding plates. It shall have a low electrical conducting properties and

subject for Engineer’s approval.

13.1.3. CONSTRUCTION REQUIREMENTS

The Contractor shall be responsible for the construction means, methods, techniques,

sequences and procedures for coordinating all portions of the Work under the

Contract Documents.

The Contractor shall provide all superintendence during the execution of the Work as

may be necessary for the proper fulfillment of the Contractor’s obligations under the

Contract. It shall include the supervision and inspection by qualified professional

personnel experienced in railway construction whose responsibility shall be to ensure

the technical standards and workmanship, materials, and quality are being maintained

in accordance with the Scope of Work.

The Contractor shall design, supply and install a ballasted tracks or special tracks

system which satisfies to the minimum requirements of the specification and

Employer’s Requirements. The Contractor shall submit full details of the proposed

design to the Engineer for review and approval and shall not commence until written

acceptance has been received from the Engineer.

13.1.3.1 Ballasted Trackworks Construction This section applies to construction of all ballasted tracks both plain and special

tracks for MRT3 Depot.

13.1.3.1.1 Quality Assurance Program

a. The Contractor shall establish, implement and maintain a quality

assurance program to provide verification of compliance with contract

requirements. The quality assurance program shall consist of detailed

procedures and instructions for monitoring and controlling those

activities related to quality during design, fabrication, delivery,

handling, storage, installation, inspection and testing. The areas which

the quality assurance program shall address include the following:

i. Review and control of quality procedures and instructions,

ii. Calibration of construction measuring and testing tools and

equipment,

iii. Qualification and certification of Personnel,

iv. Tests and inspections

v. Procurement quality assurance,

vi. Identification and control of items, and

vii. Handling, delivery and storage of materials.

b. Adequate records shall be maintained by the Contractor in accordance

with the requirements of his quality assurance program and shall

include the following:

i. Evaluation of subcontractors’ and suppliers’ qualifications and

past performance,

ii. Results of inspections and tests,

iii. Certificates of compliance,

iv. Qualified procedures for special processes,

v. Personnel certifications,

Page 145: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

vi. Measuring and test equipment calibration certificates, and

vii. Transmittals of contract related information.

c. The appropriate requirements of the Contractor’s quality assurance

program shall be imposed upon subcontractors and suppliers.

d. The quality assurance activities of the Contractors/subcontractors and

suppliers will be subject to Engineer’s verification, inspection and

audit at any time.

13.1.3.1.2 Submittals

The Contractor shall submit the following:

a. The Quality Assurance Program

b. Applicable reference codes

c. Detailed construction schedule

d. Detailed design and shop drawings for all Contractors supplied

materials and other track materials required including fastening system

for the construction of both ballasted track and special track works.

e. Pre-construction inspection reports

f. Qualifications of registered Surveyors

g. Certificate of calibration for specified tools and equipment by independent testing laboratory accepted by the Engineer

h. Details and arrangement of equipment, materials and personnel to be

used during the various construction stages. Maximum construction

loads shall be identified and submitted to the Engineer for review prior

to any construction equipment being allowed to construction site

i. Details for the protection of rails, special track works, other track

materials and facilities from damage by construction equipment and

road traffic,

j. Production information forms and test reports on welds,

k. Rail laying records,

l. Calculation to determine Neutral Rail Temperature for Depot.

m. Method statement for natural or artificial de-stressing works for both

ballasted track and special track works in Depot.

n. Procedures for handling and anchoring CWR,

o. Procedures for rail grinding and subsequent cleanup including a daily

rail grinding log indicating grinding date, locations, number of passes

of grinder, manufacturer and model number of grinder,

p. And all other documents needed for the completion of the work and

subject for Engineer’s review and approval.

13.1.3.1.3 Electrical Testings

The Contractor shall perform all tests of electrical resistance and continuity for

insulated rail joints, running rail, running rail to running rail and track to earth.

Any installations which fail shall be rectified by the Contractor at his own

expense and retested until acceptance by the Engineer.

13.1.3.1.4 Inspection

The Contractor shall inspect the construction area prior to installation of

trackworks for any damages and discrepancies with propose installation plan

and correct said discrepancies authorized by the Engineer.

Page 146: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

13.1.3.1.5 Track Laying Construction for Ballasted Tracks

The Contractor shall submit method statement for a systematic rail laying

construction for Engineer’s review and approval.

General ballasted tracks construction shall include the following procedures:

a. Survey and setting out correct tracks and special track alignment.

b. Base preparation

c. Placement of bottom ballast on an approved base

d. Placement of concrete sleepers or timber ties

e. Placing of rails and fastening to concrete sleepers or timber ties f. Welding of rails to form continues welded rail g. Fastening of concrete sleepers or timber ties h. Placement of top ballast i. Initial surfacing and aligning j. De-stressing work k. Final surfacing and alignment

l. Test and inspection of finished tracks

m. Site Cleaning

Refer to Table 1 “Track Construction Tolerances” where indicated the

allowable geometric design variation for track work construction.

The Contractor shall assist the Engineer in his inspection of the finished track

with a track geometry measuring device that is capable of measuring various

track alignment parameters with accuracy more than the tolerances specified

in Table 1 “Track Construction Tolerances” and submit the print-out for the

Engineer’s approval and record. Any data being out of tolerance shall be

rectified by the Contractor and shall be re-inspected by the Engineer.

Before final acceptance by the Engineer, the Contractor shall perform

ultrasonic inspection of all running rails and special trackworks to detect flaws

in rail, joints and welds.

13.1.3.1.6 Track Laying Construction for Ballasted Special

Tracks

Special trackwork construction shall conform to 3.1 except the use of track

geometry measuring device since geometry alignment for special tracks will

be checked manually.

13.1.3.1.7 Final Acceptance

Before final acceptance by the Engineer, the Contractor shall perform and

satisfy rail grinding of all rails to remove the corrosion and shall complete

ultrasonic testing inspection to detect flaws for running rails, special

trackworks and welded joints.

Page 147: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

13.1.3.2 Earthworks

The work specifies in this section consists of stripping topsoil, excavating and

backfilling to attain indicated sub-grades and grades and conforms to Part C

Earthwork of DPWH Standard Specifications latest edition.

13.1.3.2.1 Excavation

Remove materials within the indicated limits. The sub-grade is the lowest

elevation of excavation and it shall be inspected and approved by the Engineer

prior to placement of grade materials. Excavated materials satisfying the

requirements of Item 104 of the DPWH Standard Specifications may be used

as fill materials. Remove all surplus excavated materials.

13.1.3.2.2 General Excavation

a. Generally refers to excavation for the construction of trackway and

roadway as indicated on the design drawings

b. Sub-grade preparation at at-grade trackway and roadway in

excavation areas shall have a minimum bearing capacity of 150

KPa and shall conform to Item 105 of DPWH Standard

Specification

c. Fill unauthorized excavation with approved fill materials by the

Engineer and compact to at least 90 percent of maximum dry

density in accordance with ASTM 698.

13.1.3.2.3 Structure Excavation

Ensure that sub-grade, other than rock, is not disturbed. If the sub-grade

material is disturbed, either compact the disturbed material to not less than

90 percent of maximum dry density or remove and replace the disturbed

material with concrete of the same class as the structure.

Gradation ASTM D422

Liquid Limit ASTM D4318

Plasticity Index ASTM D4318

Resistance (R. Value) ASTM D2844

Maximum Density ASTM D1557

Sand Equivalent California test 217 or ASTM

D2419

Page 148: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

The Contractor shall make sure that demolition and excavation of the

existing concrete road affected by the project shall not disrupt adjacent

traffic and without damage to other existing facilities.

Page 149: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

13.1.3.2.4 Filling, Backfilling and Compacting

Refer to Item 104 of DPWH Standard Specifications.

13.1.3.2.5 Contractor’s Quality Control Prior to and during the execution of the work, the Contractor’s Testing

Laboratory shall perform all necessary soils tests in accordance with the

minimum testing requirements and Item 104 of DPWH Standard

Specifications.

13.1.3.2.6 Submittals

The Contractor shall submit the following for Engineer’s review and approval:

a. Equipment to be utilize in the work

b. All necessary methods and procedures

c. All testing results and other materials certification

13.1.3.3 Aggregate Base / Sub-ballast

This section specifies the furnishing, placing, spreading and compacting of

crushed aggregate base or sub-ballast in one or more layers in accordance with

specification and contract drawings.

13.1.3.3.1 Placing, Spreading and Compacting

The approved aggregate base course (sub-ballast) shall be placed, spread and

compacted in conformance with the requirement of DPWH Standard

Specifications Items 200.3.2 and 200.3.3 and contract drawings.

13.1.3.3.2 Submittals

The Contractor shall submit the following for Engineer’s review and approval:

a. Equipment for to be utilize in the work

b. All necessary methods and procedures

c. Materials grading and testing results

d. Materials source and certificate of compliance

13.1.3.4 Ballast

Page 150: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

The Contractor shall supply and install ballasts of approved materials required for

the construction of additional ballasted tracks in MRT3 Depot.

13.1.3.4.1 Testing Requirements

Page 151: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

a. Grading

b. Deleterious substances present in prepared ballasts shall not exceed the

following:

c. Percentage of wear shall not exceed 25% after testing in a Los Angeles

abrasion testing machine in accordance with ASTM C535. d. The bulk specific gravity and percentage of absorption shall be 2.60

and 1% respectively in accordance with ASTM C127.

Size of Sieve Opening % Passing by

Weight

Ballast for MRT 3 (Size 3 AREA

Manual)

63.5 mm 100%

50.8 mm 95-100%

38.1 mm 35-70%

25.4 mm 0-15%

12.7 mm 0-5%

Material Percent by

Weight Method of Test

Soft Pieces 5% AASHTO -

T189

Fine less than No. 200 Sieve 1% ASTM C117

Clay lumps and Friable

Particles 0.5% ASTM C142

Flakiness Index 20% BS 812

Page 152: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

e. The magnesium carbonate content shall be tested and defined in

accordance with ASTM C25. No carbonates shall be allowed.

13.1.3.4.2 Submittals

The Contractor shall submit the following for Engineer’s review and approval:

a. Ballast source certificate of compliance

b. Tests results mentioned in 3.1.3.4.1 Testing Requirements

c. And all other test required to complete the work.

13.1.3.5 Special Trackworks

The Contractor shall design, manufacture, supply, deliver and install complete sets

of special trackworks including general arrangement of ties and all associated

fastening system in conformance to applicable specifications and compatible to

the existing special track system of MRT3.

13.1.3.5.1 Quality Assurance

Shall conform to 3.1.3.1.1 Quality Assurance Program

13.1.3.5.2 Submittals The Contractor must submit the following for Engineer’s review and approval:

a. Shop drawings showing details and arrangements of each special track

work component and the variants to each components,

b. Product data consisting of a listing of product types, name of supplier,

model number product literature, materials composition and method of

manufacturing.

c. Proposed welding and test procedures for special track work,

d. Contractor’s system specification for marking and identifying sizes,

types and composition of products, as well as identifying parts for the

purpose of proper location during installation,

e. The proposed steel baseplate design including elastic spring clips, and

mounting bolts or screw spikes, as applicable for each different plate,

f. Certificates of material compliance required by the specifications,

g. Test report of chemical analysis and Brinell hardness of running rail,

electric insulation, and other tests required by this specification,

h. All tests and analysis required on the running rails by the UIC

Specifications shall be performed at the mill or by the Contractor and

the test results shall be submitted to the Engineer,

i. A description of shipping, handling, unloading and stacking

procedures.

13.1.3.5.3 Inspection and Acceptance

Prior to shipment, at least one (1) turnout shall be completely assembled in the

manufacturer’s fabrication shop for inspection by the Engineer.

Page 153: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Variations from the approved Shop Drawings and these Specifications will

constitute non-compliance and will not be approved for shipment until proper

modifications are made and accepted by the Engineer.

For the inspection of material under this Contract, the terms set forth in

“Materials Inspection, Test and Claims,” under the UIC Specifications for

Special Track Work shall apply, except as listed herein.

The Contractor will make available to the Engineer all the necessary facilities

to examine the work during its progress as well as the finished product to

satisfy him that the materials comply with the Specification. The Contractor

will provide templates and 1meter straight edges to check flange ways, rail

end, and switch rail planning.

The Contractor shall give the Engineer advance written notice for inspection at

least ten working days.

13.1.3.6 Monoblock Concrete Ties

This section specifies requirement for the design, production, delivery and

installation of pre-stressed monoblock concrete ties with complete rail fastening

system compatible with the existing system of MRT 3.

13.1.3.6.1 Design Criteria

As specified in 2.1.3.1.4 Inspection

13.1.3.6.2 Marking, Delivery, Storage and Stacking

Mark on top of the ties with indented or raised letters to indicate the

manufacturer, year of manufacture, mould number and project identification.

Contractor must securely brace ties during transportation to prevent from any

movement that could cause damage. During transportation, ties should be in

horizontal position supported with wooden spacer blocks so that the top

surface does not make contact with ties loaded above. Do not stack ties more

than 6 layers during transport.

The Contractor shall store concrete ties in a location that would avoid

additional handling until the final distribution or within the area designated by

the Engineer.

13.1.3.6.3 Quality Assurance and Inspection Before production commences, the Contractor shall prepare a quality control

manual for approval by the Engineer and shall include details of:

Management organization

Responsibilities of production and quality control personnel

Plant standards

Checks to be carried out by the production personnel

Inspection and testing to carried out by quality control personnel

Procedures for approving sources of materials

Page 154: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Procedures to ensure all measuring equipment is properly calibrated

Procedures to ensure that concrete ties are not shipped until acceptance

load testing is complete

Quality audit procedures

This section shall also conform to 2.1.3.1.1 Quality Assurance Program

13.1.3.6.4 Submittals

a. Quality control program

b. Concrete mix design

c. Concrete curing procedures

d. Method and procedures for concrete ties production

e. Tensile strength test results

f. Rail fastening system technical specifications and drawings

g. Pre-stressing wire technical specification

h. All materials test results needed to complete the work and before

incorporating to concrete ties production

This section shall also conform to 2.1.3.1.2 Submittals

13.1.3.7 Timber Cross and Switch Ties

This section comprises specifications for the supply and installation of new timber

cross ties, switch ties, switch machine ties intended for Depot turnout construction

and shall be from approved source and shall be compatible with the existing

materials.

13.1.3.7.1 Quality Requirements

Ties shall be free of defects that may impair their strength or durability.

Defects such as decay, large splits, large shakes, excessive grain slope, large

holes and large knots will not be acceptable. All timber ties shall be cut by saw

and the cross section shall be 225mm wide and 140mm deep. Standard cross-

ties shall have a length of 2440 mm. Size and length tolerances shall be as

follows:

a. Width - plus 10 mm/minus 0

b. Depth - plus 12 mm/minus 0

c. Length - plus 50 mm/minus 0

Each timber shall be examined on the top, bottom, sides and ends. Cross and

switch tie shall not exceed the following allowable amount of defects:

Type of Warp Allowable Amount

Spring 25 mm

Bow 9 mm

Crook 25 mm

Cup 6 mm

Twist 6mm

Page 155: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

All ends of timber ties shall be cut square and provided by anti-split end

plates. End plates shall be applied flush to the end surfaces of the tie and will

remain securely seated and withstand rail vibration.

The Contractor is required to determine the number and dimensions of switch

ties for each turnout and shall be specified in general turnout arrangement

drawing and shall conform to dimension tolerances stated above.

13.1.3.7.2 Testing and Inspection

The Contractor shall assume full responsibility for all required testing and give

the Engineers sufficient notice when testing in any form is proposed so that

Engineers could inspect and witness the tests.

The Engineer may inspect the ties during production process or after delivery

at the job site and or after placement on the grade for track utilization.

Whether or not the Engineer test or inspect any materials, the Contractor will

not be relieved from any responsibility regarding defects or other failures to

meet the contract requirements.

13.1.3.7.3 Marking, finishing and Workmanship

Ties shall be branded or marked permanently with approved materials to show

ownership, manufacturer’s identification and year of production on one end.

Tie machining and workmanship shall follow and conform to the applicable

standards.

13.1.3.7.4 Submittals

The Contractor shall submit the following requirements:

a. Quality control program for all method and procedures to ensure

compliance with standards quality

b. The name of timber and its source for approval,

c. Timber ties Manufacturers specifications

d. Official certificates of inspection in conformance with the reference

standards including data regarding hammer band confirming timber

grading,

e. Data regarding proposed tie machining & stamping,

f. The Inspectors report form duly accomplished (as described by the

reference standards for Inspection of Timber Products) and submit to

the Engineer prior to tie shipment from the production plant,

g. Certification that the manufacturer has a minimum 5 years experience

in manufacturing timber switch ties and as a supplier to major rail

transit system.

h. Completed tests results.

13.1.3.8 Rails

Page 156: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

This detailed specification applies to manufacture, inspection, testing, and supply

of new rails intended for the construction of additional stabling tracks at MRT 3

Depot.

13.1.3.8.1 Tests Requirements The Contractor shall perform the following tests:

a. Chemical composition analysis

b. Mechanical property

c. Tensile strength

d. Brinell hardness test

e. Shape, dimension and appearance inspection

f. Ultrasonic test

Each rail shall be ultrasonically tested over its full length to determine its

interior conditions prior to delivery to the work site. The rail must be free

from all detrimental defects having unfavorable effect on the strength of the

rail while in service.

The Contractor shall be responsible for all required testing and shall give

Engineer sufficient notice of proposed testing so that Engineer may inspect

and witness the tests in accordance to UIC specifications.

13.1.3.8.2 Quality Assurance and Inspection This section shall also conform to 3.1.3.1.1 Quality Assurance Program.

The quality system for rail manufacture shall be certified at least to ISO 9002

and shall be based on precise terms and conditions which ensure compliance

with the various rail specifications.

The Engineer will monitor from time to time the Contractor’s methods,

procedures, and processes for compliance with the accepted program and all

records of test and inspection.

13.1.3.8.3 Marking, Packaging, Handling, Transporting and Storage

a. Obligatory marks in the UIC 54 rail shall be in accordance with UIC

Code 860 O as follows in-relief marks which shall be very legible in

characters raised on one side of the web indicating:

i. Identification mark of the mill,

ii. Year of manufacture (last two figures),

iii. Symbol of steel grade, and

iv. Symbol of rail section in kg/m weight

b. The Contractor shall submit for approval a detailed procedure for

marking, packaging, delivery, handling, transporting and storage of

rails. Contractor shall take all necessary precautions to ensure that

rails will not be bent, deformed or damage during handling and

Page 157: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

transporting and it shall be kept clear of any standing water during

stacking and storage.

13.1.3.8.4 Submittals

The contractor is required to submit the following:

a. Certification that rail manufacturer has at least 10 years experience in

the large scale manufacture of running rails as specified herein and as a

supplier of rail to major railroads and transit systems.

b. Certification from supplier or manufacturer that all the rails

manufactured and delivered on site are in conformance with UIC

specification and that the required tests were performed as represented

by the submitted test result.

c. Tests Certificates as prescribe in 2.1.3.8.4 Test Requirements

d. Detailed production process of rails

e. Certification of the manufacture’s process in accordance to ISO 9002.

f. And all other documents needed for the completion of work.

Rails shall be guaranteed by the supplier/manufacturer from date of manufacture

plus 5 years to the date of acceptance of works against any defects attributable to

manufacture.

13.1.3.9 Track Appurtenances and Other Track Materials

This section specifies the requirements for the design, supply, and installation of

other track materials needed for the construction of additional ballasted tracks and

shall be compatible with existing track materials of MRT3 Depot.

13.1.3.9.1 Submittals

The Contractor shall submit all detailed design drawings for each trackworks

materials in accordance with applicable specifications and subject for

Engineer’s review and approval.

a. Detailed design drawing for each Other Track Materials and

corresponding fastening system

b. Installation methods and procedures

c. Materials manufacturer specifications

d. Material compliance certificate and testing results

e. And other submittals required to complete the work

13.1.3.10 Welding of Rail

This section specifies the furnishing of all labor, material, equipment and services

by the Contractor which are necessary for joining new UIC 54 rails using

alumino-thermic welding process.

13.1.3.10.1 Rail Welding

Welding process shall include the following procedures:

Page 158: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

a. Inspection of rail ends

b. Rail cutting and set the required gap

c. Loosening of rail fastenings

d. Rail end preparation and alignment

e. Preheating and welding

f. Finishing and alignment

g. Weld testing

h. Replacement of defective welds

i. Records of thermit welding

Each procedure shall be in accordance with the AREA Manual for Railway

Engineering, the products or welding kit specifications itself and other

applicable standards.

13.1.3.10.2 Quality Assurance

This section shall conform to requirement in 2.1.3.1.1 Quality Assurance

Program.

13.1.3.10.3 Weld Testing

All weld testing and submittals shall be performed by a duly accredited

independent testing laboratory in accordance with quality control requirements

and applicable standards. In order to qualify the welding kits, welding crews,

and production welds; the following test shall be carried out:

a. Radiographic testing

b. Ultrasonic testing

c. Slow bend testing

d. Hardness test

e. Rolling load test

f. Magnetic particle test

g. Visual test

13.1.3.10.4 Tolerances

All alumino-thermic welds will be in the suspended portion of rail between

supports. The weld shall not encroach 150mm from tie ends or baseplate

support. Finished weld using 1 meter straight edge shall have the following

tolerances:

a. Rail head surface +0.3 / 0.0 mm

b. Rail gauge face +0.3 / 0.0 mm

13.1.3.10.5 Submittals

The Contractor shall submit the following:

a. Detailed specifications, proposed materials, methods and procedures to

be used for the thermit welding process,

b. Certification from the supplier or manufacturer that the materials

delivered to site conforms to the specifications,

Page 159: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

c. Welding supervisor qualifications with a minimum 3 years thermit

welding experience. The welding supervisor shall be replaced only

with the Engineer’s prior approval,

d. Schedule of CWR lengths and CWR string Designation system,

e. All material testing and weld test results,

f. Test equipment certificate and calibration,

g. And all submittals shall be in accordance with 2.1.3.1.2 Submittals.

13.1.3.11 Grade/Road Crossing

This section specifies the requirements for the supply and installation of materials

required for the construction of grade/road crossings at MRT3 Depot.

The contractor shall perform the work in accordance to applicable standards and

approved methods, procedures and materials by the Engineer. The Contractor

shall take all necessary safety measures for an organized construction work and to

avoid interruption to depot train movement and maintenance work.

13.1.3.11.1 Bituminous Material Installation It shall conform to Item 307 (Bituminous Plant/Mix Surface Course) of DPWH Standard Specifications 2004 (Volume II).

13.1.3.11.2 Submittals

a. Shop drawings for the crossing showing details and arrangement of the

rail support and anchoring system including dimensions and tolerances

b. Grade/road crossings installation procedures

c. Approved job mix formula of the bituminous materials to be use

d. And all other required documents to necessary to complete the work

TABLE 1

TRACK CONSTRUCTION TOLERANCES

Notes:

Variation is measured between the designed and actual alignment at any point in the

track

Horizontal alignment is measured in mm by 10m chord placed at the gauge line of the

rail running face.

Vertical alignment is measured in mm by 10m chord at the head of the datum rail.

Rail cant may vary between 1 in 18 and 1 in 22

Type of Track Gauge

Variation

Cant / Cross

Level

Horizontal

Alignment

Vertical

Alignment

Mainline

Ballasted

Track

N/A

N/A

N/A

N/A

Depot

Ballasted

Track

-2, +3 mm

±3 mm

±4 mm

0, +5 mm

Page 160: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Maximum twist is 1 in 1000

14. DEPOT EQUIPMENT/FACILITIES

14.1 INTRODUCTION

Under the capacity expansion project additional trains are to be provided to increase

capacity. Upgrading of existing maintenance facilities and additional workshop

equipments are necessary to support the project.

The overhaul area in MRT3 depot was utilized fully whilst conducting general

overhauling and at times also when carrying out car body repairs. It was necessary for

some parts to be fork lifted in order to transfer to the bogie hoisting area. To

complement the present bogie hoisting area, it is necessary to provide a service track

and turntables for bogies to link the two areas. Please refer to MRT3 Workshop

Improvement Lay-out.

14.2 WORKSHOP IMPROVEMENT (Infrastructure)

14.2.1 General

All works under this section shall be carried out in accordance with all the governing

codes and regulations that are hereby made part of these specifications. The plans and

these specifications are complementary and what is called for in one shall be as if

called for in both.

Applicable Standards The following are the main reference standard comprises the technical requirements

and the condition to be adopted for the execution of the works.

AASHTO - American Association of State Highway and Transportation Officials

ACI - American Concrete Institute

PCI - Prestressed Concrete Institute

ANSI - American National Standard Institute

ASTM - American Society for Testing and Materials

AWS - American Welding Society

PNS - Philippine National Standards DPWH Standard Specification

PEC - Philippine Electrical Code

NEMA - National Electrical Manufacturer’s Association

Work in General

The work shall consist of providing all items, materials, operations or methods listed,

implied, mentioned or scheduled on the drawings and/or herein, including all labor,

supervision and equipment necessary to the proper completion and execution of the

works except those portions of the work that are clearly stated to be done by others.

Page 161: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Work Included

The work to be done under this section shall include the furnishing of all tools, labor,

supervision, equipment, fixtures and all necessary materials, each complete and

proper working condition unless one or other is specifically excluded or stated

otherwise in this specifications but not limited to the works below:

Relocation, removal and demolition, re-installation of existing equipment and other

works as required in carrying out removal, demolition and modifications to existing

lighting, fixtures, pneumatic lines and branch circuits. Such necessary improvements

and modifications to the electrical and mechanical works because of structural and

architectural changes shall form part of the scope of this section even if not

specifically identified.

Visit to Site

The Contractor is advised to visit and satisfy himself as to the local conditions and

facilities that may affect his work. He will be deemed to have fully completed this

study before preparing his proposal and no subsequent claim on the grounds of

inadequate or insufficient information shall be entertained.

14.2.1.1 CONVERSION OF LEVELED TRACK TO

MAINTENANCE PIT TRACK

A portion of Tracks 19 and 20 shall be converted to a maintenance pit (40 M each) so

that bogies can be dismounted from the car using the mobile lifting jacks. All

compressed air supply complete with quick connect coupling, valves and fittings shall

be provided with the same materials used as of the existing pit including other

associated utilities (electrical/ mechanical) inside the pit. The depth of the pit shall be

1.5 m from top of rail. Please refer to MRT3 Workshop Improvement Lay-out.

14.2.1.2 SERVICE TRACK FROM TRACK 17 TO BOGIE

WASH TRACK

A service track from track 17, 18, 19 and 20 to bogie wash track shall be provided to

be connected by means of bogie turn tables for easy access to cleaning in the bogie

wash room during dismounting. Please refer to MRT3 Workshop Improvement Lay-

out.

14.2.2 WORKSHOP EQUIPMENT (Additional)

14.2.2.1 DESCRIPTION

The scope of this section is to provide specification for the supply, installation, testing

and commissioning and subsequent training of operators in relation to additional

Depot Equipment.

WARRANTY

The supplier shall provide the MRT3 with a two (2) year period of warranty coverage

for the equipment issued that will commence upon written confirmation of final

acceptance. Refurbished equipment shall also be guaranteed for not less than 2 years.

Page 162: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

SUBMITTALS

Supplier shall provide written instruction in English language pertaining to the

operation, servicing and maintenance of the equipment.

The O & M manuals shall be provided from the delivery of equipment. It shall

describe the method and theory of the operation, equipment characteristics and

specifications, as well as maintenance and troubleshooting procedures. Complete

parts list, troubleshooting flowcharts and guidelines and safety precautions shall be

included.

Supplier shall provide shop drawings in A1 size including “As Built” drawing.

RELIABILITY, AVAILABILITY, MAINTAINABILITY AND SAFETY

The supplier shall provide the equipment’s reliability, availability, maintainability and

safety criteria based on EN 50126 or acceptable equivalent Standard. It shall be based

or compatible with the existing installed equipment or even better.

TRAINING

Supplier shall provide training in the proper and safe use of the equipment proposed

and shall describe/facilitate the proposed training program. The supplier shall provide

all training materials, training tools and venues.

SPARE PARTS

The supplier shall be responsible for the availability and supply (shall provide) of all

initial spares at site during installation, commissioning and the warranty period.

Consumable spares comprising those items which are required for routine

replacement or usage to meet the manufacturer’s recommended servicing and

maintenance programs shall also be provided for use during the warranty period and

for one (1) year service after the warranty period. Included in this supply shall be

those items which are expected to fail during the specified period based on the

manufacturer’s known or predicted failure rate.

The contractor shall ensure the availability of these spare parts for at least 4-four

years.

DELIVERY, STORAGE AND HANDLING

Materials shall be delivered to the site in the original sealed containers or packages,

and shall bear the manufacturer’s name and brand designation. Where materials are

covered by a reference specification number, type and plan as applicable. Materials

shall be stored and handled in a manner to protect them from damage during the entire

construction period.

14.2.2.2 HAND ACTUATED TURNTABLE FOR BOGIES (5 Units)

Page 163: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

This equipment is designed for transfer of bogies from one track to another for repair

and overhaul and shall be mounted in a concrete pit. The top of the turntable shall be

at the same level of the workshop floor so as not to hinder trolley movement. The

turntable shall be manually operated; at least two-2 personnel could easily rotate the

table with a maximum load of 6 tons. Rail gauge to be used shall be the same as the

existing rail (Rail Gauge = 1,435 mm). The gap between the foundation and the turn

out table shall be less than 10mm. A stopper shall also be provided so that the table

will not move when at rest position. The supply shall include (for each turntable):

The turntable

The running platform

The peripheral joint ring

Each turntable shall consist of mechanical assembly bearing on a center pivot and

several carrier rollers running on circular platform.

14.2.2.3 MOBILE LIFTING JACKS (1 Set / 12 Units – 50 KN Capacity)

This equipment is used to jack-up LRV in simultaneous, synchronized and a safe

manner in order that items of running gear and some under frame mounted equipment,

such as bogies, can be removed and replacement items fitted. The design of the jacks

shall be such that personnel shall be able to work safely under an LRV being

supported by these jacks without the necessity of providing additional supports.

The jacks will be controlled from one control station which will be provided with a

means of enabling the maintainer to monitor the jacking process is proceeding safely

and synchronized. The number of jacks being controlled during jacking operations

will be variable.

Control and power cabling for the jacks that could be under hatches will be strong

enough to bear any likely imposed weight, for example fork lift trucks or another jack.

The intension is to keep this cabling to a minimum on the workshop floor. Connection

between jacks and the floor sockets will be via suitably robust connectors and cables.

It is required to have a set of mobile jacks arranged to be able to lift one single LRV.

RAM CRITERIA DIMENSION

Reliability No more than one failure per year

Availability

95% after breakdowns and maintenance

Maintainability

Equipment to be back in service at maximum tone half day after failure

RAM CRITERIA DIMENSION

Reliability No more than one failure per year Availability 95% after breakdowns and maintenance

Maintainability Equipment to be back in service at maximum two days after failure

Page 164: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

14.2.2.4 TRAVELLING LIFTING TABLES IN PIT (1 Unit –20 KN Capacity)

This equipment is designed for removal of equipment fitted on the under frames of

LRV. It shall also be designed for carrying in the equipment after removal from the

LRV to the end of the pit for transfer to a hoist.

14.2.2.5 JIB CRANES (2 Units – 20 KN Capacity)

This equipment is mainly used in the overhaul workshop. They shall be used for the

movement of large assemblies/sub-assemblies in a single area.

15. TAFT POCKET TRACK

MRT3 presently has already approached the limit of practical capacity. Therefore, capacity

expansion and improvements become particularly timely and an important objective to be

implemented.

The present three-car trains shall be improved to four-car trains in the implementation of this

Capacity Expansion.

The present retaining wall, tracks and wayside equipment installed at Taft Pocket Track

(TPT) shall be modified and lengthened accordingly to accommodate 4-car trains.

Modification works should not in any way disrupt the current system operations.

The extension of the Pocket Track shall be completely interfaced and integrated with the

signaling system, power supply, catenary system and track works.

The works will require demolition and replacement of some length of the affected wall

structure. It requires redesign, relocation and replacement the cables relevant to signaling and

Overhead Catenary System (OCS).

The technical specifications relevant to each portion of the works are as follows, but not

limited to:

a. Part 1 – Civil Works

b. Part 2 – Track works

c. Part 3 – Overhead Catenary System

RAM CRITERIA DIMENSION

Reliability No more than one failure per year

Availability 98% after breakdowns and maintenance

Maintainability Equipment to be back in service at maximum one half day after

failure

RAM CRITERIA DIMENSION

Reliability No more than one failure per year

Availability 97.5% after breakdowns and maintenance

Maintainability Equipment to be back in service at maximum one half day after failure

Page 165: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

d. Part 4 – Signaling System

The Signaling Upgrade shall not be included in this contract. The upgrade of the signaling

system shall be carried out by the Signaling Provider of the MRT3.

The contractor shall follow the design requirement and specification of the Signaling system

to make the Power & OCS system, Civil Works and Track Works fully integrated to the

Signaling system.

15.1. CIVIL WORKS

15.1.1. General

The stipulation stated in this Section specifies the requirements applicable to the Civil

Works for the extension of the MRT 3 Taft Pocket Track.

The works shall include the detailed design, supply, delivery, installation, testing &

commissioning, defects warranty and obtaining all permission from government

authorities and everything whether permanent or temporary in nature needed and

necessary for safe and proper execution of work and fulfillment of all obligations

required under this contract.

15.1.1.1. Scope of Work

The Contractor shall be responsible for:

a. Design, plan, and modification of MRT3 retaining wall structures affected

by extension of the Taft Pocket Track.

b. Other Civil Works required for work completion like restoration of MRT 3

perimeter fence, drainage, curbs and etc.

c. Ensure no disruption to MRT 3 daily train operations and adjacent traffic

flow along EDSA.

15.1.1.2. Applicable Standards The following are the main reference standard comprises the technical

requirements and the condition to be adopted for the execution of the works.

American Standards

- AASHTO

- ACI

- ASTM

- AWS

- PCI

British Standards

- BS

- CIRIA

- CRSI

European Norms

- CEN

Page 166: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

- SCCEPG

French Norms

- AFNOR

- DTU

DPWH Standard Specifications

PNS

15.1.1.3. Special Site Conditions

Utmost importance shall be taken by the Contractor with regard to the special site

conditions affecting the design and construction of the project.

15.1.1.4. Performance Requirements

The contractor shall prepare design criteria, a preliminary set of standard

drawings, a list of the basic design drawings, and a set of final design drawings

and an outline of the procurement and construction specifications.

15.1.2. Materials Requirements Civil Work materials needed for the extension of Taft Pocket Track shall be complete

with all accessories and passed all the required testing in accordance to specifications

and standards and shall be approved by the Engineer before incorporating to work.

The Contractor shall ensure materials availability for small quantity production

intended for maintenance use.

15.1.2.1. Removal of Structures and Obstructions This Item shall consist of the removal wholly or in part and satisfactory disposal

of all structures, fences, old pavements and any other obstructions which are not

designated to remain. It shall also include salvaging of designated materials and

backfilling with approved fill materials. All rubbish from the TPT area shall

be disposed of and shall not allow accumulations.

15.1.2.2. Earthworks

All materials to be incorporated in the work shall pass all required testing and

certification and in accordance with the requirements of Part C Earthwork

DPWH Standard Specifications 2004 (Volume II).

15.1.2.3. Aggregate Base / Sub-Ballast

The aggregate base (sub-ballast) shall be from approved source and conform to

the requirements of Item 201 Aggregate Base Course of the DPWH Standard

Specifications 2004 (Volume II)..

15.1.2.3.1. Geo-Textiles

This item covers geo-textile fabrics for use in subsurface drainage, hydraulic

control, erosion control, sediment control and pavement structures as a

waterproofing and stress relieving membrane in order to prevent mixing of

dissimilar materials.

Page 167: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Geo-textile sheet for MRT3 shall be 13kn tensile strength and at least 0.90mm

thickness.

Materials and specifications for this section shall conform to Item 715 of

DPWH Standard Specifications 2004 (Volume II).

15.1.2.4. Concrete Works

This section refers to the required concreting works for MRT3 retaining wall,

OCS posts unless specified and other concreting works needed for the extension

of Taft Pocket Track.

15.1.2.4.1. Concrete

The concrete shall be adequately workable and of proper consistency to permit

flow to forms and reinforcement during placement and no signs of aggregate

segregation. The designed minimum compressive strength of concrete at 28

days shall be 28 Mpa shall conform to AASHTO, ACI, ASTM and standards

applicable.

15.1.2.4.2. Hydraulic Cement All Portland cements shall be obtained from suppliers which have a quality

system for product conformity and shall conform to ASTM 150 or Item 700

of DPWH Standards Specification or approved equal.

15.1.2.4.3. Water Water shall be clean, fresh and potable and shall conform to Item 714 of

DPWH Standard Specifications.

15.1.2.4.4. Aggregates Aggregates shall be from approved source and shall not contain any deleterious

substances to prevent contamination and cement alkalis reactions.

All aggregates shall pass all required testing and shall conform to ASTM

Standards and Item 703 of DPWH Standard Specifications.

15.1.2.4.5. Admixtures

Suitable admixtures may be used to modify certain properties of concrete and

shall conform to ASTM C494. However, as they may at the same time

adversely affect other important concrete quality, the Contractor shall carry

out testing on concrete to which they are added.

All admixtures shall conform to relevant local and international specifications

and shall be approved by the Engineer.

15.1.2.4.6. Steel Reinforcement

Page 168: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

The Contractor shall specify basic and minimum standards for furnishing and

installing steel reinforcement for concrete. All reinforcing steel shall be hot

rolled weldable deformed steel bars obtained from approved supplier as

specified in ASTM A615M or BS 4449 and shall have the following minimum

yield strength:

a. 12 and smaller shall be 275 Mpa or grade 40

b. 16 and larger shall be 414 Mpa or grade 60

15.1.2.4.7. Formwork Forms shall be designed to produce hardened concrete of the shape, lines, levels

and dimensions indicated on the design drawings. The forms including form

supports which shall withstand the worst combination of all loads together with

all incidentals dynamic effects caused by placing, vibrating and compacting

concrete.

The Contractor shall specify basic and minimum standards for forms for

concrete structures and facilities and shall conform to ACI 301 and ACI 347

standards.

15.1.2.4.8. Materials for Curing Concrete

Concrete curing materials shall be of approved materials and conforms to

standards requirements. The materials shall be satisfactory of providing a

curing environment for optimal concrete quality, consistency, strength and

durability.

The following materials can be used for curing concrete by the Contractor or

any approved equal:

a. Liquid membrane forming compounds AASHTO M 148 / ASTM

C1315

b. Previous sheeting AASHTO M 184.3

c. Standard specification for sheet materials for curing compound ASTM

C171

15.1.2.4.9. Joint Fillers

Unless otherwise shown on the plans or in special provisions, materials for

expansion joint filler shall conform to the ASTM D-1751 requirements and

specifications.

15.1.2.4.10. Other Accessories

Reinforcement accessories, consisting of bar supports, spaces, ties, and similar

items as required for spacing, assembling, and supporting concrete in place shall

be provided conforming to reference standards.

15.1.2.5. Civil Miscellaneous Structures

This section refers to miscellaneous materials required and necessary to complete

the work in the extension of Taft Pocket Track.

Page 169: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

15.1.2.5.1. Curb and Gutter

Curb and gutter shall be constructed by concrete cast in conformity with the

design drawings and shall be in accordance with the plans and specifications

required by the Engineer.

Materials and execution shall conform to Item 600 of DPWH Standard

Specifications.

15.1.2.5.2. Fences

Fences necessary to maintain system security along the MRT3 perimeter shall

be provided by the Contractor and shall ensure that there are no related or

operational problems. Metal fences should be galvanized and or walls shall

have smooth surfaces and shall be painted.

MRT3 perimeter fence shall be constructed in conformity with the designs and

specifications required by the Engineer and shall be compatible with the

existing fenced materials.

Materials and execution shall conform to Item 604 of DPWH Standard

Specifications.

15.1.2.5.3. Drainage Drainage for MRT3 shall be compatible with the existing drainage system. It shall be designed to remove completely excess water. Drainage pipes of

100mm Ø shall be perforated with 10mm Ø holes connected to PVC drain

pipes of the same diameter and spaced every 3 meters shall be used.

15.1.2.5.4. Cable Trough Cable trough shall be precast concrete provided with 20mm Ø drain holes

spaced every 5 meters. Cable through shall be 50mm thick and at least 270mm

in height. Each cable through of 300mm and 440mm wide respectively shall

consist in 3.2mm Ø welded wire fabrics spaced every 150mm and shall

conform to ASTM A185.

15.1.3. Construction Requirements

The Contractor shall be responsible for the construction means, methods, techniques,

sequences and procedures for coordinating all portions of the Work under the

Contract Documents.

The Contractor shall provide all superintendence during the execution of the Work as

may be necessary for the proper fulfillment of the Contractor’s obligations under the

Contract. It shall include the supervision and inspection by qualified professional

personnel experienced in railway construction whose responsibility shall be to ensure

the technical standards and workmanship, materials, and quality are being maintained

in accordance with the Scope of Work.

Page 170: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

The Contractor shall design, supply and install materials for the extension of Taft

Pocket Track which satisfies to the minimum requirements of the specification and

Employer’s Requirements. The Contractor shall submit full details of the proposed

design to the Engineer for review and approval and shall not commence until written

acceptance has been received from the Engineer.

15.1.3.1. Removal of Structures and Obstructions

This Item shall consist in the partial or whole removal responding to the final

disposal of all structures: fences, old pavements and any other obstructions which

are not designated to be remained. It shall also include salvaging of designated

materials for backfilling with approved fill materials. All rubbish from project

area shall be disposed and accumulations shall not be allowed.

15.1.3.1.1. Execution

This section shall conform to Item 101 of DPWH Standard specifications

15.1.3.1.2. Dust control

The Contractor shall take appropriate action to check the spread of the dust in

the project site and avoid the creation of a nuisance in the surrounding area.

The Contractor shall not use water if it results in hazardous conditions such as

flooding or pollution and shall comply with all dust regulations imposed by

the local air pollution agencies.

15.1.3.1.3. Construction Protection

The Contractor shall ensure construction protection adequately during

execution of work in order not to affect the adjacent traffic flow along EDSA

Highway and MRT 3 operations.

The Contractor shall take all necessary precautions to protect personal (ppe)

and private property in the areas of work. Approved barriers and warning

signs shall be provided to reroute personnel/motorists around areas of

dangerous work

15.1.3.1.4. Rubbish / Debris Rubbish/debris shall be placed in approved Contractor furnished containers to

prevent spread and accumulation of dust and dirt. It shall be removed from the

area of work as often as necessary but not less than at least once at the end of

each workday.

15.1.3.1.5. Submittals

The Contractor shall submit the following:

a. Proposed demolition procedures for Engineer’s approval

b. Detailed description of equipment to be used for each sequence of

operation

c. Traffic management plan

Page 171: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

d. And other submittals required for work completion.

15.1.3.2. Earthworks

The work specifies in this section consists of stripping topsoil, excavating and

backfilling to attain indicated sub-grades and grades and conforms to Part C

Earthwork of DPWH Standard Specifications latest edition.

15.1.3.2.1. Excavation Remove materials within the indicated limits. The sub-grade is the lowest

elevation of excavation and it shall be inspected and approved by the Engineer

prior to placement of grade materials. Excavated materials satisfying the

requirements of Item 104 of the DPWH Standard Specifications may be used

as fill materials. Remove all surplus excavated materials.

15.1.3.2.2. General Excavation

a. Generally refers to excavation for the construction of track-way and

roadway as indicated on the design drawings.

b. Sub-grade preparation at sub-grade track way and roadway in

excavation areas shall have a minimum bearing capacity of 150 Kpa

and shall conform to Item 105 of DPWH Standard Specification.

c. Fill unauthorized excavation with approved fill materials by the

Engineer and compact to at least 90 percent of maximum dry density in

accordance with ASTM 698 of 200mm per compaction layer.

15.1.3.2.3. Structure Excavation

Ensure that the existing sub-grade, other than rock, will not be disturbed and

get loose by any excavation. If the sub-grade material is disturbed to a lesser

than 90% of FDT, measure should be taken to recover the sub-grade at least

90% FDT or higher, otherwise the disturbed material can be replaced by

equivalent material or with concrete of the same class as the sub-grade

structure.

The Contractor shall ensure that demolition and excavation of the adjacent

existing concrete road which is affected by the project shall not disrupt the

road traffic and not damaging to any other existing facilities.

15.1.3.2.4. Filling, Backfilling and Compacting

Gradation ASTM D422

Liquid Limit ASTM D4318

Plasticity Index ASTM D4318

Resistance (R. Value) ASTM D2844

Maximum Density ASTM D1557

Sand Equivalent California test 217 or ASTM D2419

Page 172: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Refer to Item 104 of DPWH Standard Specifications.

15.1.3.2.5. Contractor’s Quality Control

Prior to and during the execution of the work, the Contractor’s Testing

Laboratory shall perform all necessary tests in accordance with the minimum

testing requirements and Item 104 of DPWH Standard Specifications. Field

Density Test for any sub-grade for track or for any soil for spread foundation

should be higher or at least 90%.

15.1.3.2.6. Submittals

The Contractor shall submit the following for Engineer’s review and approval:

a. Equipment to be utilized in the work

b. All necessary methods and procedures

c. All testing results and other materials certification

15.1.3.3. Aggregate Base / Sub-Ballast

This section specifies the furnishing, placing, spreading and compacting of

crushed aggregate base or sub-ballast in one or more layers in accordance with

specification and contract drawings.

15.1.3.3.1. Placing, Spreading and Compacting

The approved aggregate base course (sub-ballast) shall be placed, spread and

compacted in conformity with the requirement of DPWH Standard

Specifications Items 200.3.2 and 200.3.3 and contract drawings.

Geo-textile materials, execution and specifications for this section shall

conform to Item 715 of DPWH Standard Specifications.

15.1.3.3.2. Submittals

The Contractor shall submit the following for Engineer’s review and approval:

a. Geo-textile materials specifications

b. Equipment for to be utilized for the work

c. All necessary methods and procedures

d. Materials grading and testing results

e. Materials source and certificate of compliance

15.1.3.4. Concrete Works for Retaining Wall

This section covers procurement and placing of concrete. It specifies basic and

minimum standards for materials and equipment for the use of plain and

reinforced concrete.

All specifications discussed in this section will technically apply for the

construction of MRT3 retaining walls, OCS foundation if necessary and other

concrete works needed for the extension of the Taft Pocket Track.

Page 173: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

15.1.3.4.1. Quality Assurance

The Contractor shall be responsible for the quality control and quality

assurance for materials and construction to be included but not limited to the

following:

a. Complete quality assurance plan

b. Organizational chart for quality control

c. Qualifications of independent testing laboratories as well as names and

experience records of Contractors staff for implementing quality plans

d. Site laboratories locations, layout and equipment

e. Plans for testing products requiring testing and inspection at the

supplier’s premises and proposed procedures for ensuring quality

control is implemented

f. Provision of inspection and testing instruments and devices to ensure

proper performance of quality control

g. Verification by affidavits and certifications that the supplied products

meet requirements of reference specifications as specified in applicable

sections of specification

h. Tests to be regularly performed on all supplied materials

i. Lists of proposed stages at which specified inspection and

documentation shall be performed by the contractor and approved by

the Engineer

j. Forms of all test reports for all materials and items to be tested

k. Quality assurance plan system, documents control, handling and

storage procedures and check on quality records and auditing system

15.1.3.4.2. Execution

The Contractor shall establish methods and procedures for all activities needed

to complete the work in accordance with applicable specifications.

The following works shall be included:

a. Survey and setting out

b. Rebar installations

c. Formwork installations

d. Inspection before placing concrete

e. Handling and placing of concrete

f. Compaction of concrete

g. Concrete surface finishing

h. Concrete curing

15.1.3.4.3. Submittals

Prior to the works, the Contractor shall submit the following documents for

the Engineer’s review and approval:

a. Quality assurance plan

b. Applicable reference codes

Page 174: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

c. Sources and characteristics of concrete materials comprising cement,

coarse and fine aggregates, admixtures, water and reinforcement

d. Proposed concrete mix design accompanied by all relevant data for

materials sources and testing

e. Methods of concrete mixing, transportation, placing, compacting and

curing

f. Details of batching plant

g. Quality control procedures comprising methods of sampling as well as

site laboratory equipment and experience records and number of

quality control personnel

h. In addition to other requirements regarding design calculations and

details of proposed construction methods including type of equipment,

plans of execution and corresponding calculations

i. Traffic management plan

j. And other submittals which conform to 4.1.3.4.1 Quality Assurance

15.1.3.4.4. Tolerances The concrete work shall be constructed to an accuracy which shall permit the

proper assembly of components and installations and shall be compatible with

the finish.

The accuracy of the work shall be within the tolerances shown on the

drawings or specified elsewhere and in the absence of any other requirements,

shall comply with the following:

All laying out dimensions ±5 mm

Concrete surface level ±5 mm

15.1.3.5. Civil Miscellaneous Structures

This section shall consist of all Civil Miscellaneous Structures required for supply

and installations necessary to complete the Civil Works for the extension of

MRT3 Taft Pocket Track.

15.1.3.5.1. Submittals

The Contractor shall submit the following for the Engineer’s approval:

a. Detailed design drawings for each Civil Miscellaneous Structures and

Materials

b. Method and procedures for each Civil Miscellaneous Works

c. Materials compliance certificate and testing results

d. And all other submittals needed to complete the work

15.2. TRACK WORKS

15.2.1. General

The provisions stated in this document are related to the specific requirements

applicable to the track system for the extension of MRT3 Taft Pocket Track.

Page 175: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Trackworks system under this Contract shall conform to the most recent practices of

the American Railway Engineering Association (AREA), Union Internationale des

Chemins de Fer (UIC), International Standards Organizations (ISO) and the practices

and specifications of recently constructed mass transit systems of equivalent capacity

and characteristics constructed within the last five (5) years. It shall be of proven

design satisfying the system performance requirements and shall be compatible with

the existing MRT3 system. It shall also satisfy requirements with regards to train

kinematic gauge, service life, reliability, maintainability and safety.

The works shall include design, supply, installation, test & commission and obtaining

all permission from government authorities and everything whether permanent or

temporary in nature necessary for safe and proper execution of work and fulfillment

of all obligations required under this contract. It shall also include the training of the

Employer maintenance personnel, supply of maintenance and repair manuals, as-built

records and rectification of defects liability period of the installed ballasted tracks

system.

15.2.1.1. Scope of Work This section specifies the scope of work of the Contractor as follows:

a. Design, plan, supply and installation of all track materials required for the

extension of Taft Pocket Track in order to accommodate a four-car train,

i.e. to relocate a turnout in order to extend the Taft Pocket Track of about

19m.

b. The workmanship shall be in accordance to specifications and quality

standards and shall not disrupt the MRT3 daily operations and adjacent

traffic flow along EDSA.

15.2.1.2. Standards and Regulations

The work shall conform to the laws and regulations existing in the Philippines and

shall generally be in compliance with the Philippines Standards and Codes of

Practices unless specifically provided for in this document.

In addition, the following standards may be considered as long as they do not

compromise the Employer’s Requirements

ACI - American Concrete Institute

ANSI - American National Standards Institute

ASA - American Standard Association

AREA - American Railway Engineering Association

CEN - Comité Européen de Normalisation

ISO - International Standard Organization

UIC - Union Internationale des Chemins de Fer

JIS - Japanese Industrial Standards

AS - Australian Standards

BS - British Standards

AASHTO - American Association of State Highway &

Transportation Office

Page 176: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

ASTM - American Society for Testing and Materials

PCI - Pre-stressed Concrete Institute

15.2.1.3. Special Site Conditions

The Contractor acknowledges that it has thoroughly investigated and satisfied

itself as to all general and local conditions affecting the work. The failure of the

Contractor to accustom himself with such conditions will not relieve him from any

responsibility for completing the works under this contract. The Contractor shall

be fully responsible for any damage caused to the site or other existing facilities

due to his track works equipment movements and transportation and restore these

damages to its original state at his own expense.

15.2.1.4. Design Criteria The following data will constitute for the design of trackworks for MRT3:

a. Track gauge 1435mm

b. Train speed 65kph

c. Concrete tie spacing 750mm

d. Rail inclination 1:20

e. Axle load 90kn

f. Ballasts depth minimum 250mm Mainline

g. Rail profile UIC 54

h. Depot track minimum radius 25m

i. Concrete tie length 2500mm

j. Concrete tie weight 250kg

k. Concrete tie compressive strength 50Mpa

l. Concrete tie stress transfer strength 30Mpa

m. Pre-stressing wire diameter 6.5mm

n. Pre-stressing wire ultimate tensile strength minimum 1700MPa

15.2.2. MATERIALS REQUIREMENTS Trackworks materials needed for the extension of Taft Pocket Track shall be complete

with all accessories and passed all the required testing in accordance to specifications

and standards and shall be approved by the Engineer before incorporating to work.

The Contractor shall ensure materials availability for small quantity production

intended for maintenance use.

15.2.2.1. Ballast

Ballast shall be of crushed rock containing no carbonates or slag; it shall be hard,

strong, angular, and durable particles. Ballast rock shall be highly resistant against

crushing, grinding, and chemically inert. It shall be weather resistant and of

homogenous structure. The Ballast shall be free from dust, soil, clay, plant matter

and substances likely to be detrimental to the rocks.

15.2.2.2. Special Trackworks

Page 177: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Unless specified, the materials required for the extension of Taft Pocket Track

refers to the supply and replacement of timber ties and other defective fastening

system that will not be suitable for their re-installation.

15.2.2.2.1. Switch and Crossing Ties Switch and crossing ties shall conform to 4.2.2.3 Monoblock Concrete Ties

15.2.2.2.2. Joints

All special trackworks joints shall either be alumino-thermic welded by an

approved welding materials and procedures for UIC 54 rail or insulated

fishplates of approved materials and specifications.

15.2.2.2.3. Rail Fastening System

Concrete ties associated rail fastening system shall be Pandrol type e-series

elastic rail clip manufactured by Pandrol Australia Pty. Ltd in accordance with

UIC specifications.

15.2.2.3. Monoblock Concrete Ties

Concrete ties shall be monoblock pre-tensioned concrete. It shall be 250kgs and

2500mm long. Alternative concrete ties could be considered if they are

compatible with the existing concrete ties in MRT3 in terms of general profile,

dimension and strength. The Contractor must ensure that alternative designs must

have a successful history performance of at least five (5) years in service under

comparable conditions. Any alternative design must be specifically approved by

the Engineer.

15.2.2.3.1. Concrete The concrete minimum 28 days design compressive strength for concrete ties

shall be 50 Mpa as determined by ASTM C39.

15.2.2.3.2. Aggregates

Both fine and course aggregates shall meet the requirements of the AREA

specification for aggregates.

All aggregates shall pass all required testing and shall conform to Item 703 of

DPWH Standard Specifications.

15.2.2.3.3. Admixtures

Chemical admixtures for concrete shall conform to ASTM C494. Additives

containing chlorides shall not be used.

Suitable admixtures may be used to modify certain properties of concrete.

However, as they may at the same time adversely affect other important

concrete quality, the Contractor shall carry out testing on concrete to which

they are added.

Page 178: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

15.2.2.3.4. Pre-stressing Tendons

The wire shall be 6.5mm diameter complying with ASTM A864 or ASTM

881 and shall have a minimum tensile strength of 1700 MPa. Tendons shall

not be contaminated with mud, oil, grease or chloride salts. Tendons with

corrosion shall not be used.

15.2.2.3.5. Rail Fastening System

Concrete ties associated rail fastening system shall be Pandrol type e-series

elastic rail clip manufactured by Pandrol Australia Pty. Ltd in accordance with

UIC specifications.

15.2.2.4. Timber Cross and Switch Ties

The ties shall be unbored and air dried hardwood of untreated Jarrah timber

species for exposed mainline turnouts or any approved equivalent.

15.2.2.5. Rails

Standard rail cross-section shall be UIC 54 (54.43 kg/m) of grade 900A with a

minimum tensile strength of 880 Mpa and shall meet the requirements of the UIC

Standards.

15.2.2.6. Thermit Welding

This refers to the materials and other services required for joining UIC 54 using

alumino-thermic welding process.

15.2.2.6.1. Thermit Welding Kits

Thermit welding materials shall be manufactured by Thermit Australia Pty Ltd

or approved equivalent compatible to the existing welding materials used in

MRT3.

15.2.2.6.2. Thermit Welding Equipment Welding equipment and accessories required for welding operation shall be

use and installed in accordance to manufacturer’s recommendation, contract

drawings and applicable specifications.

15.2.2.7. Other Track Materials

Other track materials and appurtenances needed to complete the work shall be

approved materials by the Engineer and installed in accordance to manufacturer’s

recommendation, contract drawings and applicable specifications.

15.2.2.7.1. Insulated Rail Joints

Rail joints shall be made up of two rolled steel fishplates designed to fit UIC

54 rail profile and with four holes drilled by an approved drilling machine.

Page 179: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Bolts shall be of high strength provided with spring and flat washers and shall

conform to applicable UIC standards.

15.2.2.7.2. Check Rails

Check rail shall be machined from UIC 33 profile of not harder than grade

900A rail steel and supported by brackets connected to the rail. Bolt

connection shall utilize steel components conforming to UIC leaflets 864/2.0

and 864/3.0 appertaining to technical specifications for the supply of track

bolts and spring washers respectively.

15.2.2.7.3. Rail Fastening System

Concrete ties associated rail fastening system shall be Pandrol type e-series

elastic rail clip manufactured by Pandrol Australia Pty. Ltd in accordance with

UIC specifications.

15.2.2.7.4. Lubricants The Contractor shall provide a dry film lubricant for application to special

tracks sliding plates. It shall have a low electrical conducting properties and

subject for Engineer’s approval.

15.2.3. CONSTRUCTION REQUIREMENTS The Contractor shall be responsible for the construction means, methods, techniques,

sequences and procedures for coordinating all portions of the Work under the

Contract Documents.

The Contractor shall provide all superintendence during the execution of the Work as

may be necessary for the proper fulfillment of the Contractor’s obligations under the

Contract. It shall include the supervision and inspection by qualified professional

personnel experienced in railway construction whose responsibility shall be to ensure

the technical standards and workmanship, materials, and quality are being maintained

in accordance with the Scope of Work.

The Contractor shall design, supply and install a ballasted tracks system which

satisfies to the minimum requirements of the specification and Employer’s

Requirements. The Contractor shall submit full details of the proposed design to the

Engineer for review and approval and shall not commence until written acceptance

has been received from the Engineer.

15.2.3.1. Ballasted Trackworks Construction

This section applies to construction of all ballasted tracks both plain and special

tracks for MRT3 both Depot and Mainline.

15.2.3.1.1. Quality Assurance Program

a. The Contractor shall establish, implement and maintain a quality

assurance program to provide verification of compliance with contract

requirements. The quality assurance program shall consist of detailed

Page 180: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

procedures and instructions for monitoring and controlling those

activities related to quality during design, fabrication, delivery,

handling, storage, installation, inspection and testing. The areas which

the quality assurance program shall address include the following:

Review and control of quality procedures and instructions,

Calibration of construction measuring and testing tools and

equipment,

Qualification and certification of Personnel,

Tests and inspections

Procurement quality assurance,

Identification and control of items, and

Handling, delivery and storage of materials.

b. Adequate records shall be maintained by the Contractor in accordance

with the requirements of his quality assurance program and shall

include the following:

Evaluation of subcontractors’ and suppliers’ qualifications and

past performance,

Results of inspections and tests,

Certificates of compliance,

Qualified procedures for special processes,

Personnel certifications,

Measuring and test equipment calibration certificates, and

Transmittals of contract related information.

c. The appropriate requirements of the Contractor’s quality assurance

program shall be imposed upon subcontractors and suppliers.

d. The quality assurance activities of the Contractors/subcontractors and

suppliers will be subject to Engineer’s verification, inspection and

audit at any time.

15.2.3.1.2. Submittals

The Contractor shall submit the following:

a. The Quality Assurance Program

b. Applicable reference codes

c. Detailed construction schedule

d. Detailed design and shop drawings for all Contractors supplied

materials and other track materials required including fastening system

for the construction of both ballasted track and special track works.

e. Pre-construction inspection reports

f. Qualifications of registered Surveyors

g. Certificate of calibration for specified tools and equipment by

independent testing laboratory accepted by the Engineer

h. Details and arrangement of equipment, materials and personnel to be

used during the various construction stages. Maximum construction

Page 181: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

loads shall be identified and submitted to the Engineer for review prior

to any construction equipment being allowed to construction site

i. Details for the protection of rails, special track works, other track

materials and facilities from damage by construction equipment and

road traffic,

j. Production information forms and test reports on welds,

k. Rail laying records,

l. Calculation to determine Neutral Rail Temperature for Depot and

Mainline.

m. Method statement for natural or artificial de-stressing works for

ballasted track and ballasted special track works both Depot and

Mainline.

n. Procedures for handling and anchoring CWR,

o. Procedures for rail grinding and subsequent cleanup including a daily

rail grinding log indicating grinding date, locations, number of passes

of grinder, manufacturer and model number of grinder,

p. And all other documents needed for the completion of the work and

subject for Engineer’s review and approval.

15.2.3.1.3. Electrical Testing The Contractor shall perform all tests of electrical resistance and continuity for

insulated rail joints, running rail, running rail to running rail and track to earth.

Any installations which fail shall be rectified by the Contractor at his own

expense and retested until acceptance by the Engineer.

15.2.3.1.4. Inspection

The Contractor shall inspect the construction area prior to installation of

trackworks for any damages and discrepancies with propose installation plan

and correct said discrepancies authorized by the Engineer.

15.2.3.1.5. Track Laying Construction for Ballasted Tracks

The Contractor shall submit method statement for a systematic rail laying

construction for Engineer’s review and approval.

General ballasted tracks construction shall include the following procedures:

a. Survey and setting out correct tracks and special track alignment.

b. Base preparation

c. Placement of bottom ballasts on an approved base

d. Placement of concrete sleepers or timber ties

e. Placing of rails and fastening to concrete sleepers or timber ties

f. Welding of rails to form continues welded rail

g. Fastening of concrete sleepers or timber ties

h. Placement of top ballasts

i. Initial surfacing and aligning

j. De-stressing work

k. Final surfacing and alignment

Page 182: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

l. Test and inspection of finished tracks

m. Site Cleaning

Refer to Table 1 “Track Construction Tolerances” where indicated the

allowable geometric design variation for track work construction.

The Contractor shall assists the Engineer in his inspection of the finished track

with a track geometry measuring device that capable of measuring various

track alignment parameters with accuracy more than the tolerances specified

in Table 1 “Track Construction Tolerances” and submit the print-out for

Engineer’s approval and record. Any data being out of tolerance shall be

rectify by the Contractor and shall be re-inspected by the Engineer.

Before final acceptance by the Engineer, the Contractor shall perform

ultrasonic inspection of all running rails and special track works to detect

flaws in rail, joints and welds.

15.2.3.1.6. Track Laying Construction for Ballasted Special Tracks

Special trackwork construction shall conform to Clause 4.2.3.1.5 Track

Laying Construction for Ballasted Tracks except the use of track geometry

measuring device since geometry alignment for special tracks will be checked

manually.

15.2.3.1.7. Mockup Tracks Not Applicable.

15.2.3.1.8. Final Acceptance Before final acceptance by the Engineer, the Contractor shall perform and

satisfy rail grinding of all rails to remove the corrosion and shall complete

ultrasonic testing inspection to detect flaws for running rails, special

trackworks and welded joints.

15.2.3.2. Ballast

The Contractor shall supply and install ballasts of approved materials required for

the extension of the MRT3 Taft Pocket Track.

15.2.3.2.1. Testing Requirements

a. Grading

Size of Sieve Opening % Passing by Weight

Ballast for MRT 3 (Size 3 AREA

Manual)

63.5 mm 100%

50.8 mm 95-100%

38.1 mm 35-70%

25.4 mm 0-15%

12.7 mm 0-5%

Page 183: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

b. Deleterious substances present in prepared ballasts shall not exceed the

following:

c. Percentage of wear shall not exceed 25% after testing in a Los Angeles

abrasion testing machine in accordance with ASTM C535. d. The bulk specific gravity and percentage of absorption shall be 2.60

and 1% respectively in accordance with ASTM C127.

e. The magnesium carbonate content shall be tested and defined in

accordance with ASTM C25. No carbonates shall be allowed.

15.2.3.2.2. Submittals

The Contractor shall submit the following for Engineer’s review and approval:

a. Ballast source certificate of compliance

b. Tests results mentioned in 4.2.3.2.1 Testing Requirements

c. And all other test required to complete the work

15.2.3.3. Special Trackworks

The Work of the Contractor in this section refers only for the relocation of the

existing 1:6 turnout and replacement of timber/switch ties and other associated

fastening system that found defective during the execution of the work. It shall be

in accordance to design, specifications, standards and scope of work.

15.2.3.3.1. Quality Assurance

Shall conform to 4.2.3.1.1 Quality Assurance Program

15.2.3.3.2. Submittals

The Contractor shall submit the following for Engineer’s review and approval:

a. Shop drawings showing details and arrangements of special trackwork

relocation,

b. Proposed welding, joining and test procedures for special trackwork,

c. Contractor’s system specification for marking and identifying sizes,

types and composition of products, as well as identifying parts for the

purpose of proper location during installation,

Material Percent by

Weight Method of Test

Soft Pieces 5% AASHTO - T189

Fine less than No. 200

Sieve 1% ASTM C117

Clay lumps and Friable

Particles 0.5% ASTM C142

Flakiness Index 20% BS 812

Page 184: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

d. Certificates of material compliance required by this specifications,

e. Test report of chemical analysis and Brinell hardness of running rail,

electric insulation, and other tests required by this specification.

15.2.3.3.3. Inspection and Acceptance For the inspection of material under this Contract, the terms set forth in

“Materials Inspection, Test and Claims,” under the UIC Specifications for

Special Track Work shall apply, except as listed herein.

The Contractor will make available to the Engineer all the necessary facilities

to examine the work during its progress as well as the finished product to

satisfy him that the materials comply with the Specification. The Contractor

will provide templates and 1 meter straight edges to check flangeways, rail

end, and switch rail planing.

15.2.3.4. Monoblock Concrete Ties

This section specifies the requirement for the supply and installation of pre-

stressed monoblock concrete ties with complete rail fastening system compatible

with the existing system of MRT 3.

15.2.3.4.1. Design Criteria

As specified in 4.2.3.1.4 Inspection

15.2.3.4.2. Marking, Delivery, Storage and Stacking

Mark on top of the ties with indented or raised letters to indicate the

manufacturer, year of manufacture, mould number and project identification.

Contractor must securely brace ties during transportation to prevent from any

movement that could cause damage. During transportation, ties should be in

horizontal position supported with wooden spacer blocks so that the top

surface does not make contact with ties loaded above. Do not stack ties more

than 6 layers during transport.

The Contractor shall store concrete ties in a location that would avoid

additional handling until the final distribution or within the area

designated by the Engineer.

15.2.3.4.3. Quality Assurance and Inspection

Before production commences, the Contractor shall prepare a quality control

manual for approval by the Engineer and shall include details of:

Management organization

Responsibilities of production and quality control personnel

Plant standards

Checks to be carried out by the production personnel

Inspection and testing to carried out by quality control personnel

Procedures for approving sources of materials

Page 185: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Procedures to ensure all measuring equipment is properly calibrated

Procedures to ensure that concrete ties are not shipped until acceptance

load testing is complete

Quality audit procedures

This section shall also conform to 4.2.3.1.1 Quality Assurance Program

15.2.3.4.4. Submittals

a. Quality control program

b. Concrete mix design

c. Concrete curing procedures

d. Method and procedures for concrete ties production

e. Tensile strength test results

f. Rail fastening system technical specifications and drawings

g. Pre-stressing wire technical specification

h. All materials test results needed to complete the work and before

incorporating to concrete ties production

This section shall also conform to 4.2.3.1.2 Submittals

15.2.3.5. Timber Cross and Switch Ties

This section comprises specifications for the supply and installation of new timber

cross ties, switch ties, switch machine ties required for the relocation of MRT3

Taft Pocket Track turnout 1:6 of approved source and shall be compatible with the

existing materials.

15.2.3.5.1. Quality Requirements

Ties shall be free of defects that may impair their strength or durability.

Defects such as decay, large splits, large shakes, excessive grain slope, large

holes and large knots will not be acceptable. All timber ties shall be cut by saw

and the cross section shall be 225mm wide and 140mm deep. Standard cross-

ties shall have a length of 2440 mm. Size and length tolerances shall be as

follows:

a. Width - plus 10 mm/minus0

b. Depth - plus 12 mm/minus 0

c. Length - plus 50 mm/minus 0

Each timber shall be examined on the top, bottom, sides and ends. Cross and

switch tie shall not exceed the following allowable amount of defects:

Type of Warp Allowable Amount

Spring 25 mm

Bow 9 mm

Crook 25 mm

Cup 6 mm

Twist 6 mm

Page 186: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

All ends of timber ties shall be cut square and provided by anti-split end

plates. End plates shall be applied flush to the end surfaces of the tie and will

remain securely seated and withstand rail vibration.

The Contractor is required to determine the number and dimensions of switch

ties for each turnout and shall be specified in general turnout arrangement

drawing and shall conform to dimension tolerances stated above.

15.2.3.5.2. Testing and Inspection The Contractor shall assume full responsibility for all required testing and give

the Engineers sufficient notice when testing in any form is proposed so that

Engineers could inspect and witness the tests.

The Engineer may inspect the ties during production process or after delivery

at the job site and or after placement on the grade for track utilization.

Whether or not the Engineer test or inspect any materials, the Contractor will

not be relieved from any responsibility regarding defects or other failures to

meet the contract requirements.

15.2.3.5.3. Marking, Finishing and Workmanship Ties shall be branded or marked permanently with approved materials to show

ownership, manufacturer’s identification and year of production on one end.

Tie machining and workmanship shall follow and conform to the applicable

standards.

15.2.3.5.4. Submittals

The Contractor shall submit the following requirements:

a. Quality control program for all method and procedures to ensure

compliance with standards quality

b. The name of timber and its source for approval,

c. Timber ties Manufacturers specifications

d. Official certificates of inspection in conformance with the reference

standards including data regarding hammer band confirming timber

grading,

e. Data regarding proposed tie machining & stamping,

f. The Inspectors report form duly accomplished (as described by the

reference standards for Inspection of Timber Products) and submit to

the Engineer prior to tie shipment from the production plant,

g. Certification that the manufacturer has a minimum 5 years experience

in manufacturing timber switch ties and as a supplier to major rail

transit system.

h. Completed tests results.

Page 187: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

15.2.3.6. Rails

This section specifies the supply and installation of required rails for the extension

of MRT3 Taft Pocket Track in accordance to specification and standards.

15.2.3.6.1. Test Requirements The Contractor shall perform the following tests:

a. Chemical composition analysis

b. Mechanical property

c. Tensile strength

d. Brinell hardness test

e. Shape, dimension and appearance inspection

f. Ultrasonic test

Each rail shall be ultra sonically tested over its full length to determine its

interior conditions prior to delivery to the work site. The rail must be free

from all detrimental defects having unfavorable effect on the strength of the

rail while in service.

The Contractor shall be responsible for all required testing and shall give

Engineer sufficient notice of proposed testing so that Engineer may inspect

and witness the tests in accordance to UIC specifications.

15.2.3.6.2. Quality Assurance and Inspection This section shall also conform to 4.2.3.1.1 Quality Assurance Program

The quality system for rail manufacture shall be certified at least to ISO 9002

and shall be based on precise terms and conditions which ensure compliance

with the various rail specifications.

The Engineer will monitor from time to time the Contractor’s methods,

procedures, and processes for compliance with the accepted program and all

records of test and inspection.

15.2.3.6.3. Marking, Packaging, Handling, Transporting, and Storage

a. Obligatory marks in the UIC 54 rail shall be in accordance with UIC

Code 860 O as follows in-relief marks which shall be very legible in

characters raised on one side of the web indicating:

Identification mark of the mill,

Year of manufacture (last two figures),

Symbol of steel grade, and

Symbol of rail section in kg/m weight

b. The Contractor shall submit for approval a detailed procedure for

marking, packaging, delivery, handling, transporting and storage of

rails. Contractor shall take all necessary precautions to ensure that

rails will not be bent, deformed or damage during handling and

Page 188: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

transporting and it shall be kept clear of any standing water during

stacking and storage.

15.2.3.6.4. Submittals

The contractor is required to submit the following:

a. Certification that rail manufacturer has at least 10 years experience in

the large scale manufacture of running rails as specified herein and as a

supplier of rail to major railroads and transit systems.

b. Certification from supplier or manufacturer that all the rails

manufactured and delivered on site are in conformance with UIC

specification and that the required tests were performed as represented

by the submitted test result.

c. Tests Certificates as prescribe in 4.2.3.8.1 Rail Welding

d. Detailed production process of rails

e. Certification of the manufacture’s process in accordance to ISO 9002.

f. And all other documents needed for the completion of work.

Rails shall be guaranteed by the supplier/manufacturer from date of

manufacture plus 5 years to the date of acceptance of works against any

defects attributable to manufacture.

15.2.3.7. Track Appurtenances and Other Track Materials

This section specifies the requirements for the design, supply, and installation of

other track materials required for the extension of MRT3 Taft Pocket Track.

15.2.3.7.1. Submittals

The Contractor shall submit all detailed design drawings for each trackworks

materials in accordance with applicable specifications and subject for

Engineer’s review and approval.

a. Detailed design drawing for each Other Track Materials and

corresponding fastening system

b. Installation methods and procedures

c. Materials manufacturer specifications

d. Material compliance certificate and testing results

e. And other submittals required to complete the work

15.2.3.8. Welding of Rail

Unless specified, this section specifies the furnishing of all labor, material,

equipment and services by the Contractor which are necessary for joining new

UIC 54 rails using alumino-thermic welding process in accordance to approved

specifications, standards and manufacturer specification for materials and

equipment.

15.2.3.8.1. Rail Welding

Welding process shall include the following procedures:

Page 189: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

a. Inspection of rail ends

b. Rail cutting and set the required gap

c. Loosening of rail fastenings

d. Rail end preparation and alignment

e. Preheating and welding

f. Finishing and alignment

g. Weld testing

h. Replacement of defective welds

i. Records of thermit welding

Each procedure shall be in accordance with the AREA Manual for Railway

Engineering, the products or welding kit specifications itself and other

applicable standards.

15.2.3.8.2. Quality Assurance

This section shall conform to requirement in 4.2.3.1.1 Quality Assurance

Program

15.2.3.8.3. Weld Testing

All weld testing and submittals shall be performed by a duly accredited

independent testing laboratory in accordance with quality control requirements

and applicable standards. In order to qualify the welding kits, welding crews,

and production welds; the following test shall be carried out:

a. Radiographic testing

b. Ultrasonic testing

c. Slow bend testing

d. Hardness test

e. Rolling load test

f. Magnetic particle test

g. Visual test

15.2.3.8.4. Tolerances

All alumino-thermic welds will be in the suspended portion of rail between

supports. The weld shall not encroach 150mm from tie ends or baseplate

support. Finished weld using 1 meter straight edge shall have the following

tolerances:

a. Rail head surface +0.3 / 0.0 mm

b. Rail gauge face +0.3 / 0.0 mm

15.2.3.8.5. Submittals

The Contractor shall submit the following:

a. Detailed specifications, proposed materials, methods and procedures to

be used for the thermit welding process,

b. Certification from the supplier or manufacturer that the materials

delivered to site conforms to the specifications,

Page 190: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

c. Welding supervisor qualifications with a minimum 3 years thermit

welding experience. The welding supervisor shall be replaced only

with the Engineer’s prior approval,

d. All material testing and weld test results,

e. Test equipment certificate and calibration,

f. And all submittals shall be in accordance with 4.2.3.1.2 Submittals

TABLE 1

TRACK CONSTRUCTION TOLERANCES

Notes:

1. Variation is measured between the designed and actual alignment at any point in the

track

2. Horizontal alignment is measured in mm by 10m chord placed at the gauge line of the

rail running face.

3. Vertical alignment is measured in mm by 10m chord at the head of the datum rail.

4. Rail cant may vary between 1 in 18 and 1 in 22

5. Maximum twist is 1 in 1000.

15.3. SIGNALING

15.3.1. Introduction

The Terms of Reference (TOR) for the Pocket Track Extension Project under

Signaling System defines the scope of works to be undertaken in the extension of

pocket track.

The Signaling Upgrade shall not be included in this contract. The upgrade of the

signaling system shall be carried out by the Signaling Provider of the MRT3.

The contractor shall follow the design requirement and specification of the Signaling

system to make the Power & OCS system, Civil Works and Track Works fully

integrated to the Signaling system.

15.3.2. Background

Few months prior to the opening of MRT 3 line (Buendia to Taft station) to the public

on July 2000, the Pocket Track which is linked to the Northbound track of Taft

Avenue was discovered to have insufficient length to accommodate the safe operation

of a 4-car train passing from South side of the Pocket Track. Series of meetings and

Type of Track Gauge

Variation

Cant / Cross

Level

Horizontal

Alignment

Vertical

Alignment

Mainline

Ballasted Track

-2, +3 mm

±3 mm

±3 mm

±3 mm

Depot Ballasted

Track

N/A

N/A

N/A

N/A

Page 191: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

discussions have been held between the Contractors, Engineers and Owner to resolve

the issue and finally decided to optimize the pocket track by allowing passage of 3-car

train only. Consequently, the ATP balises were relocated to effectively protect the

train’s operation even considering the worst case scenario of trespassing down the

pocket signal in restricted aspect.

Optimization of pocket track was done through the relocation of balises which

consummates the braking distance of the train. The braking distance calculation was

based on the following data:

Vehicle condition - Empty

Brake Deceleration - 2.09 m/s²

ATP antenna to vehicle face distance - 2.8 m

1st wheel to vehicle face distance - 3m

Gradient - 0.146 %

Over-run speed passing the red signal - 19 KPH

After the relocation of balises, the testing was subsequently undertaken. The 3-car

train operation successfully passed the test. The Contractor henceforth issued a safety

certification that the pocket track is passable to 3-car trains and guaranteed that the

installed ATP was functioning normally whatever the situation or scenario.

The test for the 4-car train operation was also conducted in the pocket track and the

result showed that the fouling point clearance requirement was not able to satisfy the

safety criteria.

15.3.3. Recommendation

In order to meet the requirement for the complete operation of 4-car train

configuration in the pocket track, the only option is to extend the track at the northern

side (going to the direction of Magallanes station), which will include the following

major activities:

a) Re-design / removal / replacement of wall structure.

b) Re-design / removal / replacement of tracks including ballast and installation

of additional rails and accessories.

c) Re-design / removal / replacement of Overhead Catenary Section (OCS)

including posts and installation of additional OCS and post.

d) Re-design / removal / relocation / replacement of Signaling equipment

including hardware/software.

15.3.4. Pocket Track Data

The data presented herein are actual parameters gathered at site which may serve to

aid the Contractor in the conceptual redesign of the pocket track. However, it is the

Contractor’s obligation to confirm the accurate data through site survey before using

them as parameters in the detailed engineering design.

Location of Pocket Track Northbound Track, approx. 300

meters from Taft Avenue

Station

Page 192: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Distance Between Signals 138 m

Straight Track 130 m

3-car Train Length 97 m

IRJ to IRJ Distance 133.8 m

4-car Train Length 127 m

Length Between ATP Antennas (4-car) 121.4 m

Track Circuit TX and RX Distance 1m

from IRJ

15.3.5. Pocket Track Operation

The pocket track is a temporary stabling area for reserve train or even defective train.

Trains can enter in the south side and exit on the north side through route setting.

Train may also exit from the south side going to Taft Avenue station through manual

route setting. Nevertheless, the automaton cannot be used in the pocket track

operation.

15.4. POWER SUPPLY AND OCS

15.4.1. General Requirements With the intention to extend the length of the Taft Pocket Track to accommodate four-

car trains, the OCS for the TPT shall have to be extended as well.

15.4.1.1. Re-Configuration and Extension of the OCS

This Specification defines the minimum requirements to be met by the

Contractor’s proposed reconfiguration and extension of the OCS along the Pocket

Track.

The OCS supplied and erected under this Contract shall be integrated and

compatible with the existing OCS system installed on the MRT 3 line. The new

installation shall satisfy the requirements with respect to vehicle envelope,

pantographs, interface, service life, safety, reliability and maintainability.

All OCS assemblies, fittings and components removed from the existing

installation shall be reused wherever possible for the new installation.

Prior to Contract Award, the Contractor must demonstrate that he has a very clear

understanding of the existing OCS Equipment and Systems. In this connection

visits to MRT 3 are mandatory during the tendering period to ensure that the

Contractor is fully aware of the present ‘as installed’ systems and the necessity for

compatibility and integration with the new equipment and systems.

As the Works under this Contract will involve activities on a ‘live’ railway, the

Contractor shall adopt and adhere to the Operator’s Rules of Procedures at all

times. All works shall be done during non traffic hours.

Under no circumstances, shall the Contractor cause disruption to the revenue

service. All staging works, timing and method statements shall be approved by the

Engineer before any night or day work is permitted to commence.

Page 193: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

15.4.2. The Existing OCS System

The existing OCS system is of traditional metro design for a 750 Vdc railway utilizing

pole mounted cantilevers, messenger wires, droppers, contact wires, tensioning

devices, anchor blocks, section insulators, insulators and guy wires. The existing track

length within the Pocket track is 110 m and the extension will add a further 19 m.

The Contractor’s attention is drawn to Section VII Drawings, which shows the present

configuration and linkage to the Mainline.

15.4.3. Scope of Works

The Scope of Works shall include but not limited to:

Detailed design, procurement, delivery, installation, testing and

commissioning.

Integration of the new tension lengths with the existing system utilizing the

same assemblies and components or equivalents as presently installed.

Interfaces with civil, track and signaling works.

Replacement of contact wires, messenger wires and droppers.

Rearrangements of tensioning devices and anchors.

Electrical and Mechanical design calculations.

Submission of material samples for approval by the Engineer inclusive of

corrosion protection such as galvanizing and steel MIL specifications.

Rectification of defects during DLP.

Training of the Owner’s maintenance staff.

O&M manuals inclusive of parts catalogue, repair instructions, maintenance

instructions, test results from commissioning.

As built drawings, schematic drawings, line diagrams, interface drawings and

dimensional/tolerance criteria.

Recommendations for the provision of spares and special tools in

liaison/coordination with the Owner’s Maintenance Provider.

15.4.3.1. Contractor’s Responsibility

The Contractor shall take full responsibility for the detailed design, construction

and performance of the OCS under this section of the overall Contract.

15.4.4. Catenary Conductors

Contact wire shall be made up of 170mm2 solid grooved hard drawn copper

conforming to ASTM B47. The upper lobe of the contact wire shall match the

existing contact wire installed at MRT 3 to assure interchangeability of clips. Other

contact wire particulars include:

Weight : 1.511 kg/m

Breaking Load : 5900 kg

Coefficient of Expansion : 1.7 x 10-5 /0C

Resistance @ 200C : 0.1040 Ω/km

Modulus of Elasticity : 12000 kg/mm2

Page 194: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Conductor tensions shall be in accordance with the requirements of appropriate

ASTM standards. Thirty percent cross-sectional area loss due to wear of the contact

wire and the effect of the temperature change shall be taken into consideration in the

design of the conductor tension and ampacity.

The ampacity of the OCS shall meet the operational requirements of four-car trains

running at 120-second headways with a traction power configuration proposed in the

Concept Design Drawings.

15.4.4.1. Insulators

Insulators shall be porcelain, toughened glass polyester or other material with

proven rail or railway system service. Insulators shall have a single or multiple

sheds designed for minimum maintenance requirements and be self cleaning by

the action of rain. Double insulation is not required as it is not intended to carry

out ‘live line’ work.

15.4.4.2. Splices

Each wire run of contact wire must be continuous from anchor to anchor except in

the case of cut-in insulators. Contact wire splices shall not be permitted. Feeder

wires may have splices as required to connect drum lengths of conductor. The

manufacturer shall warrant that splices are capable of withstanding tensions up to

100% of the breaking load of the conductor.

15.4.4.3. Section Insulators

The OCS Contractor is to provide Section Insulators at locations indicated.

The Section Insulators (SI) shall be designed and installed in such a way that it shall provide a smooth passage to pantographs without any loss of contact and

without the introduction of unreasonable mechanical forces.

The SI shall permit the pantograph on the vehicle to collect the maximum demand

current without interruption during passage across the SI.

16. NORTH TURNBACK

In conjunction with the plan of DOT-MRT3 to connect LRT Line 1 and MRT3 for the

convenience of the riding public, the “Terminal Station” of LRT Line 1 is to be

constructed near Trinoma.

The LRT Line 1 “Terminal Station” is planned to be located adjacently to MRT3 North

Avenue Station. The said station shall have connecting walkways for the easy transfer of

passengers from Line 1 to MRT3 and vice versa.

Consequently in this concept, the area where the existing turn-back facility of MRT3

would be affected by the “Terminal Station” of LRT Line 1, the turn-back facility of

MRT3 at the North Avenue Station will be modified to a double crossover turnout.

Page 195: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

The new double cross-over turnout shall be constructed using track slabs methodology.

The track slab is deemed to be the best option considering that there is an existing track

structure at the site where the new turnout will be installed.

16.1. SIGNALING

The Signaling works shall not be included in this contract.

The contractor shall follow the design requirement and specification of the Signaling

Provider to make the Power & OCS system, Civil Works and Track Works fully

integrated to the Signaling system.

16.2. CIVIL WORKS

The turn-back facility of MRT3 shall be transferred to the front-end (north-end) of the

North Avenue Station using a double crossover turnout.

The new double cross-over turnout shall be constructed using track slabs

methodology.

The civil works on the MRT3 North Avenue turn-back facility shall not be included in

this contract.

16.3. TRACK WORKS

A new double cross over turnout utilizing track slab methodology shall be constructed

at the north-end side of the North Avenue Station.

Please refer to Section VII Drawings A.5.1 for the illustration of the said new turnout.

16.4. CIVIL WORKS

16.4.1. General

This applies to the non- ballasted plain line on the structure in the main line and on

the non-ballasted turnouts. The concrete plinth rest on the elevated structure deck and

transmits the train loads to the deck. The integrity of the track structure in retaining

track gauge and security of the rail requires that the plinth do not move on the

concrete deck.

The concrete plinth should not be subjected to extraneous forces from the flexing of

the structure. This is ensured by the plinth being made in discrete lengths and not

being continuous. The lengths of plinths are planned at 4.0 meters for curved track

with 600 mm fastening spacing and 3.55 meters for the 750 mm fastener spacing of

straight track (>600 meter radius).

Page 196: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

The design of plain line non-ballasted track structure assumes the following:

continuous welded rail, plinth design with plinth anchors, starter bars and key

concrete surface of the structure, discrete supports (not continuous support),

baseplates anchored to plinth, rail elasticity fastened to baseplate and rail to baseplate

insulated. To ensure the integrity of the track structure, the concrete plinth to the deck

connection needs to be checked for:

a. Lateral shear under lateral holdings

b. Stability against overturning of the plinth

c. Resistance against longitudinal movement of the plinth

The objectives of the non-ballasted track design will be continuous welded rail,

discrete (not continuous) support to enable matching of rail head top and running

faces when changing rails or making repair insertions to worn rail during

maintenance, ability to make alumino-thermic welds during both constructions and

maintenance and ability to accommodate hog, sag and other tolerances to the finished

supporting structure.

The plain line non-ballasted track structure may be different in the case of turnouts.

There will be also local adjustments to the non-ballasted track design for items such

as expansion switches with baseplates. The objectives of non-ballasted track structure

for switch and crossing work will be as for the plain line track with the following

additional points: ability to use the same or eliminate the steelwork components of

switches and crossings, including the baseplates used on ballasted tracks, ability to

attached powered point machines on required side (or either side), ability to make

reliable attachment of stockrails and switches for signaling to ensure closure and

detection of switch toes and ability to accommodate switch machine rodding,

clamplocks etc. as required by the signaling.

16.2.1.1. Scope of Work

This section defines the scope of work of contractor which is design, supply and

installation of new double cross-over turnout with complete ancillaries at the existing

North Avenue Station turnback, such as but not limited to plinth/switch ties fasteners,

switch/guard rails and relocation/installation of existing & new motorized switches

with LOB.

The workmanship shall be in accordance with specification and quality with minimal

disruption to MRT3 operations.

16.2.1.2. Standards and Regulations

The work shall conform to the laws and regulations existing in the Philippines and

shall generally be in the compliance with the Philippines Standards and Codes of

Practices, unless specifically provided for in this document.

Page 197: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

In addition, the following standards may be considered as long as they do not

compromise the Employer’s Requirements

ACI - American Concrete Institute

ANSI - American National Standards Institute

ASA - American Standard Association

AREA - American Railway Engineering Association

CEN - Comité Européen de Normalisation

ISO - International Standard Organization

UIC - Union Internationale des Chemins de Fer

JIS - Japanese Industrial Standards

AS - Australian Standards

BS - British Standards

AASHTO - American Association of State Highway &

Transportation Office

ASTM - American Society for Testing and Materials

PCI - Prestressed Concrete Institute

The standards and codes used for the track materials shall be as for the relevant

material specification, such as UIC and JIS.

The standard and codes used for the concrete works shall be as for the civil

engineering works on the project. This shall apply for such items as

Cement

Concrete mixes and finishes

Reinforcement

16.2.1.3. Design Criteria

Loads: a) Vertical Loads

1) Wheel Loads (refer to attached MRT3 axle load and 5.2.1.4)

2) Centrifugal Force (lateral and resultant vertical)

3) Wind (lateral and resultant vertical)

Page 198: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

b) Lateral Loads

c) Longitudinal Loads

Concrete Design Strengths: The compressive Strength (fc) at 28 days age shall be 28

Mpa

Reinforcing Steel: The minimum yield strength is 275 Mpa (GRADE 40)

16.2.1.4. Stray Current Control

The detailed design and construction shall coordinate with the detailed design and

construction of the supporting civil engineering works regarding the installation of

precaution and bonded reinforcement controlling the stray currents.

16.2.1.5. Coordination with Design of Support Structure

In additional to the stray current control and materials specifications, the design and

construction shall coordinate with the civil engineering works regarding

Arrangements of starter bars and keying surfaces of concrete

Tolerance of support finishes

Thermal movements of structure and thermal forces of track

Allowances in the design and special fastening for track connection at

particular structure ends where the civil design cannot ensure against uneven

movement of the supporting structure.

16.2.1.6. General Requirement

The design of the track structure shall include the full arrangement of concrete

plinth rail supports and rail fastenings according to the requirement of the design

criteria.

16.2.1.7. Derailment Condition

The design of the plinth widths and heights shall consider the situation of a derailed

vehicle, taking account of axle mounted equipments and under carriage equipment

in limiting movements of a derailed vehicle away from the line and in limiting the

degree of overturning of the derailed vehicle.

16.2.2. Materials Manufacture and/or Supply

16.2.2.1. Materials

Page 199: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

The detailed design specification shall list all materials involved and cross reference

or include the required manufacture and supply specification. The list shall be such

as:

Rail

Concrete (and constituents)

Reinforcement

Baseplates and anchors

Pads and insulations

Rail fastening

Holding down bolts or anchors

16.2.2.2. Pre-cast Components

If the plinth (or non-ballasted) track designed contains pre-cast elements, then the

manufacture specification and testing shall be specified.

16.2.2.3. Delivery, Handling and Transportation

This shall be regarded as for concrete works except for any pre-cast elements.

16.2.2.4. Design and Dimension

The contractor shall design and construct a reinforced concrete plinth to support the

rail direct fixation on concrete structures. The height limits of the plinth are set by

top of the rail to top of deck as 410 mm maximum on straight uncanted track in the

planning. The design of the plinth shall use this value as the criterion and the

specification shall give limits for the design for:

Minimum height (desirable and absolute)

Maximum height (desirable and absolute)

The top surface of the plinth shall be self draining (not holding standing water) even

on canted track.

16.2.2.5. Design for Repair

The design of the plinth shall also show possible methods for repair that might be

utilized in the event of failure during operations whether by internal or external

causes. The method shall show temporary support of the rails enabling passage of

traffic and the method of replacing the plinth for alternatives of failed anchoring and

failed plinth.

16.2.2.6. Installation

The installation method shall be specified in the detailed designs that are

appropriate to the complete design of plinth and rail fastening system selected. The

specification shall describe as follows:

Page 200: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

16.2.2.6.1. Methods

The methods shall allow for discontinuous construction through the project

and shall minimize disruption to road traffic.

The method shall stipulate:

The checking and accuracy of position of the starter bars provided

The checking and accuracy of the contact concrete surface between the

plinth and support structure;

The cleaning, preparation and condition of contact concrete or keying

surfaces and any measures or techniques used to ensure the correct and

good connection during installation of the plinth;

The protection of the rails and fastenings from concrete spillage;

Ensuring concrete surface beneath baseplates either cast in-situ or placed

afterwards

Ensuring tolerances of rail running faces for line and level, even after

unclipping and refastening or distressing.

Generally, the stipulations shall ensure an effectively produced product with

minimal need of rectification work delaying progress.

16.2.2.6.2. Tolerances

The specification shall set tolerances for both technical and visual objectives

and shall define the measurements used to ensure that these are achieved.

16.2.2.6.3. Inspection

The specifications shall describe inspections and measurement to be taken at

various key stages during the installation and on the final product.

Limit shall be set for corner chipping regarding repair ability and replacement.

Also methods of visual repair shall be stipulated.

The visual appearance shall be a good clean line, regular to the rail in curves

and any longitudinal straight portions in curves not unsatisfactorily apparent to

the eye.

16.2.2.6.4. Tests and Inspections of Finished Work

As described in 6.9.6.3 above, but with certification and particular tests

relevant to the primary acceptance. Tests and Inspections include the

following:

Survey of track location/coordinates to verify conformance to Main Line

Alignment

Page 201: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Measurement of track geometry including track gauge, rail seat cant, grade

line cross level and horizontal alignment to verify conformance to design

tolerances

Dimensional measurement of concrete plinth

Finish concrete works to required standards

16.3. Track Works

16.3.1. General

Trackworks system under this Contract shall conform to the most recent practices of

the American Railway Engineering Association (AREA), Union Internationale des

Chemins de Fer (UIC), International Standards Organizations (ISO) and the

practices and specifications of recently constructed mass transit systems of

equivalent capacity and characteristics constructed within the last five (5) years. It shall be of proven design satisfying the system performance requirements and shall

be compatible with the existing MRT3 system. It shall also satisfy requirements

with regards to train kinematic gauge, service life, reliability, maintainability and

safety.

The works shall include design, supply, installation, test & commission and

obtaining all permission from government authorities and everything whether

permanent or temporary in nature necessary for safe and proper execution of work

and fulfillment of all obligations required under this contract. It shall also include

the training of the Employer maintenance personnel, supply of maintenance and

repair manuals, as-built records and rectification of defects liability period of the

installed cross-over system.

16.3.1.1. Scope of Work

This section specifies the scope of work of the Contractor as follows:

a) Design, plan, supply and installation of all track materials required for the

new double cross-over turnout at North Avenue Station turnback.

b) The workmanship shall be in accordance to specifications and quality

standards and shall be no disruption to MRT3 daily operations.

16.3.1.2. Standards and Regulations

The work shall conform to the laws and regulations existing in the Philippines and

shall generally be in compliance with the Philippine Standards and Codes of

Practices unless specifically provided for in this document.

In Addition, the following standards may be considered as long as they do not

compromise the Employer’s Requirements

ACI - American Concrete Institute

ANSI - American National Standards Institute

ASA - American Standard Association

Page 202: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

AREA - American Railway Engineering Association

CEN - Comité Européen de Normalisation

ISO - International Standard Organization

UIC - Union Internationale des Chemins de Fer

JIS - Japan Industrial Standards

AS - Australian Standards

BS - British Standards

AASHTO - American Association of State Highway &

Transportation Office

ASTM - American Society for Testing and Materials

PCI - Prestressed Concrete Institute

16.3.1.3. Special Site Conditions

The Contractor acknowledges that it has thoroughly investigated and satisfied itself

as to all general and local conditions affecting the work. The failure of the

Contractor to accustom himself with such conditions will not relieve him from any

responsibility for completing the works under this contract. The Contractor shall be

fully responsible for any damage caused to the site or other existing facilities due to

his track works equipment movements and transportation and restore these damages

to its original state at his own expense.

16.3.1.4. Design Criteria

The following data will constitute for the design of trackworks for MRT3:

a) Track gauge 1435 mm

b) Train speed 45 kph

c) Concrete tie spacing 750 mm

d) Rail inclination 1:20

e) Axle load 100 kn

f) Rail profile UIC 54

g) Crossover 350 M – 1:12

16.3.2. MATERIALS REQUIREMENTS

Trackworks materials needed for the installation of the new double crossover

turnback shall be complete with all accessories and passed all the required testing in

accordance to specifications and standards and shall be approved by the Engineer

before incorporating to work. The Contractor shall ensure materials availability for

small quantity production intended for maintenance use.

16.3.2.1. Special Trackworks

Unless specified, the materials required for the installation of the new double

crossover turnout at North Avenue Station turnback refers to the supply and

replacement of defective fastening system that will not be suitable for their re-

installation.

Page 203: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

16.3.2.1.1. Joints

All special trackwork joints shall either be allumino-thermic welded by an

approved welding materials and procedures for UIC 54 rail or insulated

fishplates of approved materials and specifications.

16.3.2.1.2. Rail Fastening System

Concrete ties associated rail fastening system shall be Pandrol type e-series

elastic rail clip manufactured by Pandrol Australia Pty. Ltd in accordance with

UIC specifications.

16.3.2.2. Rails

Standard rail cross-section shall be UIC 54 (54.43kg/m) of grade 900 A with a

minimum tensile strength of 880 Mpa and shall meet the requirements of the UIC

Standards.

16.3.2.3. Thermit Welding

This refers to the materials and other services required for joining UIC 54 using

alumino-thermic welding process.

16.3.2.3.1. Thermit Welding Kits

Thermit welding materials shall be manufactured by Thermit Australia Pty Ltd

or approved equivalent compatible to the existing welding materials used in

MRT3.

16.3.2.3.2. Thermit Welding Equipment

Welding equipment and accessories required for welding operation shall be

use and installed in accordance to manufacturer’s recommendation, contract

drawings and applicable specifications.

16.3.2.4. Other Track Materials

Other track materials and appurtenances needed to complete the work shall be

approved materials by the Engineer and installed in accordance to manufacturer’s

recommendation, contract drawings and applicable specifications.

16.3.2.4.1. Insulated Rail Joints

Rail joints shall be made up of two rolled steel fishplates designed to fit UIC

54 rail profile and with four holes drilled by an approved drilling machine.

Bolts shall be of high strength provided with spring and flat washers and shall

conform to applicable UIC standards.

Page 204: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

16.3.2.4.2. Check Rails

Check rail shall be machined from UIC 33 profile of not harder than grade 900

A rail steel and supported by brackets connected to the rail. Bolt connection

shall utilize steel components conforming to UIC leaflets 864/2.0 and 864/3.0

appertaining to technical specifications for the supply of track bolts and spring

washers respectively.

16.3.2.4.3. Lubricants

The Contractor shall provide a dry film lubricant for application to special

tracks sliding plates. It shall have a low electrical conducting properties and

subject for Engineer’s approval.

16.3.3. CONSTRUCTION REQUIREMENTS

The Contractor shall be responsible for the construction means, methods,

techniques, sequences and procedures for coordinating all portions of the work

under the Contract Documents.

The Contractor shall provide superintendence during the execution of the Work as

may be necessary for the proper fulfillment of the Contractor’s obligations under the

Contract. It shall include the supervision and inspection by qualified professional

personnel experienced in railway construction whose responsibility shall be to

ensure the technical standards and workmanship, materials, and quality are being

maintained in accordance with the Scope of Work.

The Contractor shall design, supply and install an additional cross-over which

satisfies to the minimum requirements of the specification and Employer’s

Requirements. The Contractor shall submit full details of the proposed design to the

Engineer for review and approval and shall not commence until written acceptance

has been received from the Engineer.

16.3.3.1. Special Trackworks

The Work of the Contractor in this section refers only for the installation of the new

double cross-over turnout and replacement of affected plinth/switch ties and other

associated fastening system that found defective during the execution of the work. It shall be in accordance to design, specifications, standards and scope of work.

16.3.3.1.1. Quality Assurance

a. The Contractor shall establish, implement and maintain a quality

assurance program to provide verification of compliance with contract

requirements. The quality assurance program shall consist of detailed

procedures and instructions for monitoring and controlling those

Page 205: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

activities related to quality during design, fabrication, delivery,

handling, storage, installation, inspection and testing. The areas which

the quality assurance program shall address include the following:

Review and control quality procedures and instructions,

Calibration of construction measuring and testing tools and

equipment,

Qualification and certification of Personnel

Tests and inspections

Procurement quality assurance,

Identification and control of items, and

Handling, delivery and storage of materials.

b. Adequate records shall be maintained by the Contractor in accordance

with the requirements of his quality assurance program and shall

include the following:

Evaluation of subcontractors’ and suppliers’ qualifications and

past performance,

Results of inspections and tests,

Certificates of compliance,

Qualified procedures for special processes,

Personnel certifications,

Measuring and test equipment calibration certificates, and

Transmittals of contract related information.

c. The appropriate requirements of the Contractor’s quality assurance

program shall be imposed upon subcontractors and suppliers.

d. The quality assurance activities of the Contractors/subcontractors and

suppliers will be subject to Engineer’s verification, inspection and

audit at any time.

16.3.3.1.2. Submittals

The Contractor must submit the following for Engineer’s review and approval:

a) Shop drawings showing details and arrangements of special trackwork

location,

b) Proposed welding, joining and test procedures for special trackwork,

c) Contractor’s system specification for marking and identifying sizes

types and composition of products, as well as identifying parts for the

purpose of proper location during installation,

d) Certificates of material compliance required by this specifications,

e) Test report of chemical analysis and Brinell hardness of running rail,

electric insulation and other tests required by this specififcations.

16.3.3.1.3. Inspection and Acceptance

Page 206: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

For the inspection of material under this Contract, the terms set forth in

“Materials Inspection, Test and Claims,” under the UIC Specifications for

Special Trackwork shall apply, except as listed herein.

The Contractor will make available to the Engineer all the necessary facilities

to examine the work during its progress as well as the finished product to

satisfy him that the materials comply with the Specification. The Contractor

will provide templates and 1 meter straight edges to check flangeways, rail

end and switch rail planning.

16.3.3.2. Rails

This section specifies the supply and installation of the new double cross-over

turnout with complete ancillaries at the North Avenue Station turnback in

accordance to specification and standards.

16.3.3.2.1. Test Requirements

The Contractor shall perform the following tests:

a) Chemical composition analysis

b) Mechanical property

c) Tensile strength

d) Brinell hardness test

e) Shape, dimension and appearance inspection

f) Ultrasonic test

Each rail shall be ultra sonically tested over its full length to determine its

interior conditions prior to delivery to the work site. The rail must be free from

all detrimental defects having unfavorable effect on the strength of the rail

while in service.

The Contractor shall be responsible for all required testing and shall give

Engineer sufficient notice of proposed testing so that Engineer may inspect

and witness the tests in accordance to UIC specifications.

16.3.3.2.2. Quality Assurance and Inspection

This section shall also conform to 3.1-5.0

The quality system for rail manufacture shall be certified at least to ISO 9002

and shall be based on precise terms and conditions which ensure compliance

with the various rail specifications.

The Engineer will monitor from time to time the Contractor’s methods,

procedures and processes for compliance with the acceptance program and all

records of test and inspection.

16.3.3.2.3. Marking, Packaging, Handling, Transporting and Storage

Page 207: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

a. Obligatory marks in the UIC 54 rail shall be in accordance with UIC Code

860 O as follows in-relief marks which shall be very legible in characters

raised on one side of the web indicating:

Identification mark of the mill,

Year of manufacture (last two figures),

Symbol of steel grade, and

Symbol of rail section in kg/m weight

b. The Contractor shall submit for approval a detailed procedure for marking,

packaging, delivery, handling, transporting and storage of rails. Contractor

shall take all necessary precautions to ensure that rails will not be bent,

deformed or damage during handling and transporting and it shall be kept

clear of any standing water during stacking and storage.

16.3.3.2.4. Submittals

The contractor is required to submit the following:

a. Certification that rail manufacturer has at least 10 years experience in the

large scale manufacture of running rails as specified herein and as supplier

of rail to major railroads and transit systems.

b. Certification from supplier or manufacturer that all the rails manufactured

and delivered on site are in conformance with UIC specification and that

the required tests were performed as represented by the submitted test

result.

c. Tests Certificates as prescribe in 3.1-5.0

d. Detailed production process of rails

e. Certification of the manufacturer’s process in accordance to ISO 9002 and,

f. All other documents needed for the completion of work.

Rails shall be guaranteed by the supplier/manufacturer from date of manufacture

plus 5 years to the date of acceptance of works against any defects attributable to

manufacture.

16.3.3.3. Track Appurtenances and Other Track Materials

This section specifies the requirements for the design, supply and installation of

other track materials required for the installation of new double cross-over

turnout with complete ancillaries at the North Avenue Station turnback.

16.3.3.3.1. Submittals

Page 208: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

The Contractor shall submit all detailed design drawings for each trackwork

materials in accordance with applicable specifications and subject for

Engineer’s review approval.

f) Detailed design drawing for each Other Track Materials and

corresponding fastening system

g) Installation methods and procedures

h) Materials manufacturer specifications

i) Material compliance certificate and testing results

j) And other submittals required to complete work

16.3.3.4. Welding of Rail

Unless specified, this section specifies the furnishing of all labor, material,

equipment and services by the Contractor which are necessary for joining new

UIC 54 rails using alumino-thermic welding process in accordance to approved

specifications, standards and manufacturer specification for materials and

equipment.

16.3.3.4.1. Rail Welding

Welding process shall include the following procedures:

k) Inspection of rail ends

l) Rail cutting and set the required gap

m) Loosening of rail fastenings

n) Rail end preparation and alignment

o) Preheating and welding

p) Finishing and alignment

q) Weld testing

r) Replacement of defective welds

s) Records of thermit welding

Each procedure shall be in accordance with the AREA Manual for Railway

Engineering, the products or welding kit specifications itself and other

applicable standards.

16.3.3.4.2. Quality Assurance

This section shall conform to requirement 3.1-5.0

Page 209: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

16.3.3.4.3. Weld Testing

All weld testing and submittals shall be performed by a duly accredited

independent testing laboratory in accordance with quality control requirements

and applicable standards. In order to qualify the welding kits, welding crews

and production welds; the following test shall be carried out:

a) Radiographic testing

b) Ultrasonic testing

c) Slow bend testing

d) Hardness test

e) Rolling load test

f) Magnetic particle test

g) Visual test

16.3.3.4.4. Tolerances

All alumino-thermic welds will be in the suspended portion of rail between

supports. The weld shall not encroach 150 mm from tie ends or baseplate

support. Finished weld using 1 meter straight edge shall have the following

tolerances

a) Rail head surface +0.3/0.0 mm

b) Rail gauge face +0.3/0.0 mm

16.3.3.4.5. Submittals

The Contractor shall submit the following:

t) Detailed specifications, proposed materials, methods and procedures to

be used for the thermit welding process,

u) Certification from the supplier or manufacturer that the materials

delivered to site conforms to the specifications,

v) Welding supervisor qualifications with a minimum 3 years thermit

welding experience. The welding supervisor shall be replaced only

with the Engineer’s prior approval,

w) All material testing and weld test results,

x) Test equipment certificate and calibration.

16.4. POWER SUPPLY AND OCS

16.4.1. General Requirements

Page 210: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Due to the planned construction of the Terminal Station of LRT Line 1 which will be

located besides Trinoma and adjacent to MRT3 station, the existing turnback facility

of MRT3 will be modified from simple turnout to double crossover turnout, additional

OCS will be installed as well.

16.4.1.1. Re-Configuration and Extension of the OCS

This Specification defines the minimum requirements to be met by the

Contractor’s proposed reconfiguration and installation of OCS along the double

crossover turnout at North Avenue Station.

The OCS supplied and erected under this Contract shall be integrated and

compatible with the existing OCS system installed on the MRT 3 line. The new

installation shall satisfy the requirements with respect to vehicle envelope,

pantographs, interface, service life, safety, reliability and maintainability.

All OCS assemblies, fittings and components removed from the existing

installation shall be reused wherever possible for the new installation.

Prior to Contract Award, the Contractor must demonstrate that he has a very clear

understanding of the existing OCS Equipment and Systems. In this connection,

visits to MRT 3 are mandatory during the tendering period to ensure that the

Contractor is fully aware of the present ‘as installed’ systems and the necessity for

compatibility and integration with the new equipment and systems.

As the Works under this Contract will involve activities on a ‘live’ railway, the

Contractor shall adopt and adhere to the Operator’s Rules of Procedures at all

times. All works shall be done during non-revenue hours.

Under no circumstances, shall the Contractor cause disruption to the revenue

service. All staging works, timing and method statements shall be approved by the

Engineer before any night or day work is permitted to commence.

16.4.2. The Existing OCS System

The existing OCS system is of traditional metro design for a 750 Vdc railway utilizing

pole mounted cantilevers, messenger wires, droppers, contact wires, tensioning

devices, anchor blocks, section insulators, insulators and guy wires.

16.4.3. Scope of Works

The Scope of Works shall include but not limited to:

Detailed design, procurement, delivery, installation, testing and

commissioning.

Integration of the new tension lengths with the existing system utilizing the

same assemblies and components or equivalents as presently installed.

Interfaces with civil, track and signaling works.

Replacement of contact wires, messenger wires and droppers.

Rearrangements of tensioning devices and anchors.

Electrical and Mechanical design calculations.

Page 211: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Submission of material samples for approval by the Engineer inclusive of

corrosion protection such as galvanizing and steel MIL specifications.

Rectification of defects during DLP.

Training

O&M manuals inclusive of parts catalogue, repair instructions, maintenance

instructions, test results from commissioning.

As built drawings, schematic drawings, line diagrams, interface drawings and

dimensional/tolerance criteria.

Recommendations for the provision of spares and special tools in

liaison/coordination with the Maintenance Provider.

16.4.3.1. Contractor’s Responsibility

The Contractor shall take full responsibility for the detailed design, construction

and performance of the OCS under this section of the overall Contract.

16.4.4. Catenary Conductors

Contact wire shall be made up of 170mm2 solid grooved hard drawn copper

conforming to ASTM B47. The upper lobe of the contact wire shall match the

existing contact wire installed at MRT 3 to assure interchangeability of clips. Other

contact wire particulars include:

Weight : 1.511 kg/m

Breaking Load : 5900 kg

Coefficient of Expansion : 1.7 x 10-5 /0C

Resistance @ 200C : 0.1040 Ω/km

Modulus of Elasticity : 12000 kg/mm2

Conductor tensions shall be in accordance with the requirements of appropriate

ASTM standards. Thirty percent cross-sectional area loss due to wear of the contact

wire and the effect of the temperature change shall be taken into consideration in the

design of the conductor tension and ampacity.

The ampacity of the OCS shall meet the operational requirements of four-car trains

running at 120-second headways with a traction power configuration proposed in the

Concept Design Drawings.

16.4.4.1. Insulators

Insulators shall be porcelain, toughened glass polyester or other material with

proven rail or railway system service. Insulators shall have a single or multiple

sheds designed for minimum maintenance requirements and be self cleaning by

the action of rain. Double insulation is not required as it is not intended to carry

out ‘live line’ work.

16.4.4.2. Splices

Each wire run of contact wire must be continuous from anchor to anchor except in

the case of cut-in insulators. Contact wire splices shall not be permitted. Feeder

wires may have splices as required to connect drum lengths of conductor. The

manufacturer shall warrant that splices are capable of withstanding tensions up to

Page 212: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

100% of the breaking load of the conductor.

16.4.4.3. Section Insulators The OCS Contractor is to provide Section Insulators at locations indicated.

The Section Insulators (SI) shall be designed and installed in such a way that it shall provide a smooth passage to pantographs without any loss of contact and

without the introduction of unreasonable mechanical forces.

The SI shall permit the pantograph on the vehicle to collect the maximum demand

current without interruption during passage across the SI.

17. DOCUMENTATION

17.1. CONSTRUCTION DRAWINGS AND MANUALS

17.1.1. Consequent upon Site(s) surveys, Preliminary Engineering Design shall be prepared and

furnished by the Contractor in four (4) hard copies and one (1) electronic CAD File (for

the remaining submittals as of the date of the effectivity of this Contract), for confirmation

of DOT-MRT3. Subsequent to the confirmation of the Engineering Design by the DOT-

MRT3 Engineer, the Construction Drawings shall be prepared and furnished by the

Contractor in four (4) hard copies and one (1) electronic CAD File (for the remaining

submittals as of the date of the effectively of this Contract), for approval of the DOT-

MRT3 PMO,within such time limits as are given in the Project Implementation Schedule.

If additional Construction Drawings or other information are necessary to complete any

part of the Works, such drawings or information shall be prepared by the Contractor and

submitted to DOT-MRT3 PMO for approval. If the DOT-MRT3 PMO does not reject or

comment on any drawings within fifteen (15) days from the date of its submission to the

Employer subject to the agreed schedule, the DOT-MRT3 PMO shall be deemed to have

approved them. All drawings submitted and approved will form part of the Contract.

17.1.2. Any work done prior to the approval of drawings shall be at the Contractor's risk. The

approval of the drawings by the DOT-MRT3 PMO shall not be construed as a complete

check but will indicate only that the general method of construction and detailing is

satisfactory. Approval by the DOT-MRT3 PMO of the Contractor's drawings shall not

relieve the Contractor of the obligation to meet all the requirements of the Contract, or of

the correctness of the Contractor's Drawings, or of the responsibility for correct fit of

assembled parts in final position, or of the responsibility for the adequacy of method of

construction.

17.1.3. The Contractor shall prepare the Project Implementation Plan (Project Management

Document), quality assurance, control plan, health, safety, and environment (HSE) plan

(for design and construction), security plan, traffic management plan, testing and

commissioning plan and training plan.

17.1.4. In case any underground Public Utilities, which are not indicated in the diagram provided

by the DOT-MRT3 PMO, are damaged during the construction, the Contractor shall

arrange necessary measures to minimize further damage and inform the DOT-MRT3 PMO

immediately. The DOT-MRT3 PMO shall beresponsible for taking prompt action to repair

the damaged utilities at its own cost.

Page 213: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

17.2. As-Built Drawings

The Contractor shall supply to the DOT-MRT3 PMO As Built Drawings (in A1 or otherwise

agreed by both parties) of the Works, including electronic files (in PDF file and in AutoCAD

File), showing all Works as executed, within sixty (60) days after the Date of Completion. The

PDF file shall be the official and binding electronic copy of the As-Built Plans of the Project.

The AutoCAD File shall be for the exclusive use of the DOT PMO only and shall not be shared

or given to third parties without the prior written consent of the DOT/DOT-MRT3.

17.3. Operation and Maintenance Manual

The Contractor shall prepare and submit to the DOT-MRT3 PMO, ninety (90) days prior to the

scheduled date of training, for its information, operation and maintenance manuals in

accordance with the Contract, and in sufficient detail for the DOT-MRT3 to operate, maintain,

dismantle, reassemble, adjust and repair (as may beforeseeably required) the Works. The Works

shall not be considered to be completed,until such operation and maintenance manuals have

been submitted to DOT PMO.

17.4. Inspection in the Factory

The key equipment for Power Supply and Depot Equipment shall be inspected in the factory by

the DOTMRT3 PMO. The DOTMRT3 PMO shall delegate its Representative to conduct these

inspections. The detailed arrangement including time, plan and numberof DOTMRT3PMO

Representatives will be scheduled by the parties in advance of the inspection. The Contractor

shall be responsible for providing the travel ticket, foodand accommodation of the DOT-

MRT3PMO Representatives.

18. TEMPORARY FACILITIES

The contractor shall supply the following provisions within ten (10) calendar days upon receipt

of Notice to proceed (NTP)

A. SERVICE VEHICLE. This covers the provision of service vehicle of at least 2012 model,

with air-con, in good running condition and updated registration including driver and twelve

(12) liters of fuel per day for the exclusive use of the DOT-MRT3 Engineer supervising the

project for the period of four hundred fifty (450) calendar days. Maintenance and fuel cost for

the service vehicle shall be included under this item.

B. This covers the provision for the supply of the following:

1. Desktop Computers – Five (5) units. 21.5 “LED Flatscreen Monitor, with processor

compatible with i7, hard disk drive 1TB 3.5 SATA, 4GB PC 1600 DDR3 memory card, 2GB

DDR3 128 Bit Video Card, mid tower durable CPU casing, DVDRW IHAS-122 22x SATA

optical drive, standard keyboard, optical mouse, windows 8 operating system and 2013

edition MS Office (Genuine).

2. Printer (continuous ink system) - Two (2) unit with continuous ink system (4 color/set)

Page 214: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

19. PROJECT DURATION

19.1 The Contractor agrees and obligates itself to perform and complete all works provided under

the Contract and Bidding Documents within:

1. Four Hundred Fifty (450) Calendar Days from the Start Date.

2. The Stabling Trackjs in the SEpot must be completed witin One Hundred Eighty (180)

Calendar Days form the Start Date.

3. The Upgrade of Traction Power must be completered within Three Hundred (300)

CalendarDays from the Start Date.

19.2 Working window time is from 12:00MN to 3:59AM including mobilization and clearing of

mainline.

19.3 Failure to Relinquish Mainline Track Possession

In the event the Contractor fails to complete the works and relinquish its track possession

unless such failure is made is due to a fault for which DOTC-MRT3 is responsible, the

Contractor shall be liable to DOTC-MRT3 for revenue losses resulting from this delay using

the following penalty rates:

1. 4:00 AM to 5:00 AM PhP 1,000 per minute

2. 5:01AM to 11:59PM PhP 5,000 per minute

Page 215: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines
Page 216: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners)

Procurement of Infrastructure Project

MRT3 Capacity Expansion

Project Lot 2: Upgrade of

Ancillary Systems (Rebid)

Government of the Republic of the Philippines

VOLUME III: DRAWINGS

Fourth Edition

December 2010

Page 217: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

MRT3 Design Drawings.

The above drawings are for reference only.

Page 218: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

MRT3 Design Drawings.

The above drawings are for reference only.

Page 219: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

MRT3 Design Drawings.

The above drawings are for reference only.

Page 220: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

MRT3 Design Drawings.

The above drawings are for reference only.

Page 221: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines
Page 222: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines
Page 223: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines
Page 224: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines
Page 225: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

CONTROL CENTER LAYOUT

MRT3 Design Drawings.

The above drawings are for reference only.

Page 226: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines
Page 227: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

AS-BUILT DRAWING

Page 228: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

AS-BUILT DRAWING

Page 229: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

AS-BUILT DRAWING

Page 230: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

AS-BUILT DRAWING

Page 231: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

AS-BUILT DRAWING

Page 232: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

AS-BUILT DRAWING

Page 233: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

AS-BUILT DRAWING

Page 234: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

AS-BUILT DRAWING

Page 235: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

AS-BUILT DRAWING

Page 236: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

AS-BUILT DRAWING

Page 237: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

Itf rb cE Eru!-EUs/,,. ta !a.9t arh orq lr|1lo

utul

'1!l!01$u.Irltu

11f t - rlrxurnrs-l

! t_EzK I

i***

,t-.cLoltrt,gra

CVvjllf I

lqj| $z*'" i

iA*iI E'nrltmss I

ta Llr

f--- - ','r',r'sllIlltslI i (!u0 muoutssslYI

llr! |.r. I

-lirrn -$!(avr||v I

!moLa*L)

q:SE

t!trt&ttI

-tE'5 ta tl

Ii't*

i

t

@i9.'r I_3aJ

!a ta.lr s os DrrD !a !a.lt ||t ItE tttlo

alnlr

F\lI

,,iEsila.*i

.\ Fr

,.',,r '.5

:i*.+t-

:4t,'t''

' -1'-m !'Aj !rGrg -.-:rt-\ nll!s$r6r ;'Y';J .r. !*lvllli1.:/.::.''

)h B' '+-i-i-#- 5-lm : iEt

a---l

'- Hj* rr,fr,r

rl

, coltrtehi ta lbtt d8et rad rl t lrogrlrto?ttithtr In th! Inlontloo tt cmtrtu lrlon! toth8 m. lt lr I Bldttlm of t!. tugDlt cflilr dEmni. ta driar' tm tht tf,srclDlot rbrll lckl tt l! eltd!@ ed rhlt

, Ft dsDtlcat! cr cltlrrlr! ?GDrldr li lai 160l. rlthqn tts rtito coamt of fb l.tr.- .

a\6ts9

rD srrlltr6 ru

n:L[

gItEt'|'

ru2

t

ffi

rE.r!.-JFsEprr--'._!.-,

urfltu IsALRIT TINB. ftASEI

PilUECTstm-t rnt Dtrcw 0F nAcTtoil Pml& r[ il,L PolEt 0il Dililu

NRDO I ]O

Page 238: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

'$ort*

t?bs'.*Egllrl9v5

\4F \lfg nillrlAlf""llts." | - llli!i'" Li)ax'"E | /A ii

Smctt ullt DIAGRfi 0r n^crloN PolilI AC AUX. Prfl ilN D$ilt)

@FIr. uL- 6. lG-tssE ol- ,-tsslftDlI-

la as

--ElNmssl

I

J

!aa9vE OUtllIo

l--- llalturun:s llrrllr^ll

l\''n

ta trlr rE tE ElrD

4..+

*

ta trgla& oEll|rl0

ntlu

iln mtrt lrsIlrE ovEt[Ero crExAnY colsl$ As rolton.

*svt''

o:Tl-2 - . c0HTACr llRE l?gSQrlST3-13 ' ITESSENGER HIRE l59SQr2

'AUX. FEEDER 25sSQr2

@ST2-3 'C0NTACT flRE l?8SQrlMESSENGER tlRE l5sSQr2

'AUX. FETDER 250SQr1

THE LOCATIO,I' mO -OU,tXrrrr

rs ion lEcTlq srlTCHES

rnE HOT DECIDED AT DEPOT TRNSFER LINE.

THE TRACTIO,I POIER POSITIVE FEEDER_CABLES(FI-F4) AllE 4-IC-25ONTNI

riio iiiii'iimriir reeoen CABLES ARE 5-lC-250nn'uNLEss oTHERwlsE

INDICATED.

IIrtEEN

__J

lColrrieht ta tblr dccll ud .ll Ito8tldort. flSbir lo th! laloarts lt 4t3lu l!ld! tctb. ril. lt rr r sdltld cf . tb roDlt of

I thtr d!c@L la drt.6t tcn t[.i t[arclplut rhrll lcla lt l! colldsE ud drllFt d!otl6t! or otbtrlx t.atidE 1l l!rf,cl! rtibcrl $! rl.tLo c!!.att cf th L.

.

Page 239: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

(l') trlqatrst

DT(KVA)

AT(KVA)

(a Depot S,zS Fol t une

DT(KVA)

AT(KVA)

300

(3) ST3

sTl

Fol I ure

DT(KVA)

lTepoTl

s,/s

NorE x,6bt,

Cl rcul t Breoken Ct osed

nl --.,l ! D-- - l.-- n- -.

l,'.:1,..!!'."

- )-'" 'l: :-

l100 '!cd 7.S ?Ut

/\A1000

urrouTso, _;._ _x

AT(KVA)

Page 240: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines
Page 241: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

MRT3 Design Drawings.The above drawings are for reference only.

Page 242: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines

MRT3 Design Drawings.The above drawings are for reference only.

Page 243: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines
Page 244: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines
Page 245: Procurement of Infrastructure Project MRT3 Capacity ...€¦ · Procurement of Infrastructure Project MRT3 Capacity Expansion Project ... bid) Government of the Republic of the Philippines