BIDDING DOCUMENTS - DPWH

373
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS BRIDGES MANAGEMENT CLUSTER - UNIFIED PROJECT MANAGEMENT OFFICE (BMC – UPMO) BIDDING DOCUMENTS Contract ID: 20Z00006 FOR THE PRIORITY BRIDGES CROSSING PASIG – MARIKINA RIVER AND MANGGAHAN FLOODWAY BRIDGES CONSTRUCTION PROJECT, UNDER CHINA GOVERNMENT FINANCING FACILITY, CONTRACT PACKAGE 2 – PALANCA-VILLEGAS BRIDGE AND EASTBANK-WESTBANK BRIDGE 2 (DESIGN AND BUILD) JULY 2020

Transcript of BIDDING DOCUMENTS - DPWH

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

BRIDGES MANAGEMENT CLUSTER -

UNIFIED PROJECT MANAGEMENT OFFICE

(BMC – UPMO)

BIDDING DOCUMENTS

Contract ID: 20Z00006

FOR THE PRIORITY BRIDGES CROSSING PASIG –

MARIKINA RIVER AND MANGGAHAN FLOODWAY

BRIDGES CONSTRUCTION PROJECT, UNDER

CHINA GOVERNMENT FINANCING FACILITY,

CONTRACT PACKAGE 2 – PALANCA-VILLEGAS

BRIDGE AND EASTBANK-WESTBANK BRIDGE 2

(DESIGN AND BUILD)

JULY 2020

2

TABLE OF CONTENTS

Section I. Invitation to Bid 3

Section II. Instructions to Bidders (ITB) 13

Section III. Bid Data Sheet (BDS) 41

Section IV. General Conditions of Contract (GCC) 52

Section V. Special Conditions of Contract (SCC) 85

Section VI. Minimum Performance Standards and Specifications

(MPSS) 93

Section VII. Concept Design Drawing & Other Reference Data 110

Section VIII. Terms of Reference (TOR) 111

Section IX. Bill of Quantities (BOQ) 125

Section X. Supplemental Specifications 156

Section XI. Forms and Qualification Information 204

Appendix A Schedule of Minimum Test Requirement for Construction

Annex A Conceptual Plan

3

Section I. Invitation to Bid

Republic of the Philippines

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

CENTRAL OFFICE Manila

4

INVITATION TO BID

July 11, 2020

CHINA STATE CONSTRUCTION ENGINEERING CO. LTD. 12F Petron Megaplaza

358 Gil Puyat Avenue Makati City

SUBJECT : Construction of the Priority Bridges Crossing Pasig-Marikina River

and Manggahan Floodway Bridges Construction Project, under

China Government Financing Facility, Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design

and Build)

Gentlemen:

1. The Government of the Republic of the Philippines (GPH) through the Department of Public Works and Highways intends to apply for a Loan from the China Government Financing Facility and it intends to apply part of the proceeds of this loan to payments under the

contract for the Priority Bridges Crossing Pasig-Marikina River and Manggahan Floodway Bridges Construction Project, under China Government Financing Facility, Contract

Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build).

Pursuant to the bilateral arrangements on the utilization of Preferential/Concessional Loan

between the GPH and the People’s Republic of China (GPRC), the Ministry of Commerce recommended a shortlist of prequalified Chinese companies/contractors that can undertake the above-mentioned Project.

2. The Department of Public Works and Highways now invites sealed bids for the

Construction of the Priority Bridges Crossing Pasig-Marikina River and Manggahan Floodway with Contract ID No. 20Z00006 adopting the Design and Build Scheme. The contract involves the design and construction of 1) 100.0m Steel Lohse Arch Bridge (single

span), 125.0m Prestressed Voided Slab, 153.1m MSE Wall Approach Ramp, and 40.0m at-grade Approach Road for Palanca-Villegas Bridge and 2) 257.5m Steel Lohse Arch Bridge

(3-span), 162.5m MSE Wall Approach Ramp and 512.78m at-grade Approach Road for Eastbank-Westbank Bridge 2. Contract has a duration of 1,095 calendar days. The Palanca-Villegas Bridge is located at City of Manila while the Eastbank-Westbank Bridge 2

is at Cainta, Rizal. 3. Procurement will be conducted through Limited Competitive Bidding among the shortlisted

Chinese Suppliers/Contractors as recommended by the GPRC. The bidding will be conducted using the Philippine Bidding Documents for Infrastructure and the applicable

procedures under the 2016 Revised Implementing Rules and Regulations (IRR) of Republic Act (R.A.) No. 9184 or Government Procurement Reform Act.

5

Shortlisted bidders should have completed a contract similar to the Project, covering both detailed engineering design and construction, with a cost equivalent to at least fifty

percent (50%) of the Approved Budget for the Contract (ABC). The ABC for the contract is PhP 4,804,693,006.21. The description of an eligible bidder is contained in the

Bidding Documents, particularly, in Section II. Instructions to Bidders. 4. Shortlisted bidder who has no experience in DB projects on its own may enter into

subcontracting, partnerships, or joint venture with design or engineering firms for the design portion of the contract.

In the case of foreign consultants, they may be eligible to enter into subcontracting, partnerships, or joint venture with the shortlisted Chinese Contractor for the design

portion, provided that, they must be authorized by the appropriate Government professional regulatory body (e.g. PRC) to engage in the practice of those professions.

The limit of such authority shall be strictly observed.

5. In accordance with DPWH D.O. no. 195, series of 1992, pursuant to the provisions

of R.A. 544, the procurement and employment of corporations as consultants for

the Detailed Engineering Design component of this project is not allowed. 6. The shortlisted bidders may obtain further information from DPWH and inspect the Bidding

Documents at the address given below from Monday to Friday, 7:00am to 4:00pm.

7. A complete set of Bidding Documents may be acquired by shortlisted bidder starting on July 11, 2020 from the address below upon payment to the DPWH Cashier of an applicable fee of seventy-five thousand pesos (PhP 75,000.00) not later than the deadline

for submission of bids. It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity.

The shortlisted Bidder’s representatives must present a letter duly signed by the

Authorized Signatory of your Firm, authorizing him/her to acquire the Bidding Documents.

8. The DPWH will hold a Pre-Bid Conference (PBC) on August 11, 2020, 9:00 A.M. at the

Multi-Purpose Hall, 5th Floor DPWH Central Office, Bonifacio Drive, Port Area, Manila.

9. Bids must be duly received by the BAC Secretariat at the Multi-Purpose Hall, 5th Floor DPWH Bldg., Bonifacio Drive, Port Area, Manila on or before August 25, 2020, 10:00 A.M. All bids must be accompanied by a bid security in the form of a Bid Securing Declaration or in

the amount of any of the following acceptable forms:

Form Amount

a.) Cash or Cashier’s/Managers Check PhP 96,093,860.12 (Ninety Six Million, Ninety Three Thousand, Eight Hundred Sixty Pesos and Twelve Centavos)

b.) Bank Guarantee PhP 96,093,860.12 (Ninety Six Million, Ninety Three Thousand, Eight Hundred Sixty Pesos and Twelve Centavos)

6

c.) Irrevocable Letter of Credit from Universal or Commercial Bank

PhP 96,093,860.12 (Ninety Six Million, Ninety Three Thousand, Eight Hundred Sixty Pesos and Twelve Centavos)

d.) Surety Bond PhP 240,234,650.31 (Two Hundred Forty Million, Two Hundred Thirty Four Thousand, Six Hundred Fifty Pesos and Thirty One Centavos)

10. Bid opening shall be conducted immediately after the deadline for submission of bids on

August 25, 2020 at the Multi-Purpose Hall, 5th Floor DPWH Central Office, Bonifacio Drive, Port Area, Manila. Bids will be opened in the presence of the bidder’s representatives

who choose to attend at the address below. Late bids shall not be accepted. 11. This Invitation to Bid was also addressed to other shortlisted Bidders, as follows:

i. China Harbour Engineering Company Limited; ii. China International Water and Electric Construction;

12. The DPWH reserves the right to reject any and all bids, declare a failure of bidding, or not

award the contract at any time prior to contract award in accordance with Section 41 of RA 9184 and its IRR, without thereby incurring any liability to the affected bidder or bidders.

13. For further information, please refer to:

RODRIGO I. DELOS REYES MA VICTORIA S. GREGORIO

OIC-Project Director OIC-Director

Bridges Management Cluster Procurement Service

Unified Project Management Office DPWH Bldg., Bonifacio Drive,

DPWH Bldg., Bonifacio Drive, Port Area, 1018 Manila

Port Area, 1018 Manila [email protected]

Tel. No.: (02)3043925 Tel. No.: (02)3043283

Very truly yours,

EUGENIO R. PIPO, JR.

Assistant Secretary for Regional Operations in Luzon

Chairperson, Bids and Awards Committee (BAC) for Civil Works

Republic of the Philippines

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

CENTRAL OFFICE Manila

7

INVITATION TO BID

July 11, 2020

CHINA HARBOUR ENGINEERING CO. LTD. Unit 902, ORE Central

9th Avenue corner 31st Street Bonifacio Global City, Taguig City

SUBJECT : Construction of the Priority Bridges Crossing Pasig-Marikina River

and Manggahan Floodway Bridges Construction Project, under

China Government Financing Facility, Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design

and Build)

Gentlemen:

1. The Government of the Republic of the Philippines (GPH) through the Department of Public Works and Highways intends to apply for a Loan from the China Government Financing Facility and it intends to apply part of the proceeds of this loan to payments under the

contract for the Priority Bridges Crossing Pasig-Marikina River and Manggahan Floodway Bridges Construction Project, under China Government Financing Facility, Contract

Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build).

Pursuant to the bilateral arrangements on the utilization of Preferential/Concessional Loan

between the GPH and the People’s Republic of China (GPRC), the Ministry of Commerce recommended a shortlist of prequalified Chinese companies/contractors that can undertake the above-mentioned Project.

2. The Department of Public Works and Highways now invites sealed bids for the

Construction of the Priority Bridges Crossing Pasig-Marikina River and Manggahan Floodway with Contract ID No. 20Z00006 adopting the Design and Build Scheme. The contract involves the design and construction of 1) 100.0m Steel Lohse Arch Bridge (single

span), 125.0m Prestressed Voided Slab, 153.1m MSE Wall Approach Ramp, and 40.0m at-grade Approach Road for Palanca-Villegas Bridge and 2) 257.5m Steel Lohse Arch Bridge

(3-span), 162.5m MSE Wall Approach Ramp and 512.78m at-grade Approach Road for Eastbank-Westbank Bridge 2. Contract has a duration of 1,095 calendar days. The Palanca-Villegas Bridge is located at City of Manila while the Eastbank-Westbank Bridge 2

is at Cainta, Rizal. 3. Procurement will be conducted through Limited Competitive Bidding among the shortlisted

Chinese Suppliers/Contractors as recommended by the GPRC. The bidding will be conducted using the Philippine Bidding Documents for Infrastructure and the applicable

procedures under the 2016 Revised Implementing Rules and Regulations (IRR) of Republic Act (R.A.) No. 9184 or Government Procurement Reform Act.

8

Shortlisted bidders should have completed a contract similar to the Project, covering both detailed engineering design and construction, with a cost equivalent to at least fifty

percent (50%) of the Approved Budget for the Contract (ABC). The ABC for the contract is PhP 4,804,693,006.21. The description of an eligible bidder is contained in the

Bidding Documents, particularly, in Section II. Instructions to Bidders. 4. Shortlisted bidder who has no experience in DB projects on its own may enter into

subcontracting, partnerships, or joint venture with design or engineering firms for the design portion of the contract.

In the case of foreign consultants, they may be eligible to enter into subcontracting, partnerships, or joint venture with the shortlisted Chinese Contractor for the design

portion, provided that, they must be authorized by the appropriate Government professional regulatory body (e.g. PRC) to engage in the practice of those professions.

The limit of such authority shall be strictly observed.

5. In accordance with DPWH D.O. no. 195, series of 1992, pursuant to the provisions

of R.A. 544, the procurement and employment of corporations as consultants for

the Detailed Engineering Design component of this project is not allowed.

6. The shortlisted bidders may obtain further information from DPWH and inspect the Bidding Documents at the address given below from Monday to Friday, 7:00am to 4:00pm.

7. A complete set of Bidding Documents may be acquired by shortlisted bidder starting on July 11, 2020 from the address below upon payment to the DPWH Cashier of an applicable fee of seventy-five thousand pesos (PhP 75,000.00) not later than the deadline

for submission of bids. It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and the website of the

Procuring Entity.

The shortlisted Bidder’s representatives must present a letter duly signed by the

Authorized Signatory of your Firm, authorizing him/her to acquire the Bidding Documents.

8. The DPWH will hold a Pre-Bid Conference (PBC) on August 11, 2020, 9:00 A.M. at the Multi-Purpose Hall, 5th Floor DPWH Central Office, Bonifacio Drive, Port Area, Manila.

9. Bids must be duly received by the BAC Secretariat at the Multi-Purpose Hall, 5th Floor DPWH Bldg., Bonifacio Drive, Port Area, Manila on or before August 25, 2020, 10:00 A.M. All

bids must be accompanied by a bid security in the form of a Bid Securing Declaration or in the amount of any of the following acceptable forms:

Form Amount

a.) Cash or Cashier’s/Managers Check PhP 96,093,860.12 (Ninety Six Million, Ninety Three Thousand, Eight Hundred Sixty Pesos and Twelve Centavos)

b.) Bank Guarantee PhP 96,093,860.12 (Ninety Six Million, Ninety Three Thousand, Eight Hundred Sixty Pesos and Twelve Centavos)

9

c.) Irrevocable Letter of Credit from Universal or Commercial Bank

PhP 96,093,860.12 (Ninety Six Million, Ninety Three Thousand, Eight Hundred Sixty Pesos and Twelve Centavos)

d.) Surety Bond PhP 240,234,650.31 (Two Hundred Forty Million, Two Hundred Thirty Four Thousand, Six Hundred Fifty Pesos and Thirty One Centavos)

10. Bid opening shall be conducted immediately after the deadline for submission of bids on

August 25, 2020 at the Multi-Purpose Hall, 5th Floor DPWH Central Office, Bonifacio Drive, Port Area, Manila. Bids will be opened in the presence of the bidder’s

representatives who choose to attend at the address below. Late bids shall not be accepted.

11. This Invitation to Bid was also addressed to other shortlisted Bidders, as follows:

i. China State Construction Engineering Corporation Limited; and

ii. China International Water and Electric Construction;

12. The DPWH reserves the right to reject any and all bids, declare a failure of bidding, or not award the contract at any time prior to contract award in accordance with Section 41 of RA 9184 and its IRR, without thereby incurring any liability to the affected bidder or

bidders.

13. For further information, please refer to:

RODRIGO I. DELOS REYES MA VICTORIA S. GREGORIO

OIC-Project Director OIC-Director

Bridges Management Cluster Procurement Service

Unified Project Management Office DPWH Bldg., Bonifacio Drive,

DPWH Bldg., Bonifacio Drive, Port Area, 1018 Manila

Port Area, 1018 Manila [email protected]

Tel. No.: (02)3043925 Tel. No.: (02)3043283

Very truly yours,

EUGENIO R. PIPO, JR.

Assistant Secretary for Regional Operations in Luzon

Chairperson, Bids and Awards Committee (BAC) for Civil Works

Republic of the Philippines

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

CENTRAL OFFICE Manila

10

INVITATION TO BID

July 11, 2020

CHINA INTERNATIONAL WATER AND ELECTRIC CONSTRUCTION

Suite 1106, Ermita Ctr. Bldg.

1350 Roxas Blvd.

Ermita, Manila

SUBJECT : Construction of the Priority Bridges Crossing Pasig-Marikina River

and Manggahan Floodway Bridges Construction Project, under China Government Financing Facility, Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design

and Build)

Gentlemen:

1. The Government of the Republic of the Philippines (GPH) through the Department of Public Works and Highways intends to apply for a Loan from the China Government Financing Facility and it intends to apply part of the proceeds of this loan to payments under the

contract for the Priority Bridges Crossing Pasig-Marikina River and Manggahan Floodway Bridges Construction Project, under China Government Financing Facility, Contract

Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build).

Pursuant to the bilateral arrangements on the utilization of Preferential/Concessional Loan

between the GPH and the People’s Republic of China (GPRC), the Ministry of Commerce recommended a shortlist of prequalified Chinese companies/contractors that can undertake the above-mentioned Project.

2. The Department of Public Works and Highways now invites sealed bids for the

Construction of the Priority Bridges Crossing Pasig-Marikina River and Manggahan Floodway with Contract ID No. 20Z00006 adopting the Design and Build Scheme. The contract involves the design and construction of 1) 100.0m Steel Lohse Arch Bridge (single

span), 125.0m Prestressed Voided Slab, 153.1m MSE Wall Approach Ramp, and 40.0m at-grade Approach Road for Palanca-Villegas Bridge and 2) 257.5m Steel Lohse Arch Bridge

(3-span), 162.5m MSE Wall Approach Ramp and 512.78m at-grade Approach Road for Eastbank-Westbank Bridge 2. Contract has a duration of 1,095 calendar days. The Palanca-Villegas Bridge is located at City of Manila while the Eastbank-Westbank Bridge 2

is at Cainta, Rizal.

3. Procurement will be conducted through Limited Competitive Bidding among the shortlisted Chinese Suppliers/Contractors as recommended by the GPRC. The bidding will be conducted using the Philippine Bidding Documents for Infrastructure and the applicable

procedures under the 2016 Revised Implementing Rules and Regulations (IRR) of Republic Act (R.A.) No. 9184 or Government Procurement Reform Act.

11

Shortlisted bidders should have completed a contract similar to the Project, covering both

detailed engineering design and construction, with a cost equivalent to at least fifty percent (50%) of the Approved Budget for the Contract (ABC). The ABC for the contract

is PhP 4,804,693,006.21. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instructions to Bidders.

4. Shortlisted bidder who has no experience in DB projects on its own may enter into subcontracting, partnerships, or joint venture with design or engineering firms for the design portion of the contract.

In the case of foreign consultants, they may be eligible to enter into subcontracting,

partnerships, or joint venture with the shortlisted Chinese Contractor for the design portion, provided that, they must be authorized by the appropriate Government

professional regulatory body (e.g. PRC) to engage in the practice of those professions. The limit of such authority shall be strictly observed.

5. In accordance with DPWH D.O. no. 195, series of 1992, pursuant to the provisions

of R.A. 544, the procurement and employment of corporations as consultants for

the Detailed Engineering Design component of this project is not allowed.

6. The shortlisted bidders may obtain further information from DPWH and inspect the Bidding Documents at the address given below from Monday to Friday, 7:00am to 4:00pm.

7. A complete set of Bidding Documents may be acquired by shortlisted bidder starting on

July 11, 2020 from the address below upon payment to the DPWH Cashier of an

applicable fee of seventy-five thousand pesos (PhP 75,000.00) not later than the deadline for submission of bids. It may also be downloaded free of charge from the website of the

Philippine Government Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity.

The shortlisted Bidder’s representatives must present a letter duly signed by the Authorized Signatory of your Firm, authorizing him/her to acquire the Bidding Documents.

8. The DPWH will hold a Pre-Bid Conference (PBC) on August 11, 2020, 9:00 A.M. at the

Multi-Purpose Hall, 5th Floor DPWH Central Office, Bonifacio Drive, Port Area, Manila.

9. Bids must be duly received by the BAC Secretariat at the Multi-Purpose Hall, 5th Floor DPWH

Bldg., Bonifacio Drive, Port Area, Manila on or before August 25, 2020, 10:00 A.M. All bids must be accompanied by a bid security in the form of a Bid Securing Declaration or in the amount of any of the following acceptable forms:

Form Amount

a.) Cash or Cashier’s/Managers Check PhP 96,093,860.12 (Ninety Six Million, Ninety Three Thousand, Eight Hundred Sixty Pesos and Twelve Centavos)

b.) Bank Guarantee PhP 96,093,860.12 (Ninety Six Million, Ninety Three Thousand, Eight Hundred Sixty Pesos and Twelve Centavos)

12

c.) Irrevocable Letter of Credit from Universal or Commercial Bank

PhP 96,093,860.12 (Ninety Six Million, Ninety Three Thousand, Eight Hundred Sixty Pesos and Twelve Centavos)

d.) Surety Bond PhP 240,234,650.31 (Two Hundred Forty Million, Two Hundred Thirty Four Thousand, Six Hundred Fifty Pesos and Thirty One Centavos)

10. Bid opening shall be conducted immediately after the deadline for submission of bids on

August 25, 2020 at the Multi-Purpose Hall, 5th Floor DPWH Central Office, Bonifacio Drive, Port Area, Manila. Bids will be opened in the presence of the bidder’s representatives

who choose to attend at the address below. Late bids shall not be accepted. 11. This Invitation to Bid was also addressed to other shortlisted Bidders, as follows:

i. China State Construction Engineering Corporation Limited; and ii. China Harbour Engineering Company Limited;

12. The DPWH reserves the right to reject any and all bids, declare a failure of bidding, or not

award the contract at any time prior to contract award in accordance with Section 41 of RA 9184 and its IRR, without thereby incurring any liability to the affected bidder or bidders.

13. For further information, please refer to:

RODRIGO I. DELOS REYES MA VICTORIA S. GREGORIO

OIC-Project Director OIC-Director

Bridges Management Cluster Procurement Service

Unified Project Management Office DPWH Bldg., Bonifacio Drive,

DPWH Bldg., Bonifacio Drive, Port Area, 1018 Manila

Port Area, 1018 Manila [email protected]

Tel. No.: (02)3043925 Tel. No.: (02)3043283

Very truly yours,

EUGENIO R. PIPO, JR.

Assistant Secretary for Regional Operations in Luzon

Chairperson, Bids and Awards Committee (BAC) for Civil Works

13

Section II. Instructions to Bidders (ITB)

14

Table of Contents

A. GENERAL ………………………………………………………………………….15

1. Scope of Bid ………………………………………………………………………………………………15 2. Source of Funds …………………………………………………………………………………………15 3. Corrupt, Fraudulent, Collusive and Coercive Practices ……………………………………15 4. Conflict of Interest …………………………………………………………………………………….16 5. Eligible Bidders ………………………………………………………………………………………….18 6. Bidder’s Responsibilities ………………………………………………………………….............19 7. Origin of Goods and Services ………………………………………………………………………22 8. Subcontracts …………………………………………………………………………………………….22

B. CONTENTS OF BIDDING DOCUMENTS …………………………………….22

9. Pre-Bid Conference ……………………………………………………………………………………22 10. Clarification and Amendment of Bidding Documents ………………………………………23

C. PREPARATION OF BIDS ……………………………………………………….23

11. Language of Bids ……………………………………………………………………………………….23

12. Documents Comprising the Bid: Technical Components ……………………………….…23

13. Documents Comprising the Bid: Financial Proposal ……….…………………………….…26

14. Alternative Bids …………………………………………………………………………………………26

15. Bid Prices ………………………………………………………………………………………………….26

16. Bid Currencies …………………………………………………………………………………………..27

17. Bid Validity ……………………………………………………………………………………………….27

18. Bid Security ………………………………………………………………………………………………28

19. Format and Signing of Bids …………………………………………………………………………30

20. Sealing and Marking of Bids ………………………………………………………………………..30

D. SUBMISSION AND OPENING OF BIDS …………………………………….31

21. Deadline for Submission of Bids …………………………………………………………………..31

22. Late Bids …………………………………………………………………………………………………..31

23. Modification and Withdrawal of Bids …………………………………………………………….31

24. Opening and Preliminary Examination of Technical Components Bids ……………..32

25. Eligibility Check …………………………………………………………………………………………33

E. BIDS EVALUATION AND POST-QUALIFICATION ………………………..34

26. Process to be Confidential …………………………………………………………………………..34

27. Clarification of Bids …………………………………………………………………………………….34

28. Detailed Evaluation and Comparison of Bids ………………………………………………….34

29. Post Qualification ………………………………………………………………………………………36

30. Reservation Clause …………………………………………………………………………………….37

F. AWARD OF CONTRACT ………………………………………………………...38

31. Contract Award …………………………………………………………………………………………38

32. Signing of the Contract ………………………………………………………………………………38

33. Performance Security …………………………………………………………………………………39

34. Notice to Proceed ………………………………………………………………………………………40

15

A. GENERAL

1. Scope of Bid

1.1 The Procuring Entity named in the BDS, invites bids for the construction of Works, as described in the BDS. The name and identification number of the Contract is

provided in the BDS.

1.2 The name, identification, and number of lots specific to this bidding are provided in the BDS. The contracting strategy and basis of evaluation of lots is described in ITB

Clause 27.

1.3 The successful Bidder will be expected to complete the Works by the intended

completion date specified in SCC Clause 1.19.

2. Source of Funds

The Procuring Entity has a budget or received funds from the Funding Source named in

the BDS, and in the amount indicated in the BDS. It intends to apply part of the funds received for the Project, as defined in the BDS, to cover eligible payments under the Contract for the Works.

3. Corrupt, Fraudulent, Collusive, and Coercive Practices

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

contractors, shall observe the highest standard of ethics during the procurement and execution of the contract. In pursuance of this policy, the Funding Source:

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

(i) "corrupt practice" means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich

themselves, others, or induce others to do so, by misusing the position in which they are placed, and includes the offering, giving, receiving, or soliciting of anything of value to influence the action of any such

official in the procurement process or in contract execution; entering, on behalf of the Procuring Entity, into any contract or transaction manifestly and grossly disadvantageous to the same, whether or not

the public officer profited or will profit thereby, and similar acts as provided in Republic Act 3019;

(ii) "fraudulent practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring Entity, and includes collusive practices

among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the

Procuring Entity of the benefits of free and open competition;

(iii) “collusive practices” means a scheme or arrangement between two or more bidders, with or without the knowledge of the Procuring Entity,

designed to establish bid prices at artificial, non-competitive levels; and

16

(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 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 33.

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) Bidder has controlling shareholders in common with another Bidder;

17

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.

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.

h) If a consultant combines the function of consulting with those of contracting and/or supply of equipment.

i) If a consultant is associated with, affiliated to, or owned by a contractor or a manufacturing firm with departments or design offices offering services as consultants unless such consultant includes relevant information on such

relationships along with a statement in the technical proposal cover letter to the effect that the consultant shall limit its role to that of a consultant and disqualify itself and its associates from work in any other capacity that may emerge from

the project (including bidding for any part of the future project). The contract with the consultant selected to undertake the project shall contain an appropriate

provision to such effect.

j) If there is a conflict among consulting projects, the consultant (including its personnel and subcontractors) and any subsidiaries or entities controlled by such

consultant shall not be recruited for the relevant project. The duties of the consultant depend on the circumstances of each case. While continuity of

consulting services may be appropriate in particular situations where no conflict exists, a consultant cannot be recruited to carry out a project that, by its nature, shall result in conflict with a prior or current project of such consultant. examples

of the situations mentioned are when a consultant engaged to prepare engineering design for an infrastructure project shall not be recruited to prepare an independent environmental assessment for the same project; similarly, a

consultant assisting a Procuring Entity in privatization of public assets shall not purchase, nor advise purchasers, of such assets; or a consultant hired to prepare

terms of reference (TOR) for a project shall not be recruited for the project in question.

18

4.2 In accordance with Section 47 of the IRR of RA 9184, all Bidding Documents shall be accompanied by a sworn affidavit of the Bidder that it is not related to the Head of

the Procuring Entity, members of the Bids and Awards Committee (BAC), members of the Technical Working Group (TWG), members of the BAC Secretariat, the head of

the Unified Project Management Office – Bridges Management Cluster (UPMO-BMC) or the end-user unit, and the project consultants, by consanguinity or affinity up to the third civil degree. Failure to comply with the aforementioned provision shall be a

ground for the automatic disqualification of the bid in consonance with Section 30 of the Revised IRR of RA 9184. For this reason, relation to the aforementioned persons within the third civil degree of consanguinity or affinity shall automatically disqualify

the bidder from participating in the procurement of contracts of the Procuring Entity. On the part of the bidder, this Clause shall apply to the following persons:

a. If the Bidder is an individual or a sole proprietorship, to the Bidder himself;

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

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

stockholders; and

d. If the bidder is a cooperative, to all its officers, directors, and controlling

shareholders or members.

e. 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.

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.

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

19

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 owned or controlled corporations (GOCCs) may be eligible to participate only if they can establish that they (a) are legally and financially autonomous, (b)

operate under commercial law, and (c) are not attached agencies of the Procuring Entity.

5.4 (a) The Bidder must have an experience of having completed a Single Largest

Completed Contract (SLCC) that is similar to this Project, equivalent to at least fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to current prices using

the Philippine Statistics Authority (PSA) consumer price index. However, contractors under Small A and Small B categories without similar experience on the contract to be bid may be allowed to bid if the cost of such contract is not more than the Allowable

Range of Contract Cost (ARCC) of their registration based on the guidelines as prescribed by the PCAB.

(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.

5.5 The Bidder must submit a computation of its Net Financial contracting Capacity

(NFCC), which must be at least equal to the ABC to be bid, calculated as follows:

NFCC = [(Current assets minus current liabilities) (15)] 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.

The values of the domestic bidder’s current assets and current liabilities shall be

based on the latest Audited Financial Statements (AFS) submitted to the BIR.

For purposes of computing the foreign bidders’ NFCC, the value of the current assets

and current liabilities shall be based on their audited financial statements prepared in accordance with international financial reporting standards.

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. Forms and Qualification Information 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;

20

(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 10.4.

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

its agencies, offices, corporations, or LGUs, including foreign government/foreign or international financing institution whose blacklisting

rules have been recognized by the GPPB;

(f) Ensuring that each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements

and information provided therein are true and correct;

(g) Authorizing the HoPE or its duly authorized representative/s to verify all the

documents submitted;

(h) Ensuring that the signatory is the duly authorized representative of the Bidder, and granted full power and authority to do, execute and perform any and all

acts necessary to participate, submit the bid, and to sign and execute the ensuing contract, accompanied by the duly notarized Special Power of Attorney,

Board/Partnership Resolution, or Secretary’s Certificate, whichever is applicable;

(i) Complying with the disclosure provision under Section 47 of RA 9184 and its IRR in relation to other provisions of RA 3019;

(j) Complying with existing labor laws and standards, in the case of procurement of services. Moreover, bidder undertakes to:

(i) Ensure the entitlement of workers to wages, hours of work, safety and

health and other prevailing conditions of work as established by national laws, rules and regulations; or collective bargaining agreement; or

arbitration award, if and when applicable.

In case there is a finding by the Procuring Entity or the DOLE of underpayment or non-payment of workers’ wage and wage-related

benefits, bidder agrees that the performance security or portion of the contract amount shall be withheld in favor of the complaining workers

pursuant to appropriate provisions of Republic Act No. 9184 without prejudice to the institution of appropriate actions under the Labor Code, as amended, and other social legislations.

(ii) Comply with occupational safety and health standards and to correct deficiencies, if any.

In case of imminent danger, injury or death of the worker, bidder

undertakes to suspend contract implementation pending clearance to

21

proceed from the DOLE Regional Office and to comply with Work Stoppage Order; and

(iii) Inform the workers of their conditions of work, labor clauses under the contract specifying wages, hours of work and other benefits under

prevailing national laws, rules and regulations; or collective bargaining agreement; or arbitration award, if and when applicable, through posting in two (2) conspicuous places in the establishment’s premises; and

k. Ensuring that it did not give or pay, directly or indirectly, any commission, amount, fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the;

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. Unless otherwise indicated in the BDS failure to furnish all information or documentation required in this Bidding

Documents shall result in the rejection of the bid and the disqualification of the Bidder.

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.

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.

22

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

understand the Procuring Entity’s requirements. Non-attendance of the Bidder will in no way prejudice its bid; however, the Bidder is expected to know the changes

and/or amendments to the Bidding Documents as recorded in the minutes of the pre-bid conference and the Supplemental/Bid Bulletin.

9.3 Any statement made at the pre-bid conference shall not modify the terms of the bidding documents unless such statement is specifically identified in writing as an

amendment thereto and issued as a Supplemental/Bid Bulletin.

23

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 The BAC shall respond to the said request by issuing a Supplemental/Bid Bulletin, to

be made available to all those who have properly secured the Bidding Documents, at least seven (7) calendar days before the deadline for the submission and receipt of Bids.

10.3 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.

10.4 Any Supplemental/Bid Bulletin issued by the BAC shall also be posted on the website of the DPWH 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: Technical Components

12.1 The Bid shall consist of the Technical Component and the Financial Component which

shall be submitted in two separate sealed envelopes. 12.2 Unless otherwise indicated in the BDS, the Technical Component (first envelope) shall

include the following documents:

(a) PhilGEPS Certificate of Registration and Membership in accordance with Section 8.5.2 of the IRR.

24

(b) If the bidder is not previously enrolled in the CWR: the bidder’s Class “A” and Class “B” Documents, excluding the five Class “A” documents covered by the

PhilGEPS Certificate of Registration – viz., SEC/DTI/CDA Registration, Mayor’s/Business Permit, Tax Clearance, PCAB License and Registration, and

Audited Financial Statement - in accordance with Section 4.8.2 of this Manual Volume II. These Documents should include the following information required in IRR Section 25.2b:

(1) Statement of all On-going Government and Private Contracts

(2) Single Largest Completed Contract (SLCC) similar to the contract to be bid

(3) Net Financial Contracting Capacity (NFCC) (4) Joint Venture Agreement (JVA), if applicable

If the bidder is previously enrolled in the CWR but would like to update any of its Class

“A” and Class “B” Documents in the CWR: the pertinent Documents to be updated.

(c) Bid Security in the prescribed form, amount and validity period (Form DPWH-

INFR-10, DPWH-INFR 11, or DPWH-INFR-12).

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

(1) Contractor’s organizational chart for the contract to be bid (Form DPWH-

INFR-13).

(2) List of contractor’s key personnel– e.g., Project Manager, Design Manager,

Project Engineers, Materials Engineers, and Foremen - to be assigned to the contract, with their complete qualification and experience data (Form DPWH-INFR-14). These personnel must meet the required minimum years

of experience shown in the BDS.

(3) List of contractor’s major construction and laboratory equipment

units to be used for the contract – which are owned, leased, and/or under purchase agreements, supported by certification of availability

of the equipment from the equipment lessor/vendor for the duration of the project (Form DPWH-INFR-15). These equipment units must

meet the minimum major equipment requirements for the contract set in the BDS.

(4) ISO 9001 Certification

(5) Omnibus sworn statement by the prospective bidder or its duly authorized representative as to the following (Form DPWH-INFR-

16):

i. It is not “blacklisted” or barred from bidding by the government

or any of its agencies, offices, corporations, or local government units (LGUs), including foreign government/foreign or

25

international financing institution whose blacklisting rules have been recognized by the GPPB.

ii. 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. iii. It is authorizing the HoPE or his duly authorized

representative(s) to verify all the documents submitted.

iv. The signatory is the duly authorized representative of the prospective bidder, and granted full power and authority to do, execute and perform any and all acts necessary and/or to

represent the prospective bidder in the viding, with the duly notarized Secretary’s Certificate attesting to such fact, if the

prospective bidder is a corporation, partnership or joint venture.

v. It complies with the disclosure provision under Section 47 of RA 9184 in relation to the provisions of RA 3019.

vi. It complies with the responsibilities of a bidder provided in the BDs.

vii. It complies with existing labor laws and standards.

viii. It did not and shall not give or pay any, 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 or activity.

In addition to the above, the Technical Component shall include the following requirements:

(e) Bidder’s Preliminary Engineering Design Plan for the Project which shall

comply with the MPSS and show (a) the overall configuration of the

facility when completed, (b) the scope and components, and (c) the functions, service levels, and performance characteristics of the Project

outputs, - with a degree of detail within +/- 15-20 % of the final quantities of the Project components. Section VII of ANNEX II-1.3, which

shows the SBDs for DB projects, gives the required content of the Preliminary Engineering Design Plans.

(f) Design and construction methods which shall conform to the MPSS.

(g) List of design personnel to be assigned to the contract to be bid, with their complete qualification and experience data, including copies of valid PRC licenses for the design professionals.

26

(h) Value engineering (VE) analysis of design and construction methods, which shall be undertaken I accordance with the DPWH Guidelines

for VE given in Appendix 2.1 of the Main Guidelines of this Manual Volume II.

13. Documents Comprising the Bid: Financial Proposal

13.1 The Financial Component (second envelope) of the Bid shall include the following:

(a) Bid Form, indicating the lump-sum bid price, which shall include the detailed engineering cost.

(b) Detailed estimates, 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 quarter (Use Form DPWH-INFR-18).

13.1 Unless indicated in the BDS, all Bids that exceed the ABC shall not be accepted.

14. Alternative Bids

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

by a Bidder in addition or as a substitute to its original bid which may be included as part of its original bid or submitted separately therewith for purposes of bidding. A bid with options is considered an alternative bid regardless of whether said bid

proposal is contained in a single envelope or submitted in two (2) or more separate bid envelopes.

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

Documents, including the basic technical design as indicated in the drawings and specifications. Unless there is a value engineering clause in the BDS, alternative

bids shall not be accepted.

14.3 Each Bidder shall submit only one Bid, either individually or as a partner in a JV. A Bidder who submits or participates in more than one bid (other than as a

subcontractor if a subcontractor is permitted to participate in more than one bid) will cause all the proposals with the Bidder’s participation to be disqualified. This

shall be without prejudice to any applicable criminal, civil and administrative penalties that may be imposed upon the persons and entities concerned.

15 Bid Prices

15.1 The contract shall be for the whole Works, as described in ITB Clause 1.1, based on the priced Bill of Quantities submitted by the Bidder.

15.2 The Bidder shall fill in rates and prices for all items of the Works described in the Bill of Quantities. Bids not addressing or providing all of the required items in the Bidding Documents including, where applicable, Bill of Quantities, shall be

considered non-responsive and, thus, automatically disqualified. In this regard, where a required item is provided, but no price is indicated, the same shall be

27

considered as non-responsive, but specifying a zero (0) or a dash (-) for the said item would mean that it is being offered for free to the Government, except those

required by law or regulations to be provided for.

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 47. Upon the recommendation of the Procuring Entity, 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 approval by the GPPB. 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 17.1, the Procuring Entity for

purposes of bid evaluation and comparing the bid prices will convert the amounts in various currencies in which the bid price is expressed to Philippine Pesos at the exchange rate as published in the BSP reference rate bulletin on the day of the

bid opening.

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

17 Bid Validity

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

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

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

Procuring Entity may request Bidders to extend the period of validity of their bids.

The request and the responses shall be made in writing. The bid security described in ITB Clause 18 should also be extended corresponding to the extension of the

bid validity period at the least. A Bidder may refuse the request without forfeiting its bid security, but his bid shall no longer be considered for further evaluation and award. A Bidder granting the request shall not be required or permitted to modify

its bid.

28

18 Bid Security

18.1 The Bidder shall submit to the Procuring Entity, as part of its Bid, a Bid Security

in Philippine Pesos currency in any of the following forms and corresponding

amounts: Table 18.1 Forms and Amounts of Bid Security

Form Minimum Amount

a) Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank.

2.0% of ABC

b) Bank draft/guarantee or irrevocable

letter of credit issued by a Universal or Commercial Bank (Use Form DPWH-INFR-09 or 10)

2.0% of ABC

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

5% of ABC

d) Bid Securing Declaration (Use DPWH-INFR-11)

None Required

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, within ten (10) calendar days from receipt of the Notice of Award, and commits to pay the

corresponding amount as fine, and be suspended for a period of time from being qualified to participate in any government procurement activity in the event it violates any of the conditions stated therein as provided in the guidelines issued

by the GPPB.

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 request for reconsideration

and/or protest, or lapse of the reglementary period without having filed a request for reconsideration or protest. Without prejudice on its forfeiture, Bid Securities

shall be returned only after the Bidder with the Lowest Calculated Responsive Bid (LCRB) has signed the contract and furnished the Performance Security, but in no case later than the expiration of the Bid Security validity period indicated in ITB

Clause 18.2.

18.4 Upon signing and execution of the contract, pursuant to ITB Clause 32, and the posting of the performance security, pursuant to ITB Clause 33, 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.

29

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 28.6;

(iii) has a finding against the veracity of the required documents submitted

in accordance with ITB Clause 28.2;

(iv) submission of eligibility requirements containing false information or falsified documents;

(v) submission of bids that contain false information or falsified documents, or the concealment of such information in the bids in order

to influence the outcome of eligibility screening or any other stage of the public bidding;

(vi) allowing the use of one’s name, or using the name of another for purposes of public bidding;

(vii) withdrawal of a bid, or refusal to accept an award, or enter into

contract with the Government without justifiable cause, after the

Bidder had been adjudged as having submitted the LCRB;

(viii) refusal or failure to post the required performance security within the

prescribed time;

(ix) refusal to clarify or validate in writing its bid during post-qualification within a period of seven (7) calendar days from receipt of the request for clarification;

(x) any documented attempt by a Bidder to unduly influence the outcome

of the bidding in his favor;

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

venture after the bid is declared successful; or

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

bidding, such as habitually withdrawing from bidding, submitting late Bids or patently insufficient bid, for at least three (3) times within a

year, except for valid reasons.

(b) if the successful Bidder:

(i) fails to sign the contract in accordance with ITB Clause 32;

(ii) fails to furnish performance security in accordance with ITB Clause 33.

30

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. Forms and Qualification Information

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, 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 Each and every page of the Bid Form, including the Bill of Quantities, under Section

IX hereof, shall be signed by the duly authorized representative/s of the Bidder.

Failure to do so shall be a ground for the rejection of the bid.

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 Unless otherwise indicated in the BDS, bidders shall enclose their original eligibility

and technical documents described in ITB Clause 12, in one sealed envelope marked “ORIGINAL - TECHNICAL COMPONENT”, and the original of their financial

component in another sealed envelope marked “ORIGINAL - FINANCIAL COMPONENT”, sealing them all in an outer envelope marked “ORIGINAL BID”.

20.2 Each copy of the first and second envelopes shall be similarly sealed duly marking the inner envelopes as “COPY NO. ___ - TECHNICAL COMPONENT” and “COPY NO. ___ – FINANCIAL COMPONENT” and the outer envelope as “COPY NO. ___”,

respectively. These envelopes containing the original and the copies shall then be enclosed in one single envelope.

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

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

authorized representative/s.

20.4 All envelopes shall:

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

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

c) be addressed to the Procuring Entity’s BAC identified in ITB Clause 10.1;

31

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.

20.5 If bids are not sealed and marked as required, the Procuring Entity will assume no

responsibility for the misplacement or premature opening of the bid.

D. SUBMISSION AND OPENING OF BIDS

21. Deadline for Submission of Bids

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

date and time indicated in the BDS.

22. Late Bids

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

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

23. Modification and Withdrawal of Bids

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

modification is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of bids. The Bidder shall not be allowed to retrieve its

original bid, but shall be allowed to submit another bid equally sealed, properly identified, linked to its original bid marked as “TECHNICAL MODIFICATION” or “FINANCIAL MODIFICATION” and stamped “received” by the BAC. Bid

modifications received after the applicable deadline shall not be considered and shall be returned to the Bidder unopened.

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

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

is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of bids.

23.3 Bids requested to be withdrawn in accordance with ITB Clause 24.1 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, and the imposition of

32

administrative, civil, and criminal sanctions as prescribed by RA 9184 and its Revised IRR.

24. Opening and Preliminary Examination of Technical Components Bids

24.1 The BAC shall open the Technical Bid envelopes in the presence of Bidders’

representatives who choose to attend, at the time, on the date, and at the place

specified in the BDS. Bidders’ representatives who are present shall sign a register evidencing their attendance.

24.2 The BAC shall read out and record letters of withdrawal, and return the unopened envelopes containing the corresponding withdrawn Bid to the Bidders concerned. If

the withdrawing Bidder’s representative is present, the BAC shall return the original Bid and all copies thereof to that representative during the Bid opening. If the representative is absent, the BAC shall return the unopened Bid by registered mail.

The Bidder may withdraw its Bid before the deadline for submission and receipt of Bids, provided that its letter of withdrawal contains a valid justification requesting such

withdrawal, subject to appropriate administrative sanctions.

24.3 Outer envelopes marked “TECHNICAL MODIFICATION” or “FINANCIAL

MODIFICATION” shall be identified but not opened. The BAC shall announce the presence and type of modification from the information contained on the outer envelope.

24.4 The BAC shall then conduct the Preliminary Examination of the Bids. The purpose of

this examination is solely to determine the “presence-or-absence” of each of the required documents comprising the bid, as stated in Clause 14 above, using a simple non-discretionary “pass (if present) – or - fail (if absent)” criterion, with the aid of

checklists.

24.5 The BAC shall first open and undertake the Preliminary Examination of the envelopes

containing the Technical Components of the Bids, one at a time, and reading out and recording the following:

(a) Name of the Bidder.

(b) Whether there is a technical modification or substitution.

(c) Presence, amount and validity of the Bid Security.

(d) Presence or absence of each document comprising the Technical Proposal vis-

à-vis a checklist of the required documents.

24.6 The BAC of the Procuring Entity shall determine each Bidder’s compliance with the

documents required to be submitted for the Technical Component of the Bid, as prescribed in ITB Clause 12. For this purpose, the BAC shall check the submitted

documents in the Technical Component envelope against a checklist of required documents to ascertain if the latter are all present in the Technical Component envelope. If the required document is present, the Technical Component shall be

rated as “passed” for that particular requirement. On the other hand, if the required document is absent, i.e., missing, incomplete or patently insufficient, the Technical

Component shall be rated as “failed” for that particular requirement. In case one or

33

more of the required documents in the Technical Component of a particular Bid is absent - i.e., missing, incomplete, or patently insufficient - the BAC shall rate the

Technical Component as “failed” and immediately return to the Bidder concerned its second envelope (Financial Component) unopened. If all of the required documents

in the Technical Component envelope are present, the Technical Component is rated as “passed.”

25. Eligibility Check

25.1 Unless otherwise indicated in the BDS, after the Preliminary Examination of the

Technical Components of the Bids, the BAC, assisted by its BAC Secretariat, shall

conduct the Eligibility Check of each bidder that passed the documentary requirements for the Technical Component of the Bids - i.e., the BAC shall determine if the bidder is eligible to bid for the contract being procured. For the construction component, this

shall be done electronically by computer using the data and program in the DPWH Civil Works Registry (CWR). For the design component, this will be done manually.

25.2 For the construction component, the BAC shall undertake the Eligibility Check

electronically using the data and program in the DPWH Civil Works Registry (CWR).

The BAC shall enter into the CWR the PCAB License Number and/or name of each bidder for the contract to be procured. At this time, it is presumed that the BAC had already approved the Bidding Documents for the contract to be procured, and that

the BAC Secretariat had already entered into the CWR the Contract Profile (CP) which provides the basic contract data, including the ABC, works similar to those of the

contract to be bid, and contract duration. The CWR program will then electronically process and determine if the bidder meets the following eligibility requirements:

(a) The cost of the bidder’s largest completed similar contract is at least 50% of

the ABC of the project to be procured.

(b) The bidder’s NFCC is at least equal to ABC of the project to be procured.

25.3 For the design component, the BAC shall check if the bidder meets the following

eligibility requirements:

(a) The DB contractor - as solo or as one of the parties in a JV/consortium –has satisfactorily completed the design of at least one similar project costing at least 50% of the cost of the ABC of the DB project to be procured.

(b) The designated design professionals possess valid licenses issued by the PRC.

(c) The designated design manager has a minimum experience of eight (8) years

of design work in the same position and/or on project categories similar to

the contract at hand, and a minimum total design experience of twelve (12) years regardless of position or structure category.

25.4 If the bidder complies with the criteria in Clauses 25.2 and 25.3 above, the BAC shall

consider the bidder as eligible.

25.5 During the bids opening session, the BAC will issue the Notices of Eligibility and Ineligibility to the bidders concerned. The reasons for ineligibility will also be

34

automatically shown in the Notices of Ineligibility. If any of the bidders immediately agrees to their ineligibility as indicated in the Notices, the BAC shall promptly not

consider its bid and thus return its Financial Component envelope to the bidder unopened. If, on the other hand, any of the bidders indicate its intent to seek a

reconsideration of its declared ineligibility, the BAC shall set aside its sealed Financial Component envelope which shall be signed on its cover by the bidder and other competing bidders and members of the BAC. The bidder 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. If, after evaluating the bidder’s request for reconsideration, the BAC finds the bidder to be eligible for the

contract at hand, the BAC shall set the date and time for the opening of its Financial Component envelope.

25.6 In either case - i.e., the ineligible bidder accepting its ineligibility or expressing it intent to seek a reconsideration of its ineligibility - the either case - i.e., the ineligible bidder

accepting its ineligibility or expressing it intent to seek a reconsideration of its ineligibility - the BAC shall then proceed with the opening and preliminary examination

of the Financial Component of the bids of the bidders that are declared eligible.

E. EVALUATION AND COMPARISON OF BIDS

26. Process to be Confidential

26.1 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 otherwise allowed in the case of ITB Clause 26.

26.2 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.

27. 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.

28. Detailed Evaluation and Comparison of Bids

FIRST – STEP PROCEDURE: TECHNICAL EVALUATION

28.1 The BAC shall evaluate, in detail, the bids that passed the Preliminary Examination of

the Technical Envelop and Eligibility Check in order to determine the Lowest

Calculated Bid (LCB).

28.2 Apart from the Eligibility Requirements, the BAC shall evaluate if the bidder meets all of the other Technical Component requirements, particularly the following:

35

(a) Bid Security as to compliance with the allowable form, amount and validity period.

(b) Project Requirements covering the organizational chart for the contract, key

personnel, major construction and laboratory equipment, and Omnibus Sworn Statement.

(c) Adherence of Bidder’s Preliminary Engineering Design Plans to the required MPSS, including degree of detail. The BAC shall also rate the bidder on this criterion on a “pass/fail” basis. Hence, if the BAC finds that all of the bidder’s

Preliminary Engineering Design Plans comply or adhere to the MPSS, the BAC shall rate the bidder “passed.” If the BAC finds that any of the bidder’s

Preliminary Engineering Design Plans does not adhere to the MPSS, the BAC shall rate the bidder “failed.”

(d) Adequacy of concept of approach and methodology for detailed engineering

design and construction, with emphasis on the clarity, feasibility, innovativeness and comprehensiveness of the plan approach, and the quality

of interpretation of project problems, risks, and suggested solutions. The BAC shall rate the bidder on this criterion using the rating system prescribed in

Table 24 under Section 6.1.12 of the DPWH Procurement Manual, Volume II (Infrastructure), which gives the maximum possible points for each sub-criterion. To qualify, the bidder must obtain a minimum or passing rating of 50

points on this criterion.

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

key staff to perform the duties of the particular assignments and general qualifications and competence, including education and training of the key

staff. For this purpose, the bidder must meet the following minimum work experience requirements for the key personnel specified in ITB Clause 12.2(d)(2). Similar experience means design/construction experience in the

same position and/or in the same/similar project category. Total experience means total design/construction experience regardless of position or project

category. The BAC shall also rate the bidder on this criterion on a “pass/fail” basis.

28.3 All bidders that pass all of the Technical Evaluation criteria under ITB Clause 26.2 shall be considered on equal footing. No bonus points shall be given to a bidder that

submits a Conceptual Design and Methodology that exceeds the requirements of the MPSS or key personnel whose work experience exceed the minimum required.

28.4 For complex or unique undertakings, such as those involving highly specialized or advanced engineering technology, eligible bidder may be required, at the option of the agency concerned to make an oral presentation within 15 calendar days after the

deadline for submission of technical proposals.

Opening and Preliminary Examination of Financial Proposal, only those Technical Proposal that passed the above criteria shall be subjected to the Second Step of Evaluation.

36

Second-Step Procedure: FINANCIAL EVALUATION

28.5 The BAC shall open the financial proposal of each bidder and the bid with the

lowest total calculated bid price shall be identified as the Lowest Calculated Bid (LCB).

28.6 The BAC shall then conduct a detailed evaluation of the Financial Proposal of each bidder that passes the Technical Proposal requirements. The BAC shall use non-discretionary criteria – including arithmetical corrections for computational errors –

as stated in the Section 3.6.4 of this Manual Volume II, and thus determine the correct total calculated bid prices. The BAC shall automatically disqualify any total

calculated bid price which exceeds the ABC. The total calculated bid prices (not exceeding the ABC) shall be ranked, in ascending order, from lowest to highest, and recorded in the Abstract of Bids as Calculated.

28.7 The bid with the lowest total calculated bid price shall be identified as the Lowest Calculated Bid (LCB).

29. Post Qualification

29.1 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 14.

29.2 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:

1) Latest income and business tax returns.

2) 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.

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

evidence of the Bidder’s qualifications submitted pursuant to ITB Clauses 12, 13

and 14, as well as other information as the Procuring Entity deems necessary and appropriate, using a non-discretionary “pass/fail” criterion.

29.4 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.

37

29.5 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.

29.6 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.

30. Reservation Clause

30.1 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.

30.2 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:

1) 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;

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

procuring entity; and

3) If the source of funds for the project has been withheld or reduced through

no fault of the Procuring Entity.

38

30.3 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

31. Contract Award

31.1 Subject to ITB Clause 30.3, the Procuring Entity shall award the contract to the

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

Responsive Bid (LCRB).

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

the successful Bidder in writing that its Bid has been accepted, through a Notice of Award received personally or sent by registered mail or electronically, receipt of

which must be confirmed in writing within two (2) days by the LCRB and submitted personally or sent by registered mail or electronically to the Procuring Entity.

31.3 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;

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, as provided in Section 37.3 of Revised

IRR of R.A. 9184

32. Signing of the Contract

32.1 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

39

Bidder, which Contract has been provided in the Bidding Documents, incorporating therein all agreements between the parties.

32.2 Within ten (10) calendar days upon 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.

32.3 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.

32.4 The following documents shall form part of the contract:

a. Contract Agreement;

b. Bidding Documents;

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

all other documents/statements submitted;

d. Performance Security;

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

f. Notice of Award of Contract; and

g. Other contract documents that may be required by existing laws and/or specified in the BDS.

33. Performance Security

33.1 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 upon the receipt of the Notice of Award from the Procuring Entity and in no case later than the signing of the contract.

33.2 The Procuring Entity shall prescribe at least two (2) acceptable forms of

performance security taken from two (2) categories below that bidders may opt to use, 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)

Cash or cashier’s/manager’s check

issued by a Universal or Commercial Bank.

10% of Total Contract Price

40

33.3 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.

34. Notice to Proceed

34.1 Within seven (7) calendar days from the date of approval of the Contract by the

appropriate government approving authority, the Procuring Entity shall issue its

Notice to Proceed to the Bidder.

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

Procuring Entity, which date shall not be later than seven (7) calendar days from the issuance of the Notice to Proceed.

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. (Use Form DPWH-INFR-42)

10% of Total Contract Price

Surety bond callable upon demand issued by a surety or insurance

company duly certified by the Insurance Commission as authorized

to issue such security. (Use Form DPWH-INFR-43)

30% of Total Contract Price

41

SECTION III. BID DATA SHEET (BDS)

42

BID DATA SHEET

ITB Clause

1.1 The Procuring Entity is Department of Public Works and Highways – Bonifacio Drive Port Area, Manila

The name of the Contract is: Priority Bridges Crossing Pasig - Marikina River and Manggahan Floodway Bridges Construction Project, under China Government Financing Facility, Contract Package 2 –

Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

The identification Number of the Contract is: 20Z00006

2 The Funding Source is: China Government Financing Facility

3.1 No further instructions.

5.1 In the case of foreign consultants, they may be eligible to enter into subcontracting, partnerships, or joint venture with the shortlisted Chinese

Contractor for the design portion, provided that, they must be authorized by the appropriate Government professional regulatory body (e.g. PRC) to engage in the practice of those professions. (Designer Qualification)

In accordance with DPWH Department Order No. 195, Series of 1992,

pursuant to the provisions of Republic Act (RA) 544, the procurement and employment of corporations as consultants for Detailed Engineering Design component of this project is not allowed.

5.2 Bidding is restricted to the shortlisted Chinese companies/contractors as

recommended by the Government of the People’s Republic of China, namely: 1. China State Construction Engineering Corporation Limited

2. China Harbour Engineering Company Limited 3. China International Water and Electric Construction

5.4 (a) No further instructions.

5.4 (b) Civil Works Contractor:

The Bidders must have been successfully or substantially a completed Construction Project where the value of the Bidder’s participation exceeds

fifty percent (50%) of the total civil works cost equivalent to PhP 2,402,346,503.11 adjusted to current prices using the Philippine Statistics Office consumer price index.

Major Category of Work:

BCSCP Bridges: Construction – Steel – (Superstructure) –

with Cast-in-Place Piles

Similar Category of Work:

BRHSCP Bridges: Rehabilitation – Steel (Superstructure) –

with Cast-in-Place Piles

43

BRTSCP Bridges: Retrofitting – Steel (Superstructure) –

with Cast-in-Place Piles

BCS Bridges: Construction – Steel

BRS Bridges: Rehabilitation – Steel

BCP Bridges: Construction – with Bored Piles

BRP Bridges: Rehabilitation – with Bored Piles

BRR Bridges: Rehabilitation – Retrofitting

Qualifier:

The bidders must have been successfully or substantially completed

Construction of: 1. One (1) Arch or Cable-Stayed Bridge with a minimum span length of

100.0m on Bored Piles

Design Consultant:

The bidders’ designer must have been successfully or substantially completed design of one (1) Arch or Cable-Stayed Bridge with a minimum span length of 100.0m on Bored Piles

The said design project must have been successfully or substantially

completed where the value of the Bidder’s participation exceeds fifty percent (50%) of the total design works cost equivalent to PhP 113,497,093.98 adjusted to current prices using the Philippine Statistics

Office consumer price index.

8.1

For civil works, up to 50% may be allowed for subcontracting. If the bidder has no experience in design and build projects on its own, it

may enter into subcontracting, partnerships, or joint venture with design or engineering firms for the design portion of the contract.

44

8.2 For the design component, the BAC shall check if the sub-contractor, partner, or joint venture member meets the following eligibility

requirements:

Design consultant: The bidders’ designer must have been successfully

or substantially completed design of one (1) Arch or Cable-Stayed Bridge with a minimum span length of 100.0m on Bored Piles.

The said design project must have been successfully or substantially where the value of the Bidder’s participation exceeds fifty percent (50%)

of the total design works cost equivalent to PhP 113,497,093.98 adjusted to current prices using the Philippine Statistics Office consumer price index.

1. For Filipino Design Consultant, the designated design professionals

must possess valid licenses issued by the Professional Regulations

Commission (PRC).

2. For Foreign Design Firm/Consultant (Partnership/Sole Proprietorship), they must be authorized by the appropriate Government professional

regulatory body (e.g. PRC) to engage in the practice of those professions.

3. In accordance with DPWH Department Order No. 195, Series of 1992, pursuant to the provisions of Republic Act (RA) 544, the procurement and employment of corporations as consultants for Detailed Engineering

Design component of this project is not allowed.

4. The designated design manager has a minimum experience of five (5) years of design work in the same position and/or on project categories similar to the contract at hand, and a minimum total design experience

of ten (10) years regardless of position or structure category.

9.1 (a) The Procuring Entity will hold a pre-bid conference for this Project on August 11, 2020, 9:00 A.M. at the Multi-Purpose Hall, 5th Floor, DPWH Central Office, Bonifacio Drive, Port Area, Manila.

Site inspection is schedule on: July 24, 2020

10.1 The Procuring Entity’s address is:

EUGENIO R. PIPO, JR. Assistant Secretary for Regional Operations in Luzon Chairperson, Bids and Awards Committee

DPWH Bonifacio Drive, Port Area, Manila Tel. No.: (632) 304-3469

Email address: [email protected] Implementing Office:

Department of Public Works and Highways Bridges Management Cluster – Unified Project Management Office

45

RODRIGO I. DELOS REYES OIC-Project Director

Tel. No.: (02) 304 3925

10.3 No further instructions.

12 For Foreign Bidders, the eligibility documents may be substituted by the

appropriate equivalent documents in English, if any, issued by the country of the bidder concerned. Otherwise, it must be accompanied by a translation of the documents in English issued by the relevant foreign

government agency. The foreign government agency must be authorized to translate documents or a registered translator in the foreign bidder’s

country; and shall be authenticated by the appropriate Philippine foreign service establishment/post or the equivalent office having jurisdiction over foreign bidder’s affair in the Philippines.

12.1 The technical bid shall comprise of the following: 1. Letter of Technical Bid; 2. Bid Security with accordance with ITB Clause 18;

3. Written confirmation authorizing the signatory of the Bid to commit the bidder, in accordance with ITB Clause 6.2 (h);

4. Documentary evidence establishing the Bidders’ qualifications to perform the contract if its bid is accepted:

i. Statements of all on-going and newly awarded but not yet

started government and private, design/design and build related contracts, curriculum vitae of key staff, partners

or principal officers and valid licenses issued by the Philippine Professional Regulatory Commission (PRC) for design and construction professionals

ii. Largest Completed Contract similar to the contract to be bid

iii. Audited Financial Statement for the last (2) years

iv. Joint Venture Agreement (JVA), if applicable; 5. Special PCAB License;

6. Project Requirements in accordance with ITB 12.2 (d); 7. ISO 9001: 2015 certificate - a certified true copy and duly

authenticated by the notary public;

8. Technical Proposal in accordance with ITB 12.2 (e-h); 9. PhilGEPS Registration (Platinum Membership)

12.2 (d)(2) The minimum work experience requirements for the key personnel are the

following:

Key Personnel for Construction/Civil Works Activities

Position No.

Minimum Total Work Experience

(years)

Minimum

Total Similar Work

Experience

(years)

Qualifications

Project Manager 1 12 81

A licensed civil engineer

with construction

46

experience as

Project Manager

Project Engineer 2 8 51

A licensed civil engineer

with Bridge construction experience as

Project Engineer

Bridge Engineer

(Superstructure) 2 8 51

A licensed

civil engineer with construction

experience as bridge superstructure

engineer

Bridge Engineer (Substructure)

2 8 52

A licensed civil engineer with

construction experience as

bridge substructure engineer

Materials/Quality

Control Engineer*

2

An accredited

Materials Engineer

Geodetic Engineer

2 8 5

A licensed geodetic

engineer with experience in

roads and/or bridges construction

Professional

Electrical Engineer

1 8 5

A licensed

professional electrical engineer with

experience in roadway lighting

system

Traffic Engineer 1 8 5

A licensed civil engineer

with experience in traffic

management

Highway Engineer

1 8 5 A licensed civil engineer

47

with

experience in road and/or bridge

construction as Highway

Engineer

Safety Engineer 2 3 1

An accredited

safety engineer

Environmental

Specialist 1 3 1

A BS

Environmental Engineering / Science with

experience in road and/or bridge

construction

Foreman (Superstructure)

2 8 51 With experience in bridge

construction as Foreman

Foreman

(Substructure)

2 8 52 With

experience in bridge construction

as Foreman 1-Similar works are experiences in same position with long span bridges

(i.e., cable-stayed, suspension, extra dosed, arch, cantilever bridges and

other similar bridges). 2-Similar works are experiences in same position with bored piling works.

Note: Minimum length for long span bridges will be 100m.

“*” if Materials/Quality Control Engineer is a Filipino, he/she is required to

be a DPWH Materials Engineer II (M.E. 2)

Key Personnel for Detailed Engineering Design Activities

Position No.

Minimum

Total Work

Experience (years)

Minimum

Total Similar Work

Experience

(years)

Qualifications

Team Leader 1 10 51

A licensed civil engineer with DED

experience as Team Leader preferably

with Master’s Degree in Civil Engineering

48

Bridge Design Engineer

(Superstructure)

1 7 51

A licensed civil

engineer with DED experience preferably with Master Degree

in Civil/Structural Engineer

Bridge Design Engineer

(Substructure) 1 7 51

A licensed civil engineer with DED

experience preferably with Master Degree

in Civil/Structural Engineer

Hydraulic/ Drainage

Engineer

1 5 3

A licensed civil engineer with DED

experience in bridge and/or road projects

Geotechnical Engineer 1 5 32

A licensed civil engineer with DED

experience in road and/or bridge projects preferably

with Master Degree in Geotechnical

Engineering

Geodetic Engineer

1 5 3

A licensed geodetic engineer with DED experience in roads

and/or bridges projects

Quantity/ Cost Engineer 1 5 32

A licensed civil engineer with DED

experience in road and/or bridge

projects

Highway Design Engineer 1 5 32

A licensed civil

engineer with DED experience in road

and/or bridge projects

Professional

Electrical Engineer

1 8 5

A licensed professional electrical

engineer with DED experience in roadway lighting

system

Environmental

Specialist 1 5 3

A BS Environmental Engineering / Science or equivalent with

experience DED of infrastructure

projects

49

Specifications Writer

1 5 32

A licensed civil

engineer with DED experience in bridge and/or road projects

1- Similar works are experiences in same position with long span bridges

(i.e., cable-stayed, suspension, extra dosed, arch, cantilever bridges and other similar bridges). 2-Similar works are experiences in same position with highway and bridge

design

Note: Minimum length for long span bridges will be 100m.

12.2 (d)(3) Minimum Key Plant/Equipment required for the Project:

No.

Equipment/ Plant

Minimum

Equipment Requirements

1 Asphalt Paver (80hp) 1

2 Backhoe (0.80m3/1.04yd3, 99hp) 6

3 Barge (450 tons) 4

4 Bulldozer with Ripper (165hp) 2

5 Cargo Truck (9-10 mt, 270hp) 6

6 Concrete Paver 1

7 Concrete Pump 2

8 Crawler Crane (21-25 mt ) 2

9 Crawler Crane (71-80 mt ) 2

10 Deck Barge, Non-Propelled (DWT-650 tons) 2

11 Dump Truck (12 yd3, 290hp) 10

12 Motorized Road Grader (140hp) 4

13 Payloader (1.50 m3/1.95 yd3, 110hp) 6

14 Pneumatic Tire Roller (10mt) 2

15 Service Barge (21-25mt) 2

16 Stressing Jack Machine 2

17 Transit Mixer (5-6 yd3, 175hp) 6

18 Truck Mounted Crane ( 41-45 mt ) 2

19 Truck Mounted Crane ( 51-60 mt ) 2

20 Truck Mounted Crane (31-35 mt ) 2

21 Tugboat (13.3m x 4.65m x 1.85m, 500hp) 4

22 Vibratory Roller (10mt, 125hp) 2

23 Vibro Hammer (120kN-m, 222hp) 2

24 Water Truck (All Makes, 16000 L, 360 hp) 4

Total 78

A bidder is also required to submit its list of Material Testing Equipment for the large contractor in accordance with D.O. 11, series of 2017.

13.2 The ABC is PhP 4,804,693,006.21. Any bid with a Financial Component exceeding this amount will not be accepted.

14.2 No further instructions.

15.4 No further instructions.

50

16.1 No further instructions.

17.1 Bids will be valid until one hundred twenty (120) calendar days from the date of opening of bids.

18.1 The Bid Security shall be limited to a Bid Securing Declaration or one of the

following forms in accordance with the following amounts:

Form Amount

a.) Cash or Cashier’s/Managers Check

PhP 96,093,860.12 (Ninety Six Million, Ninety Three Thousand, Eight Hundred Sixty Pesos and Twelve Centavos)

b.) Bank Guarantee PhP 96,093,860.12 (Ninety Six Million, Ninety Three Thousand, Eight Hundred Sixty Pesos and Twelve Centavos)

c.) Irrevocable Letter of Credit from Universal or Commercial

Bank

PhP 96,093,860.12 (Ninety Six Million, Ninety Three Thousand, Eight Hundred Sixty Pesos and Twelve Centavos)

d.) Surety Bond PhP 240,234,650.31 (Two Hundred Forty Million, Two Hundred Thirty Four Thousand, Six Hundred Fifty Pesos and Thirty One Centavos)

18.2 The Bid Security shall be valid until 120 calendar days from the date set

for bid opening.

20.1 No further instructions.

20.3 Each Bidder shall submit one (1) original and two (2) copies of the two

components of its bid and one (1) CD each of the Technical and Financial Bid.

21 The address for submission of bids is:

EUGENIO R. PIPO, JR. Assistant Secretary for Regional Operations in Luzon

Chairperson, Bids and Awards Committee DPWH Bonifacio Drive, Port Area, Manila

The deadline for submission of bids is August 25, 2020, 10:00 A.M.

51

24.1 The place of bid opening is:

Multi-Purpose Hall, 5th Floor, DPWH Central Office Department of Public Works and Highways Bonifacio Drive, Port Area, Manila

The date and time of bid opening for Technical Proposals is on August 25, 2020 immediately after the receipt of bids.

The date and time of bid opening for Financial Proposals is tentatively

scheduled on September 01, 2020, 10:00 A.M.

24.6 No further instructions.

25.1 Eligibility Check of each bidder that passed the documentary requirements for the Technical Component of the Bids - i.e., the BAC shall determine if the bidder is eligible to bid for the contract being procured. For the

construction and design components, this will be done manually.

26 No further instructions.

28.2 No further instructions.

29.6 To be replaced with the following:

The Head of the Procuring Entity shall approve or disapprove the recommendations of the BAC within a period not exceeding fifteen (15) calendar days from the determination and declaration by the BAC of the

LCRB.

31.3(a) Additional documents shall be submitted by the LCRB:

1. PhilGEPS Certificate of Registration (Platinum Membership)

31.3 Following are the list of additional contract documents relevant to the Project that may be required by existing laws and/or the Procuring Entity:

a. Construction schedule and S-curve

b. Manpower Schedule c. Construction Methods

d. Equipment Utilization Schedule e. Construction Safety and Health Program approved by the DOLE f. PERT/CPM or PDM

33.2 Performance Security shall be in the form of 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 in the amount of 10% of Total Contract Price.

34.1 Notice to Proceed (NTP) shall be issued after loan signing and effectivity.

34.2 The contract effectivity date shall be provided in the Notice to Proceed by the Procuring Entity, which date shall not be later than seven (7) calendar

days from the issuance of the Notice to Proceed and in accordance with the Loan Effectivity date.

52

SECTION IV. General Conditions of Contract (GCC)

53

TABLE OF CONTENTS

1. Definitions ............................................................................................. 55

2. Interpretation ........................................................................................ 58

3. Governing Language and Law ............................................................... 58

4. Communications .................................................................................... 58

5. Possession of Site .................................................................................. 58

6. The Contractor’s Obligations ................................................................. 59

7. Government’s Main Obligations ............................................................. 60

8. Performance Security ............................................................................ 61

9. Subcontracting ...................................................................................... 62

10. Liquidated Damages .............................................................................. 62

11. Site Investigation Reports ..................................................................... 62

12. Licenses and Permits ............................................................................. 62

13. Contractor’s Risk and Warranty Security ............................................... 62

14. Liability of the Contractor ...................................................................... 65

15. Procuring Entity’s Risk ........................................................................... 65

16. Insurance .............................................................................................. 65

17. Termination for Default of Contractor.................................................... 66

18. Termination for Default of Procuring Entity ........................................... 67

19. Termination for Other Causes ............................................................... 67

20. Procedures for Termination of Contracts ............................................... 69

21. Force Majeure, Release from Performance ............................................ 71

22. Resolution of Disputes ........................................................................... 72

23. Suspension of Loan, Credit, Grant, or Appropriation.............................. 73

24. Procuring Entity’s Representative’s Decisions ........................................ 73

25. Approval of Drawings and Temporary Works by the Procuring Entity’s Representative ...................................................................................... 73

26. Acceleration and Delays Ordered by the Procuring Entity’s Representative ............................................................................................................. 73

27. Extension of the Intended Completion Date .......................................... 74

28. Contractor's Right to Claim .................................................................... 74

29. Dayworks .............................................................................................. 74

30. Early Warning ........................................................................................ 74

31. Program of Work ................................................................................... 75

54

32. Management Conferences ..................................................................... 75

33. Instructions, Inspections and Audits ...................................................... 76

34. Identifying Defects ................................................................................ 76

35. Cost of Repairs ...................................................................................... 76

36. Correction of Defects ............................................................................. 76

37. Uncorrected Defects .............................................................................. 77

38. Advance Payment .................................................................................. 77

39. Progress Payments ................................................................................ 77

40. Payment Certificates.............................................................................. 78

41. Retention .............................................................................................. 78

42. Variation Orders .................................................................................... 79

43. Punch List.............................................................................................. 81

44. Suspension of Work .............................................................................. 81

45. Payment on Termination ....................................................................... 82

46. Extension of Contract Time ................................................................... 82

47. Price Adjustment ................................................................................... 83

48. Completion and Acceptance .................................................................. 83

49. Taking Over........................................................................................... 84

50. As-Built Drawings and Operating and Maintenance Manuals ................. 84

55

1. Definitions

For purposes of this Clause, boldface type is used to identify defined terms.

1.1 Approved Budget for the Contract (ABC). This shall be a lump sum amount that shall cover the cost of design and construction works (at the option of the

procuring entity) based on the conceptual design and performance specifications and in accordance with applicable provisions of the law or agency

guidelines. The ABC shall be calculated based on either the approximate quantities of work of the conceptual design, from standardized designs or from cost records of previous projects of similar kind.

1.2 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 22.

1.3 Bidding Documents for Design and Build Scheme. These shall basically be similar to the Bidding Documents for infrastructure projects and shall also

include the performance specifications and parameters to be followed by the design and build constructors and the method for allocation of risks for the design and build contract, among others.

1.4 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.

1.5 Completion Date is the date of completion of the Works as certified by the Procuring Entity’s Representative, in accordance with GCC Clause 48.

1.6 The Contract is the contract between the Procuring Entity and the Contractor

to execute, complete, and maintain the Works.

1.7 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.

1.8 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.

1.9 Contractor is the judicial entity whose proposal has been accepted by the

Procuring Entity and to whom the Contract to execute the work was awarded.

1.10 The Contractor’s Bid is the signed offer or proposal submitted by the

Contractor to the Procuring Entity in response to the Bidding Documents.

1.11 Days are calendar days; months are calendar months.

1.12 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.

56

1.13 A Defect is any part of the Works not completed in accordance with the

Contract.

1.14 The Defects Liability Certificate is the certificate issued by Procuring Entity’s Representative upon correction of defects by the Contractor.

1.15 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.

1.16 Design and Build Projects. This refers to infrastructure projects where the

Procuring Entity awards a single contract for the architectural/engineering design and construction to a single firm, partnership, corporation, joint venture

or consortium.

1.17 Drawings are graphical presentations of the Works. They include all supplementary details, shop drawings, calculations, and other information

provided or approved for the execution of this Contract.

1.18 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.

1.19 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.

1.20 Materials are all supplies, including consumables, used by the Contractor for

incorporation in the Works.

1.21 Minimum Performance Specifications and Parameters (MPSP) refer to the set of minimum performance or output-oriented requirements, standards

and criteria and their means of measurement that the Contractor must meet in accordance with appropriate design and construction standards, legal and technical obligations and any other relevant government commitments as

required by existing laws and regulations. These shall not be drawn up to favor a particular solution, design and construction method.

1.22 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.

1.23 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.

1.24 Plant refers to the machinery, apparatus, and the like intended to form an integral part of the Permanent Works.

57

1.25 Preliminary Engineering Design Plan is the Bidder’s Preliminary Design

Plan, submitted as part of its Bid for the Project, showing (a) the overall concept of the facility when completed, (b) the scope and components, (c) the functions, service levels, and performance characteristics of the Project

outputs, and (d) the operation and maintenance requirements - with a degree of detail within +/- 15-20% of the final quantities of the Project components.

1.26 Preliminary Investigations. These shall include, among others, information on soil, geotechnical, hydrologic, hydraulic, seismic, traffic, and environmental conditions that shall be used to define project design criteria, to set the basis

for any changed conditions and establish preliminary project cost estimates.

1.27 Preliminary Survey and Mapping. These shall determine boundaries and

provide stationing along control lines to establish feature and design criteria location, and identify existing and future right-of-way limits and construction easements associated with the Procuring Entity’s conceptual design.

1.28 The Procuring Entity is the party who employs the Contractor to carry out the Works stated in the SCC.

1.29 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.

1.30 Project Description. This shall define the objectives, purpose, limitations or constraints, as well as the allocation of risks between the Procuring Entity and

the winning bidder.

1.31 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.

1.32 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.

1.33 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.

1.34 Specifications mean the description of Works to be done and the qualities of

materials to be used, the equipment to be installed and the mode of construction.

1.35 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 to the Site Possession Dates.

58

1.36 Subcontractor is any person or organization to whom a part of Works has

been contracted by the Contractor, as allowed by the Procuring Entity, but not any assignee of such person.

1.37 Temporary Works are works designed, constructed, installed, and removed

by the Contractor that are needed for construction or installation of the Permanent Works.

1.38 Utility Locations. The Procuring Entity shall provide information on existing utilities in and around the project’s area.

1.39 Work(s) refer to the Permanent Works and Temporary Works to be executed

by the Contractor in accordance with this Contract, including (i) the furnishing of all labor, materials, equipment and others incidental, necessary or convenient

to the complete execution of the Works; (ii) the passing of any tests before acceptance by the Procuring Entity’s Representative; (iii) and the carrying out of all duties and obligations of the Contractor imposed by this Contract as

described in the SCC.

2. Interpretation

2.1 In interpreting the Conditions of Contract, singular also means plural, male also

means female or neuter, and the other way around. Headings have no significance. Words have their normal meaning under the language of this

Contract unless specifically defined. The Procuring Entity’s Representative will provide instructions clarifying queries about the Conditions of Contract.

2.2 If sectional completion is specified in the SCC, references in the Conditions of

Contract to the Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date

and Intended Completion Date for the whole of the Works).

3. Governing Language and Law

3.1 This Contract has been executed in the English language, which shall be the

binding and controlling language for all matters relating to the meaning or interpretation of this Contract. All correspondence and other documents

pertaining to this Contract which are exchanged by the parties shall be written in English.

3.2 This Contract shall be interpreted in accordance with the laws of the Republic

of the Philippines.

4. Communications

Communications between parties that are referred to in the Conditions shall be effective only when in writing. A notice shall be effective only when it is received by the concerned party.

5. Possession of Site

5.1 On the date specified in the SCC, the Procuring Entity shall grant the Contractor

possession of so much of the Site as may be required to enable it to proceed

59

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 46.6.

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 perform the following major obligations:

a. Undertake Detailed Engineering Design (DED) for the Project, including the conduct of necessary engineering and technical surveys and investigations and preparation of design plans, in accordance with the

Minimum Performance Standards and Specifications (MPSS) for the Project prescribed in Section VI of these BDs.

b. Undertake the Construction of the Project in accordance with the DED certified by the DPWH.

c. Assume responsibility for design and construction defects and/or failure

of the completed project due to the Contractor’s fault within the warranty period specified in Section 62.2 of the IRR of RA 9184.

6.2 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.

6.3 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.

6.4 The Contractor shall be responsible for the safety of all activities on the Site.

6.5 The Contractor shall carry out all instructions of the Procuring Entity’s Representative that comply with the applicable laws where the Site is located.

6.6 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.

60

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.

6.7 If the Procuring Entity’s Representative asks the Contractor to remove a

member of the Contractor’s staff or work force, for justifiable cause, the Contractor shall ensure that the person leaves the Site within seven (7) days

and has no further connection with the Work in this Contract.

6.8 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.

6.9 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.

6.10 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.

6.11 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. Government’s Main Obligations

The Government shall perform the following major obligations:

(a) Acquire and fund the Basic Right-of-Way for the Project and deliver the

same to the Contractor free from any liens, occupants, structures and

obstructions.

(b) Secure the Environmental Compliance Certificate (ECC) / Certificate of Non-Coverage (CNC) for the Project from the Department of Natural Resources- Environmental Management Bureau.

(c) Review and certify the Contractor’s DED for the Project to ensure

compliance with the MPSS. (d) Supervise and monitor the implementation of the Project.

(e) Pay the Contractor for the work accomplishments accepted in

conformance with the MPSS.

61

8. Performance Security

8.1 Unless otherwise specified in the SCC, within ten (10) calendar days from

receipt of the Notice of Award from the Procuring Entity but in no case later 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.

8.2 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.

8.3 The performance security shall remain valid until issuance by the Procuring Entity of the Certificate of Final Acceptance.

8.4 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:

(c) There are no pending claims against the Contractor or the surety company filed by the Procuring Entity;

(d) The Contractor has no pending claims for labor and materials filed against it; and

(e) Other terms specified in the SCC.

8.5 The Contractor shall post an additional performance security following the amount and form specified in ITB Clause 32.2 to cover any cumulative increase

of more than ten percent (10%) over the original value of the contract as a result of amendments to order or change orders, extra work orders and supplemental agreements, as the case may be. The Contractor shall cause the

extension of the validity of the performance security to cover approved contract time extensions.

8.6 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.

8.7 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.

62

9. Subcontracting

9.1 Unless otherwise indicated in the SCC, the Contractor cannot subcontract Works more than the percentage specified in ITB Clause 8.1.

9.2 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.

9.3 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.

10. Liquidated Damages

10.1 The Contractor shall pay liquidated damages to the Procuring Entity at the rate per day stated in the SCC for each day that the Completion Date is later than

the Intended Completion Date. The total amount of liquidated damages shall not exceed the amount defined in the SCC. 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.

10.2 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 40.1.

11. 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.

12. 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.

13. Contractor’s Risk and Warranty Security

13.1 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.

63

13.2 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.

13.3 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.

13.4 After final acceptance of the Works by the Procuring Entity, the Contractor shall be held responsible for “Structural Defects”, i.e., major faults/flaws/deficiencies in one or more key structural elements of the project which may lead to

structural failure of the completed elements or structure, or “Structural Failures”, i.e., where one or more key structural elements in an infrastructure

facility fails or collapses, thereby rendering the facility or part thereof incapable of withstanding the design loads, and/or endangering the safety of the users or the general public:

a) Contractor – Where Structural Defects/Failures arise due to faults attributable to improper construction, use of inferior

quality/substandard materials, and any violation of the contract plans and specifications, the contractor shall be held liable;

b) Consultants – Where Structural Defects/Failures arise due to faulty

and/or inadequate design and specifications as well as construction supervision, then the consultant who prepared the design or undertook construction supervision for the project shall be held liable;

c) Procuring Entity’s Representatives/Project Manager/Construction Managers and Supervisors – The project owner’s representative(s),

project manager, construction manager, and supervisor(s) shall be held liable in cases where the Structural Defects/Failures are due to his/their willful intervention in altering the designs and other specifications;

negligence or omission in not approving or acting on proposed changes to noted defects or deficiencies in the design and/or specifications; and

the use of substandard construction materials in the project;

d) Third Parties - Third Parties shall be held liable in cases where Structural Defects/Failures are caused by work undertaken by them such as

leaking pipes, diggings or excavations, underground cables and electrical wires, underground tunnel, mining shaft and the like, in which

case the applicable warranty to such structure should be levied to third parties for their construction or restoration works.

64

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.

13.5 The warranty against Structural Defects/Failures, except that 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.

13.6 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%)

f) Bank guarantee confirmed by

Universal or Commercial bank: provided, however, that the letter of

credit shall be confirmed or authenticated by a Universal or Commercial bank, if issued by a

foreign bank

Ten Percent (10%)

g) Surety bond callable upon demand issued by GSIS or any surety or insurance company duly certified by

the Insurance Commission

Thirty Percent (30%)

13.7 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.

13.8 In case of structural defects/failure occurring during the applicable warranty

period provided in GCC Clause 13.5, 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.

65

14. 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.

15. Procuring Entity’s Risk

15.1 From the Start Date until the Certificate of Final Acceptance has been issued, the following are risks of the Procuring Entity:

1) The risk of personal injury, death, or loss of or damage to property (excluding the Works, Plant, Materials, and Equipment), which are due to:

a) any type of use or occupation of the Site authorized by the Procuring Entity after the official acceptance of the works; or

b) 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.

2) 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.

16. Insurance

16.1 The Contractor shall, under his name and at his own expense, obtain and maintain, for the duration of this Contract, the following insurance coverage:

1) Contractor’s All Risk Insurance;

2) Transportation to the project Site of Equipment, Machinery, and Supplies owned by the Contractor;

3) Personal injury or death of Contractor’s employees; and

4) Comprehensive insurance for third party liability to Contractor’s direct or indirect act or omission causing damage to third persons.

The above insurance policies shall be obtained from any reputable insurance company approved by the Procuring Entity’s Representative.

16.2 The Contractor shall provide evidence to the Procuring Entity’s Representative that the insurances required under this Contract have been affected 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.

16.3 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

66

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.

16.4 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.

16.5 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 39

until the Contractor complies with this Clause.

16.6 The Contractor shall immediately replace the insurance policy obtained as required in this Contract, without need of the Procuring Entity’s demand, with

a new policy issued by a new insurance company acceptable to the Procuring Entity for any of the following grounds:

(a) The issuer of the insurance policy to be replaced has:

1. become bankrupt;

2. been placed under receivership or under a management

committee;

3. been sued for suspension of payment; or

4. been suspended by the Insurance Commission and its license to

engage in business or its authority to issue insurance policies cancelled; or

5. Where reasonable grounds exist that the insurer may not be able, fully and promptly, to fulfill its obligation under the insurance policy.

17. Termination for Default of Contractor

17.1 The Procuring Entity shall terminate this Contract for default when any of the

following conditions attend its implementation:

a) 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

67

previous warnings and notices have been issued for the Contractor to

improve his performance;

b) 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

c) The Contractor:

1. 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;

2. 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;

3. does not execute the Works in accordance with this Contract or persistently or flagrantly neglects to carry out its obligations under this Contract;

4. neglects or refuses to remove materials or to perform a new Work that has been rejected as defective or unsuitable; or

5. sub-lets any part of this Contract without approval by the Procuring Entity.

17.2 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.

18. 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.

19. Termination for Other Causes

19.1 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

68

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.

19.2 The Procuring Entity or the Contractor may terminate this Contract if the other party causes a fundamental breach of this Contract.

19.3 Fundamental breaches of Contract shall include, but shall not be limited to, the following:

a) The Contractor stops work for twenty-eight (28) days when no

stoppage of work is shown on the current Program of Work and the stoppage has not been authorized by the Procuring Entity’s

Representative;

b) The Procuring Entity’s Representative instructs the Contractor to delay the progress of the Works, and the instruction is not withdrawn within

twenty-eight (28) days;

c) The Procuring Entity shall terminate this Contract if the Contractor is declared bankrupt or insolvent as determined with finality by a court of

competent jurisdiction. In this event, termination will be without compensation to the Contractor, provided that such termination will not

prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Procuring Entity and/or the Contractor. In the case of the Contractor's insolvency, any Contractor's Equipment

which the Procuring Entity instructs in the notice is to be used until the completion of the Works;

d) A payment certified by the Procuring Entity’s Representative is not paid by the Procuring Entity to the Contractor within eighty-four (84) days from the date of the Procuring Entity’s Representative’s certificate;

e) The Procuring Entity’s Representative gives Notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time

determined by the Procuring Entity’s Representative;

f) The Contractor does not maintain a Security, which is required;

g) The Contractor has delayed the completion of the Works by the number of days for which the maximum amount of liquidated damages can be paid, as defined in the GCC Clause 10; 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:

69

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.

19.4 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.

19.5 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 19.3,

the Procuring Entity’s Representative shall decide whether the breach is fundamental or not.

19.6 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.

20. Procedures for Termination of Contracts

20.1 The following provisions shall govern the procedures for the termination of this Contract:

a) Upon receipt of a written report of acts or causes which may constitute

ground(s) for termination as aforementioned, or upon its own initiative, the Procuring Entity shall, within a period of seven (7)

calendar days, verify the existence of such ground(s) and cause the execution of a Verified Report, with all relevant evidence attached;

b) Upon recommendation by the Procuring Entity, the Head of the

Procuring Entity shall terminate this Contract only by a written notice to the Contractor conveying the termination of this Contract. The

notice shall state:

a. 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;

b. the extent of termination, whether in whole or in part;

c. an instruction to the Contractor to show cause as to why this

Contract should not be terminated; and

d. special instructions of the Procuring Entity, if any.

70

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.

20.2 Pursuant to Section 69(f) of RA 9184 and without prejudice to the imposition

of additional administrative sanctions as the internal rules of the agency may provide and/or further criminal prosecution as provided by applicable laws, the procuring entity shall impose on contractors after the termination of the

contract the penalty of suspension for one (1) year for the first offense, suspension for two (2) years for the second offense from participating in the

public bidding process, for violations committed during the contract implementation stage, which include but not limited to the following:

(a) Failure of the contractor, due solely to his fault or negligence, to

mobilize and start work or performance within the specified period in the Notice to Proceed (“NTP”);

b) Failure by the contractor to fully and faithfully comply with its contractual obligations without valid cause, or failure by the contractor to comply with any written lawful instruction of the procuring entity or

its representative(s) pursuant to the implementation of the contract. For the procurement of infrastructure projects or consultancy contracts,

lawful instructions include but are not limited to the following:

1. Employment of competent technical personnel, competent engineers and/or work supervisors;

71

2. Provision of warning signs and barricades in accordance with

approved plans and specifications and contract provisions;

3. 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;

4. Deployment of committed equipment, facilities, support staff and manpower; and

5. 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:

1. Negative slippage of 15% and above within the critical path of

the project due entirely to the fault or negligence of the contractor; and

2. 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.

21. Force Majeure, Release from Performance

21.1 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.

72

21.2 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.

21.3 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.

21.4 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.

21.5 The net balance due shall be paid or repaid within a reasonable time period

from the time of the notice of termination.

22. Resolution of Disputes

22.1 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.

22.2 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.

22.3 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-A: Provided, further, That, by mutual agreement, the parties may agree in writing to resort to other alternative modes of dispute resolution. Additional instructions on resolution of disputes,

if any, shall be indicated in the SCC.

73

23. 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:

23.1 The Procuring Entity is obligated to notify the Contractor of such suspension within seven (7) days of having received the suspension notice.

23.2 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 44.2.

24. Procuring Entity’s Representative’s Decisions

24.1 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.

24.2 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.

25. Approval of Drawings and Temporary Works by the Procuring Entity’s

Representative

25.1 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.

25.2 The Contractor shall be responsible for design of Temporary Works.

25.3 The Procuring Entity’s Representative’s approval shall not alter the Contractor’s responsibility for design of the Temporary Works.

25.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works, when required by the Procuring Entity.

26. Acceleration and Delays Ordered by the Procuring Entity’s

Representative

26.1 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.

74

26.2 If the Contractor’s Financial Proposals for acceleration are accepted by the

Procuring Entity, they are incorporated in the Contract Price and treated as a Variation.

27. Extension of the Intended Completion Date

27.1 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. Unless specified in the SCC, no payment shall be made for

any event which may warrant the extension of the Intended Completion Date.

27.2 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.

28. Contractor's Right to Claim

If the Contractor incurs cost as a result of any of the events under GCC Clause 14,

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 42 on Variation Order, and if applicable as indicated in the SCC, the Day works rates in the Contractor’s Bid shall be used for small

additional amounts of work only when the Procuring Entity’s Representative has given written instructions in advance for additional work to be paid for in

that way.

29.2 All work to be paid for as Day works shall be recorded by the Contractor on forms approved by the Procuring Entity’s Representative. Each completed form

shall be verified and signed by the Procuring Entity’s Representative within two days of the work being done.

29.3 The Contractor shall be paid for Day works subject to obtaining signed Day

works 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.

75

30.2 The Contractor shall cooperate with the Procuring Entity’s Representative in

making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out any resulting instruction of the Procuring Entity’s

Representative.

31. Program of Work

31.1 Within the time stated in the SCC, the Contractor shall submit to the Procuring Entity’s Representative for approval a Program of Work showing the general methods, arrangements, order, and timing for all the activities in the Works.

31.2 An update of the Program of Work shall the show the actual progress achieved on each activity and the effect of the progress achieved on the timing of the

remaining work, including any changes to the sequence of the activities.

31.3 The Contractor shall submit to the Procuring Entity’s Representative for approval an updated Program of Work at intervals no longer than the period

stated in the SCC. If the Contractor does not submit an updated Program of Work within this period, the PROCURING ENTITY’s Representative may

withhold the amount stated in the SCC from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program of Work has been submitted.

31.4 The Procuring Entity’s Representative’s approval of the Program of Work shall not alter the Contractor’s obligations. The Contractor may revise the Program of Work and submit it to the Procuring Entity’s Representative again at any

time. A revised Program of Work shall show the effect of any approved Variations.

31.5 When the Program of Work is updated, the Contractor shall provide the Procuring Entity’s Representative with an updated cash flow forecast. The cash flow forecast shall include different currencies, as defined in the Contract,

converted as necessary using the Contract exchange rates.

35.6 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.

76

33. Instructions, Inspections and Audits

33.1 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.

33.2 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.

33.3 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.

34. 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.

35. 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.

36. Correction of Defects

36.1 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

starting from project completion up to final acceptance by the Procuring Entity. The Defects Liability period shall be extended for as long as defects remain to be corrected.

36.2 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.

36.3 The Contractor shall correct the defects which he notices himself before the end of the Defects Liability Period.

36.4 The Procuring Entity shall certify that all defects have been corrected. If the Procuring Entity considers that correction of a defect is not essential, he can request the Contractor to submit a quotation for the corresponding reduction

in the Contract Price. If the Procuring Entity accepts the quotation, the corresponding change in the SCC is a Variation.

77

37. Uncorrected Defects

37.1 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.

37.2 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.

38. Advance Payment

38.1 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.

38.2 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.

38.3 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.

38.4 The contractor may reduce his standby letter of credit or guarantee instrument by the amounts refunded by the Monthly Certificates in the advance payment.

38.5 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 38.1.

39. Progress Payments

39.1 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.

39.2 The Procuring Entity shall deduct the following from the certified gross amounts

to be paid to the contractor as progress payment:

a) Cumulative value of the work previously certified and paid for.

b) Portion of the advance payment to be recouped for the month.

c) Retention money in accordance with the condition of contract.

78

d) Amount to cover third party liabilities.

e) Amount to cover uncorrected discovered defects in the works.

39.3 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. Unless otherwise indicated

in the SCC, no payment of interest for delayed payments and adjustments shall be made by the Procuring Entity.

39.4 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.

39.5 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.

40. Payment Certificates

40.1 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.

40.2 The Procuring Entity’s Representative shall check the Contractor’s monthly

statement and certify the amount to be paid to the Contractor.

40.3 The value of Work executed shall:

f) be determined by the Procuring Entity’s Representative;

g) comprise the value of the quantities of the items in the Bill of Quantities completed; and

h) include the valuations of approved variations.

40.4 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.

41. Retention

41.1 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 SCC.

41.2 Progress payments are subject to retention of ten percent (10%), referred to

as the “retention money.” Such retention shall be based on the total amount due to the Contractor prior to any deduction and shall be retained from every

progress payment until fifty percent (50%) of the value of Works, as determined by the Procuring Entity, are completed. If, after fifty percent (50%) completion, the Work is satisfactorily done and on schedule, no

79

additional retention shall be made; otherwise, the ten percent (10%) retention

shall again be imposed using the rate specified therefor.

41.3 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.

41.4 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.

42. Variation Orders

42.1 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.

42.2 A Change Order may be issued by the Procuring Entity to cover any

increase/decrease in quantities of original Work items in the contract.

42.3 An Extra Work Order may be issued by the Procuring Entity to cover the introduction of new work necessary for the completion, improvement or

protection of the project which were not included as items of Work in the original contract, such as, where there are subsurface or latent physical conditions at the site differing materially from those indicated in the contract,

or where there are duly unknown physical conditions at the site of an unusual nature differing materially from those ordinarily encountered and generally

recognized as inherent in the Work or character provided for in the contract.

42.4 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

80

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%).

42.5 In claiming for any Variation Order, the Contractor shall, within seven (7) calendar days after such work has been commenced or after the circumstances

leading to such condition(s) leading to the extra cost, and within twenty-eight (28) calendar days deliver a written communication giving full and detailed

particulars of any extra cost in order that it may be investigated at that time. Failure to provide either of such notices in the time stipulated shall constitute a waiver by the contractor for any claim. The preparation and submission of

Variation Orders are as follows:

a) If the Procuring Entity’s representative/Project Engineer believes that a Change Order or Extra Work Order should be issued, he shall prepare

the proposed Order accompanied with the notices submitted by the Contractor, the plans therefore, his computations as to the quantities

of the additional works involved per item indicating the specific stations where such works are needed, the date of his inspections and investigations thereon, and the log book thereof, and a detailed

estimate of the unit cost of such items of work, together with his justifications for the need of such Change Order or Extra Work Order,

and shall submit the same to the Head of the Procuring Entity for approval.

b) The Head of the Procuring Entity or his duly authorized representative,

upon receipt of the proposed Change Order or Extra Work Order shall immediately instruct the technical staff of the Procuring Entity’s to conduct an on-the-spot investigation to verify the need for the Work

to be prosecuted. A report of such verification shall be submitted directly to the Head of the Procuring Entity or his duly authorized

representative.

c) The, Head of the Procuring Entity or his duly authorized representative, after being satisfied that such Change Order or Extra Work Order is

justified and necessary, shall review the estimated quantities and prices and forward the proposal with the supporting documentation to

the Head of Procuring Entity for consideration.

d) If, after review of the plans, quantities and estimated unit cost of the items of work involved, the proper office of the procuring entity

empowered to review and evaluate Change Orders or Extra Work Orders recommends approval thereof, Head of the Procuring Entity or

his duly authorized representative, believing the Change Order or Extra Work Order to be in order, shall approve the same.

81

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.

43. Punch List

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.

44. Suspension of Work

44.1 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.

44.2 The Contractor or its duly authorized representative shall have the right to suspend work operation on any or all projects/activities along the critical path

of activities after fifteen (15) calendar days from date of receipt of written notice from the Contractor to the district engineer/regional director/consultant

or equivalent official, as the case may be, due to the following:

a) There exist right-of-way problems which prohibit the Contractor from performing work in accordance with the approved construction

schedule.

b) Requisite construction plans which must be owner-furnished are not

issued to the contractor precluding any work called for by such plans.

c) Peace and order conditions make it extremely dangerous, if not possible, to work. However, this condition must be certified in writing

by the Philippine National Police (PNP) station which has responsibility over the affected area and confirmed by the Department of Interior

and Local Government (DILG) Regional Director.

d) There is failure on the part of the Procuring Entity to deliver government-furnished materials and equipment as stipulated in the

contract.

e) Delay in the payment of Contractor’s claim for progress billing beyond forty-five (45) calendar days from the time the Contractor’s claim has

been certified to by the procuring entity’s authorized representative that the documents are complete unless there are justifiable reasons

thereof which shall be communicated in writing to the Contractor.

82

44.3 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.

45. Payment on Termination

45.1 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.

45.2 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.

45.3 The net balance due shall be paid or repaid within twenty-eight (28) days from the notice of termination.

45.4 If the Contractor has terminated the Contract under GCC Clauses 18 or 19, the Procuring Entity shall promptly return the Performance Security to the

Contractor.

46. Extension of Contract Time

46.1 Should the amount of additional work of any kind or other special

circumstances of any kind whatsoever occur such as to fairly entitle the contractor to an extension of contract time, the Procuring Entity shall determine

the amount of such extension; provided that the Procuring Entity is not bound to take into account any claim for an extension of time unless the Contractor has, prior to the expiration of the contract time and within thirty (30) calendar

days after such work has been commenced or after the circumstances leading to such claim have arisen, delivered to the Procuring Entity notices in order

that it could have investigated them at that time. Failure to provide such notice shall constitute a waiver by the Contractor of any claim. Upon receipt of full and detailed particulars, the Procuring Entity shall examine the facts and extent

of the delay and shall extend the contract time completing the contract work when, in the Procuring Entity’s opinion, the findings of facts justify an extension.

46.2 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.

83

46.3 Extension of contract time may be granted only when the affected activities fall

within the critical path of the PERT/CPM network.

46.4 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.

46.5 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 penalization 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.

46.6 The number of rainy/unworkable days considered unfavorable for the

prosecution of the works at the site is made known to the Bidders through the table in the SCC. The information given herewith and provided is given in good

faith by the Employer but the Contractor shall satisfy himself regarding all aspects of site condition and no claim will be entertained in the plea that the information supplied by the Employer is erroneous or insufficient.

47. 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.

48. Completion and Acceptance The issuance of a Certificate of Completion and a Certificate of Acceptance for the

contract shall be made in accordance with the provisions of DPWH Department Order (DO) No. 99, series of 2015.

84

49. 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.

50. As-Built Drawings and Operating and Maintenance Manuals

50.1 If “A-B” Drawings and/or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in the SCC.

50.2 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.

85

SECTION V. Special Conditions of

Contract (SCC)

86

SPECIAL CONDITIONS OF CONTRACT

GCC Clause

1.1 The Approved Budget for the Contract (ABC) is: PhP 4,804,693,006.21.

1.18 The Intended Completion Date is: October 2023

1.27 The Procuring Entity is:

Department of Public Works and Highways (DPWH)

Bonifacio Drive, Port Area, Manila

1.28 The Procuring Entity’s Representative is:

EUGENIO R. PIPO, JR.

Assistant Secretary for Regional Operations in Luzon Chairperson, Bids and Awards Committee DPWH Bonifacio Drive, Port Area, Manila

Tel. No.: (632) 304-3469 Email address: [email protected]

The Implementing Unit Representative is:

RODRIGO I. DELOS REYES OIC-Project Director Bridges Management Cluster – Unified Project Management Office

Department of Public Works and Highways Tel. No.: (02) 304 3925

1.30 The Site is Located in:

1. Palanca-Villegas Bridge - Brgy. 659-A Ermita connecting Brgy. 648 San

Miguel, Manila

2. Eastbank-Westbank Bridge 2 - Brgy. San Andres, Cainta, Rizal

1.34 The Start Date is upon the issuance of the Notice to Proceed.

1.38 The Works consists of the following:

Detailed Engineering Design and Bridge Construction including its Approaches

2.2 Not applicable.

5.1 The Procuring Entity shall give the possession of any or all parts of the Site to the Contractor upon issuance of the Notice to Proceed.

6.5 The minimum work experience requirements for the key personnel are the

following:

Key Personnel for Construction/Civil Works Activities

Position No.

Minimum Total Work Experience

(years)

Minimum

Total Similar Work

Experience

(years)

Qualifications

Project Manager 1 12 81

A licensed civil engineer

with construction experience as

87

Project Manager

Project Engineer 2 8 51

A licensed

civil engineer with Bridge construction

experience as Project

Engineer

Bridge Engineer (Superstructure)

2 8 51

A licensed

civil engineer with

construction experience as bridge

superstructure engineer

Bridge Engineer

(Substructure) 2 8 52

A licensed civil engineer

with construction

experience as bridge substructure

engineer

Materials/Quality Control Engineer*

2

An accredited Materials Engineer

Geodetic

Engineer 2 8 5

A licensed

geodetic engineer with experience in

roads and/or bridges

construction

Professional Electrical Engineer

1 8 5

A licensed professional electrical

engineer with experience in roadway

lighting system

Traffic Engineer 1 8 5

A licensed

civil engineer with experience in

traffic management

Highway

Engineer 1 8 5

A licensed civil engineer

with

88

experience in road and/or

bridge construction

as Highway Engineer

Safety Engineer 2 3 1

An accredited safety

engineer

Environmental Specialist

1 3 1

A BS

Environmental Engineering /

Science with experience in road and/or

bridge construction

Foreman (Superstructure)

2 8 51 With experience in

bridge construction

as Foreman

Foreman (Substructure)

2 8 52 With experience in bridge

construction as Foreman

1-Similar works are experiences in same position with long span bridges

(i.e., cable-stayed, suspension, extra dosed, arch, cantilever bridges and

other similar bridges). 2-Similar works are experiences in same position with bored piling works.

Note: Minimum length for long span bridges will be 100m.

“*” if Materials/Quality Control Engineer is a Filipino, he/she is required to

be a DPWH Materials Engineer II (M.E. 2)

Key Personnel for Detailed Engineering Design Activities

Position No.

Minimum Total

Work Experience

(years)

Minimum Total

Similar

Work Experience

(years)

Qualifications

Team Leader 1 10 51

A licensed civil

engineer with DED experience as Team

Leader preferably with Master’s Degree in Civil Engineering

89

Bridge Design Engineer (Superstructure)

1 7 51

A licensed civil engineer with DED

experience preferably with Master Degree

in Civil/Structural Engineer

Bridge Design

Engineer

(Substructure) 1 7 51

A licensed civil engineer with DED

experience preferably with Master Degree in Civil/Structural

Engineer

Hydraulic/ Drainage

Engineer

1 5 3

A licensed civil engineer with DED experience in bridge

and/or road projects

Geotechnical Engineer 1 5 32

A licensed civil engineer with DED experience in road

and/or bridge projects preferably

with Master Degree in Geotechnical Engineering

Geodetic Engineer

1 5 3

A licensed geodetic

engineer with DED experience in roads and/or bridges

projects

Quantity/ Cost

Engineer 1 5 32

A licensed civil engineer with DED experience in road

and/or bridge projects

Highway Design Engineer 1 5 32

A licensed civil

engineer with DED experience in road and/or bridge

projects

Professional

Electrical Engineer

1 8 5

A licensed professional electrical engineer with DED

experience in roadway lighting

system

Environmental

Specialist 1 5 3

A BS Environmental

Engineering / Science or equivalent with

experience DED of infrastructure projects

90

Specifications

Writer 1 5 32

A licensed civil engineer with DED

experience in bridge and/or road projects

1- Similar works are experiences in same position with long span bridges (i.e., cable-stayed, suspension, extra dosed, arch, cantilever bridges and

other similar bridges). 2-Similar works are experiences in same position with highway and bridge

design

Note: Minimum length for long span bridges will be 100m.

Additional

GCC 6.12

The contractor shall be responsible for obtaining all necessary information

as to risks, contingencies and other circumstances which may affect the works and shall prepare and submit all necessary documents specified by the procuring entity to meet all regulatory approvals as specified in the

contract documents.

Additional GCC 6.13

The Contractor shall submit a detailed program of work within fourteen (14) calendar days after the issuance of the Notice to Proceed for approval by the procuring entity that shall include, among others:

i. The order in which it intends to carry out the work including

anticipated timing for each stage of design/detailed engineering and construction;

ii. Periods for review of specific outputs and any other submissions and approvals;

iii. Sequence of timing for inspections and tests as specified in the

contract documents;

iv. General description of the design and construction methods to be

adopted;

v. Number and names of personnel to be assigned for each stage of

the work;

vi. List of equipment required on site for each major stage of the work;

and

vii. Description of the quality control system to be utilized for the project.

8.4(c) No further instructions

8.7 No further instructions

9.1 No further instructions

10.1 The applicable liquidated damages is at least one tenth (1/10) of one percent (1%) of the cost of the unperformed portion for every day of delay.

The maximum deduction shall be ten percent (10%) of the amount of the contract, the Procuring Entity shall rescind the contract, without prejudice to other courses of action and remedies open to it.

11 Geotechnical Report issued is for reference only.

91

13.3 No further instructions

13.5 Refer to Section 62.2 of the Revised IRR R.A. 9184 for the warranty periods

applicable for the proposed infrastructure project.

14 No further instructions

19.3(h)(ii) No further instructions

22.2 The Arbiter is:

Construction Industry Arbitration Commission

4F Jupiter Bldg., 56 Jupiter Street Bel Air, Makati City

22.3 The arbitration shall take place in Singapore.

26.1 No further instructions

28.1 No further instructions

29.1 Dayworks is applicable

31.1 The Contractor shall submit the detailed Program of Work to the Procuring

Entity’s Representative within fourteen (14) calendar days from the issuance of Notice to Proceed.

31.3 The period between Program of Work updates is thirty (30) calendar days.

The amount to be withheld for late submission of an updated Program of Work is one percent (1%) of the progress billing.

33.3 The Funding Source is the: Export-Import Bank of China

38.1 The amount of the advance payment is 15% of the total Contract Price to be made in lump sum or, at the most, two installment (7.5%)

39.1 No further instructions

39.3 No further instructions

39.4 Accomplishment of Project Milestones will be the basis for payment.

Additional GCC 42.6

Any errors, omissions, inconsistencies, inadequacies or failure submitted by the contractor that do not comply with the requirements shall be rectified,

resubmitted and reviewed at the contractor’s cost. If the Contractor wishes to modify any design or document which has been previously submitted,

reviewed and approved, the contractor shall notify the procuring entity within a reasonable period of time and shall shoulder the cost of such changes.

Additional

GCC 42.7

As a rule, changes in design and construction requirements shall be limited

only to those that have not been anticipated in the contract documents prior to contract signing and approval. The following guidelines shall govern approval for change or variation orders:

i. Change Orders resulting from design errors, omissions or

nonconformance with the performance specifications and parameters and the contract documents by the contractor shall be implemented by the contractor at no additional cost to the procuring entity.

ii. Provided that the contractor suffers delay and/or incurs costs due to

changes or errors in the procuring entity’s performance specifications

and parameters, he shall be entitled to either one of the following:

a. an extension of time for any such delays under GCC Clause 46; or

92

b. payment for such costs as specified in the contract documents, provided, that the cumulative amount of the variation order does not exceed ten percent (10%) of the original contract price.

46.6 The predetermined unworkable days are given below:

Month

Total

Days of the Month

Holidays and

Sundays

Rainy Days

Total

Days Unwork-

able

TOTAL

WORK-ABLE DAYS

(1) (2) (3) (4)

= (2) + (3) (5)

= (1) - (4)

January 31 6 8 14 17

February 28 6 1 7 21

March 31 4 5 9 22

April 30 7 3 10 20

May 31 7 7 14 17

June 30 5 19 24 6

July 31 5 25 30 1

August 31 7 24 31 0

September 30 4 20 24 6

October 31 5 14 19 12

November 30 7 6 13 17

December 31 8 14 22 9

TOTAL 365 217 148

50.1 Submission of operating and maintenance manuals shall be at least 6 months prior to completion of the project.

The date by which “as built” drawings are required is three (3) months from

completion of the project.

50.2 The amount to be withheld for failure to submit the required “AS BUILT”

drawings and/or Operating and Maintenance Manual shall be two percent (2%) of the final contract amount.

93

SECTION VI. MINIMUM PERFORMANCE

STANDARDS AND SPECIFICATIONS

(MPSS)

94

1. PURPOSE

The purpose of the Minimum Performance Standards and Specifications is to establish

the minimum requirements that the Concessionaire must comply with in order to

design and construct the Project.

2. BASIC CONFIGURATION

The contract involves the design and construction of 1) 100.0m Steel Lohse Arch Bridge

(single span), 125.0m Prestressed Voided Slab, 153.1m MSE Wall Approach Ramp, and

40.0m at-grade Approach Road for Palanca-Villegas Bridge and 2) 257.5m Steel Lohse

Arch Bridge (3-span), 162.5m MSE Wall Approach Ramp and 512.78m at-grade

Approach Road for Eastbank-Westbank Bridge 2. Contract has a duration of 1,095

calendar days. The Palanca-Villegas Bridge is located at City of Manila while the

Eastbank-Westbank Bridge 2 is at Cainta, Rizal.

The scope of the project design is presented in Table 1.

Table 1. Scope of Project Design

No. Name of Bridge and

Location

Type and Length of Bridge Total Length

of Approaches

1

Palanca – Villegas Bridge

(New bridge to connect Villegas side at A. Villegas

St. and Palanca side at

Carlos Palanca St.)

100 meter, 2-lane Steel Lohse

Arch main bridge;

125m prestressed voided slab

153.10m MSE

Wall Approach

Ramp;

60m Approach

Road at-grade

2

Eastbank – Westbank Bridge

2

(New bridge to connect

Eastbank Dike Road and

Westbank Dike Road at

Cainta, Rizal

257.50 meter

(86m-85.5m-85m),

4-lane Steel Lohse Arch

main bridge;

162.50m MSE

Wall Approach

Ramp;

512.78m

Approach Road

at-grade

3. DESIGN OUTPUTS

The Contractor shall coordinate and report to the Bureau of Design (BOD) - DPWH

Central Office for uniformity and cohesiveness in the preparation of related

documents, consistent with the latest edition of the Design Guidelines, Criteria and

Standards for Public Works and Highways, AASHTO guidelines and other applicable

provisions of existing laws, codes and Department Orders.

All reports and other related documents prepared by the Contractor shall be in

accordance with format agreed and accepted by the BOD. The Contractor shall

undertake the following surveys and design works:

95

i. Topographic Survey including cross sections as required in the DGCS

ii. Geotechnical and Geological Investigations (include Boring logs along Slope

Protection Structures and Approach Road with High Embankments (height>3m))

iii. Hydrographic Surveys

iv. Hydrologic, Hydraulic and Scour Analysis

v. Pavement Design Analysis

vi. Slope Protection Works, Slope Stability and Settlement analysis

vii. Foundation and Structural Design of Bridges

viii. Aesthetic Design of Bridges

ix. Drainage Design

x. Marine Surveys

xi. Detailed Specifications of Materials

xii. Navigational Clearances

xiii. Road Safety Report

xiv. Traffic Assessment Report

xv. Design Calculations

Plans (PDF and CAD formats), technical reports in electronic files and hard copies for

the work prepared, must be submitted by the Contractor/Consultant to the BOD -

DPWH Central Office for review and approval.

The Contractor shall deliver to the DPWH Procuring Entity the following outputs of the

Detailed Engineering Design (DED) of the Project:

a. General:

1. Coversheet

2. General Index

3. Vicinity and Key Map

4. Location Plan/Layout

5. Legend, Abbreviation and Symbols

6. General Notes

7. Topographic Plan

b. Highway Plans:

1. Typical Roadway Section

2. Summary of Quantities

3. Soils and Materials Investigation Maps/Plans

4. Grading Quantities

5. Plan and Profile with the final alignment incorporated in the

Topographic/Hydrographic Plans

6. Detailed Cross-sections

7. Drainage Plan and Profile (Left/Right)

8. Detailed Drainage Plans and Cross-sections

9. Geometric Road Design Elements and Standards

10. Road Standards and Details

11. Pavement Joint Details

96

12. Slope Protection Details

13. Drainage Standards and Details

14. Schedule Listing of Road Signs, Guardrails, Lined Ditches, Protection Works,

Road Intersections and Other Miscellaneous Works

15. Pavement, Drainage and Slope Protection Design Parameters

16. Boring Logs and Location of Boreholes

17. Embankment Protection Works and Scour Protection Works

18. Roadway Lighting

19. Traffic Management Plan for Roadworks (Road)

The MPSS for construction includes conformance to the provisions pertaining

to highways and bridges under DPWH DGCS, Volume 5, 2015 Edition, DPWH

DGCS Volume 4 Geometric Design Specification 2015 Edition, DPWH Highway

Safety Design Standards Part 1: Road Safety Design Manual, 2012 Edition,

DPWH Safety Design Standards Part 2: Road Signs Pavement Markings

Manual, 2012 Edition, and DPWH Standard Specifications for Public Works

and Highways, 2013 Edition, Volume II-Highways, Bridges and Airports (Blue

Book).

c. Bridge Plans:

1. General Plan and Elevation

2. Architectural/Aesthetic Plan

3. Boring Logs and Location of Boreholes

4. Summary of Quantities

5. Details of Superstructures (Cable-stayed and box girder)

6. Detail of Substructures

7. Detail of Foundation

8. Bank/Abutment Protection Works and Scour Protection Works

9. Construction Sequence and Methodology

10. Temporary Works such as cofferdam and Crane ways or detours, if any

11. Miscellaneous Works (Drainage, Railings, Expansion Joints and Bearings,

Etc.)

12. Electrical Plans for Bridge Lighting

13. Protection Works at Piers (includes rubber fenders at main bridge piers)

14. Traffic Management Plan for Roadworks (Bridge)

The Contractor shall submit the reports/data on DED to DPWH as shown below.

a. Survey Data: 5 copies, one (1) month after the effectivity of the Contract

b. Detailed Geotechnical Investigation report: 5 copies, two (2) Months after the

effectivity of the contract

c. Design Analysis: 5 copies, two and a half (2 ½) months after the Effectivity of

the contract

d. Detailed Engineering plans including quantity calculations: 5 Copies, six (6)

months after the effectivity of the contract

e. As-Built Plans: 5 copies, two months after project completion

f. Maintenance Manual, two months after project completion

g. Others, if required by DPWH.

97

d. Value Engineering Studies

The Contractor shall undertake “value engineering (VE) studies” as part of the DED,

where appropriate, to minimize and/or reduce non-essential Project features and

costs and to reduce the life cycle cost of the Project without sacrificing the quality

and integrity of the structures while attaining their essential functions consistent with

the required performance, reliability and safety. The Contractor shall observe the

DPWH Guide to VE (Appendix A of the Main Guidelines of the DPWH Procurement

Manual for Infrastructure).

VE shall essentially involve the following phases:

1. Information Phase. Under this phase, the activities include Project information

gathering and investigation and performing functional analysis of systems and

subsystems to identify high cost areas of the project.

2. Speculative/Creative Phase. Activities under this phase involve developing

effective and efficient group interaction process (brainstorming) to identify

alternative ideas, proposals and solutions for accomplishing the function of a

system or subsystem.

3. Evaluation/Analytical Phase. During this phase, the Contractor shall evaluate and

analyze process to determine which ideas, solutions and measures would show

greater potential for cost savings and project improvement.

4. Development/Recommendation Phase. Activities under this phase include

description of project components, preparation of sketches, and estimation of

life cycle cost to be used in justifying and supporting value engineering

recommendations.

5. Report or Presentation Phase. During this phase, the Contractor shall prepare

and present his report, which should contain information, such as list of items or

processes examined, alternatives, functional and the life cycle analyses, value

engineering proposals and supporting information.

e. Design Analysis and Computations

1. For Main Bridge

- Design of Steel Arch, Concrete Deck, Pier and Foundation (Bored Piles)

2. For Approach Bridge

- Design of Bridge Superstructures (Voided Slab), Coping, Pier Column

and Foundation (Bored Piles), and Abutments

f. Sources of Construction Material (with material sources MAP)

No near material sources are available. All materials are sources commercially.

98

g. Remarks on Conceptual Design Contract Drawings

The road alignment, roadside appurtenances/structures and all proposed

improvements are to be traced in layout plan at scale of 1:1,000m, together with

all watercourses, which require structural work. Cross-sections at intervals not

exceeding 40.0m including intermediate breaks on the ground and at bridge

approaches and reaching at least 10.0m wide on both sides of the centerline, are

to be surveyed and plotted at a scale l:100m. The detailed cross-sections shall

show but are not necessarily limited to the following: pavement and shoulder

width and corrections including super elevations where required, new pavement

thickness, slopes of embankments and cuts including slope protection structures

where required, cross-falls of pavements and shoulders as well as longitudinal

drainage ditches with their dimensions, if any and existing roadside

appurtenances/structures.

Separate cross-sections shall be prepared, if necessary, for road sections outside

and inside townships, the latter indicating possible reduced width of pavement

and/or shoulders and for every station or location of drainage structures and

facilities. To show or indicate the sufficient height of the road above highest flood

level (HFL), longitudinal sections at scales of 1:1000 m horizontal and l: 100m

vertical will be prepared for all sections where raising of embankment is required.

Whenever there is a need for the relocation of utilities such as telephone,

telegraph and electricity poles, etc. as well as buildings, fences and trees to be

removed, such details shall be indicated in the drawings and a separate list shall

be prepared.

The DED Reports in electronic files and hard copies for the work prepared must

be submitted by the Bidding Document (BD) Contractor to the Implementing

Office and the design unit of the Procuring Entity for review and certification as

to compliance with the MPSS. The DED Report shall include computer

programs/software.

4. DESIGN CODES

The DED of the Project shall comply with the relevant provisions of the codes in Table

2.

Table 2. Design Codes

Applied Items Standard and Code

Road Design (Geometric Design)

AASHTO Policy on Geometric Design

of Highways and Streets, 2011 Edition

Pavement Design DPWH Design Guidelines, Criteria and Standards, 2015, Volume 4 Geometric Design Specifications

AASHTO Guide for Design of Pavement Structures (1993) for Pavement Specifications and Parameters

99

Applied Items Standard and Code

DPWH Highway Safety Design Standards Part 1: Road Safety Design Manual, 2012 Edition

DPWH Safety Design Standards Part 2: Road Signs

Pavement Markings Manual, 2012 Edition

Bridge Design

DPWH Design Guidelines, Criteria and Standards, Volume 5, 2015 Edition.

DPWH Bridge Aesthetics Guidelines, 2018 Edition

Seismic Design

DPWH Guide Specifications LRFD Bridge Seismic

Design Specifications (BSDS), 1st Edition, 2013

Navigation Clearance D.O. 166 series of 2016 – Navigational Clearance for bridges over Navigable Waterways

Surveys & Geotechnical

Investigations

DPWH Design Guidelines Criteria and Standards, Volume 2A, 2B and 2C, 2015 Edition

Manual on Technical Requirements for Surveying and

Investigations of Public Works and Highways Projects

Plans and Drawings D.O. No. 77, Series of 2018, Revised Guidelines in the

Preparation of Detailed Engineering Design, As-

staked, Revised and As-built Plans for Highway,

Bridge, and Water Projects

D.O. No. 32, Series of 2011, BOD Checklist of

Requirements

Land Acquisition Plan

and Resettlement

Action Plan (LAPRAP)

D.O. No. 327, Series of 2003, Guidelines in the LAPRAP

for Infrastructure Project superseded by DO 65, 2017

D.O. No. 152 Series of 2017, Reissuance of D.O. No.

124 Series of 2017, Directing the Use of DPWH

Water Engineering

Aspect

DPWH DGCS 2015 Volume 3 – Water Engineering

Projects

Other Design Criteria and Standards

The following codes may be used as references for more specialized aspects of design

not covered in the ruling design code:

1) Batas Pambansa (BP) Blg.344 (Accessibility Law)

2) DPWH Gender and Development (GAD) Toolkit

3) American Society for Testing and Materials (ASTM)

100

5. MINIMUM PERFORMANCE SPECIFICATIONS AND PARAMETERS (MPSP) FOR

BRIDGES AND ROADS

5.1 LOADINGS

a) Live Load

i. Design Truck (HL-93) and Design Lane Load (refer to DGCS 10.7.3.1)

ii. Design Tandem and Design Lane Load (refer to DGCS 10.7.3.2)

iii. Permit Design Live Load Caltrans P-7 (Special permit required before

passing the bridge)

b) Dynamic Load Allowance

In accordance with DGCS Vol. 5

c) Dead Load

The dead load shall consist of the weight of the complete structure,

including the roadway, sidewalks, car trails, pipes conduit, cables and other

public utility services. Additional loads for future wearing surface should be

added.

d) Earthquake Load

Seismic design shall be in accordance with DPWH Guide Specifications LRFD

Bridge Seismic Design Specifications (BSDS), 1st Edition, 2013. A site-

specific seismic analysis shall be conducted to determine the applicable

seismic design requirements. A minimum ground acceleration coefficient of

0.4g for bridges and other structures shall be used. The bridge shall be

classified as Critical Bridges under Operational Classification 1 (OC-1).

e) Earth Pressure

Structures which retain fills shall be proportioned to withstand pressure

which shall be determined using acceptable soil mechanics principles. For

design of structural elements, as a minimum, “At Rest” pressures shall be

adopted.

f) Wind Load

The wind load for all exposed structures must be designed to withstand

wind velocity of 320 kph, as specified under Zone 2 of the wind map of the

Philippines.

g) Thermal Forces

Thermal variation shall be ±15°C

101

5.2 KEY GEOMETRIC STANDARDS

5.2.1 Palanca-Villegas Bridge

The geometric standards to be used for the bridge is shown in Table 3.

Table 3A. Bridge Geometric Standards

Elements of Design Standards

a. Design Speed 30 Kph

b. Number of Lanes per Direction 1

c. Clear Bridge Lane Width 3.50 m

d. Shoulder

Approach Bridge 1.50 m

Main Bridge 1.50 m

e. Pavement Cross Slope 1.50 %

The geometric standards to be used for the approach road is shown in Table 4.

Table 4. Approach Road Geometric Standards

Elements of Design Standards

a. Design Speed 30 Kph

b. Number of Lanes per Direction 1

c. Carriageway Lane Width 3.50 m

d. Shoulder 1.5 m

e. Pavement Cross Slope 1.50 %

f. Shoulder Cross Slope 2.0 %

g. Pavement Thickness 0.33 m

h. Minimum Radius of curvature, R 50 m

i. Maximum Grade 6%

j. Widening on Curves Refer to AASHTO 2011 (0.60m

min.)

k. Maximum Super elevation 8%

l. Minimum Length of Vertical Curve 60 m

5.2.2 Eastbank-Westbank Bridge 2

The geometric standards to be used for the bridge is shown in Table 3.

Table 3A. Bridge Geometric Standards

Elements of Design Standards

a. Design Speed 50 Kph

b. Number of Lanes per Direction 2

c. Clear Bridge Lane Width 3.35 m

102

d. Shoulder

Approach Bridge 3.0 m

Main Bridge 3.0 m

e. Pavement Cross Slope 1.50 %

The geometric standards to be used for the approach road is shown in Table 4.

Table 4. Approach Road Geometric Standards

Elements of Design Standards

a. Design Speed 50 Kph

b. Number of Lanes per Direction 2

c. Carriageway Lane Width 3.35 m

d. Shoulder 3.0 m

e. Pavement Cross Slope 1.50 %

f. Shoulder Cross Slope 1.0 %

g. Pavement Thickness 0.33 m

h. Minimum Radius of curvature, R 50 m

i. Maximum Grade 6%

j. Widening on Curves Refer to AASHTO 2011

k. Maximum Super elevation 8%

l. Minimum Length of Vertical Curve 60 m

Highways Safety requirements shall be based on the DPWH Highway Safety

Design Standards, Part 1 and 2, 2012 Edition, which establishes the standards

for the necessary safety devices such as road signs, pavement markings,

median barriers, and crash cushions.

5.3 NAVIGATIONAL CLEARANCE

For this project, the minimum vertical clearance shall be verified with the

Philippine Coast Guard and as a minimum, shall not be less than the

requirements of D.O. No. 166, Series of 2016 “Navigational Clearance for

Bridges over Navigable Waterways” to comply with the provisions of Philippine

Coast Guard (PCG) Memorandum Circular No. 01-14, Navigational Clearance

for Road Bridges and other Structures over Navigable Inland Waters.

5.4 DESIGN LIFE OF STRUCTURES

The minimum design life of the structures shall be as follows:

Table 3. Life Standards

Design Parameter Maximum Value

a. Bridge 100 years

b. Bearings/ Movement Joint 50 years*

c. Draining System 20 years*

d. Road

103

Cement Concrete Rigid Pavement 20 years

Asphalt Concrete Pavement 10 years

e. Wearing Surface / Overlay 10 years

Note: *Minor Components shall have a service life of 20 years

5.5 HYDROLOGY

Table 4. Minimum Capacity of Drainage Infrastructure

Land-use (Note 1)

Minor System Major Drainage

System Drainage

Capacity (Note 2)

Design

Capacity

Check

Capacity

Drainage Pipes 15 year flood 25 year flood 100 year flood

Culverts (Note 1) 25 year flood 50 year flood

Esteros/creeks/drainage

channels 15 year flood 25 year flood

Based on Table 6-1 of DGCS 2015, Volume 3

Note 1. For highway, cross drainage and bridges, refer to Table 5-3, “Design Flood

Frequency”, Volume 4: Highway Design and Table 3.2.5-1, “Design Flood

Frequencies (Minimum Requirements) for Bridges”, and Volume 5: Bridge

Design

Note 2. Freeboards for buildings are detailed in Volume 6: Public Buildings and Other

Related Structures

5.6 MATERIAL REQUIREMENTS

All materials to be used in the Project shall conform to the DPWH Standard

Specifications for Highways, Bridges and Airports, 2013 (Blue Book) and the

AASHTO Code, where applicable.

a. Concrete

The minimum 28th-day compressive strength of concrete shall be as per

Table 4.

Table 4. Material Requirements for Concrete

Location Minimum Compressive Strength,

MPa

Reinforced/Prestressed Concrete Deck

(Box Girder and Diaphragm)

Strength at jacking (minimum)

45

36

Pier caps 35

Pier Columns/Pylons 35

Footing 35

Abutment: Footing 35

Abutment: Stem Wall 35

104

Piles 35

Lean Concrete 17.70

b. Reinforcement Steel

Reinforcing steel shall conform to AASHTO M31 (ASTM A615), grade 40,

for below 16mm diameter, deformed, with minimum yield strength, fy =

276 MPa (40, 000 psi), grade 60 for 16 mm diameter and above,

deformed, with minimum yield strength, fy = 414 MPa (60, 000 psi).

c. Pre-stressing Steel

All pre-stressing steel shall be high strength stress relieved wires or strands

with an ultimate stress, Fs’=1860 MPa.

Pre-stressing steel shall be free from kinks, notches and other imperfections

that will tend to weaken its strength or its bonding properties with concrete.

d. Structural Steel

All structural steel including plates shall be ASTM A-36 Steel

e. Bearing

The seismic isolation bearing shall be selected considering several factors

such as constructability, economics, adaptability and structural safety. In

case of applying other design product (including similar product), the

contractor must get prior approval from the DPWH by submitting test

reports (pre-performance test, prototype test, product performance test)

regarding seismic isolation bearing issued by internationally authorized

testing institutes (such as UCSD, HITEC, etc.).

The following codes may be used as references:

- DPWH Guide Specifications: Highway Bridge Seismic Isolation Design

Specification (2019 Edition)

f. Joint Filler

Refer to DPWH Standard Specifications for Highways, Bridges and Airports,

2013 Edition.

g. Bituminous Wearing Course

Bituminous wearing course to be used as surface overlay shall conform to

the requirement of DPWH Standard item 310 with minimum dry

compressive strength of 1.4Mpa (200 psi). The wearing course may be

used to adjust elevations on the vertical grade by varying the thickness from

50mm (min.) to 75 mm (max).

105

If any materials proposed by the contractor are not covered by the DPWH

Standard Specifications for Highways, Bridges and Airports, 2013 and the

AASHTO Code, these materials must first be approved by the DPWH before

they are used in the Project.

5.7 AESTHETIC DESIGN

Overall aesthetic and architectural detailing of the structural and non-structural

members shall be given proper attention. The Contractor shall develop an

Aesthetic Strategy Report presenting a comprehensive aesthetic strategy and

theme, together with supporting design guidelines, for the Project.

Consideration shall also be given to the aesthetic implications of the proposed

foundation designs under the full range of water levels at the project site,

specifically including but not limited to the visual appearance of the pile caps.

The Aesthetic Strategy Report shall be subject to the approval of the DPWH.

Final Design of the project shall be consistent in all material respects with the

approved Aesthetic Strategy Report.

Inclusion of aesthetic/architectural details in all bridge plans per D.O. 49 series

of 2018

6 SCOPE OF CONSTRUCTION

The Contractor shall undertake the Construction of the Project in accordance with the

approved plans and specifications and other latest related DPWH issuances.

The Contractor shall undertake the construction of the Project in accordance with the

certified /approved DED. The Contractor shall also carry out in accordance with all

relevant regulatory and statutory instrument including complying with the pertinent

provisions of the DPWH Standard Specifications (“Blue Book”), particularly;

• Volume II: Highways, Bridges and Airports, 2013 and

• Volume III: Public Works Structures, 1995

• D.O. 143, series of 2017, Revised Standardized Pay Items of Work for

Infrastructure Projects

The Blue Book prescribes, among other things, the material and construction

requirements for different items of work, including the tests to be performed and

conducted during Construction by the Contractor. The Blue Book incorporates

provisions of the AASHTO, ASTM, and ACI, pertaining to construction.

106

7 CONSTRUCTION GUIDELINES

Construction of the Project shall be in accordance with the relevant sections of the

Blue Book. Attention shall be given to the relevant items of work in the following Parts

of the Blue Book:

Volume II: Highways, Bridges and Airports:

• Part C – Earthwork

• Part D – Sub-base and Base Course

• Part E – Surface Courses

• Part F – Bridge Construction

• Part G – Drainage and Slope Protection

• Part H – Miscellaneous Structures

• Part I – Materials Details

8 CONSTRUCTION PLAN

The Construction Plan, which forms part of the DED, shall be based on the Preliminary

Engineering Design Plan (PEDP) submitted as part of the Contractor’s bid and updated

and detailed to be consistent with the elements of the DED. The Construction Plan

must identify the procedures, processes and management systems that the Contractor

will apply to ensure the implementation of the Construction of the Project in

accordance with the Contract Agreement (CA).

As a minimum, the Construction Plan must present the following outputs:

8.1 Mobilization Plan – human resource and equipment that demonstrates that the

use of local labor is maximized.

8.2 Construction organization and management structures for the

Construction, identifying key personnel and positions, including sub-contractors

if any.

8.3 Construction, including reclamation, methodology and procedures.

8.4 Quality control and assurance system.

8.5 Construction Schedule, milestones, and S-curve covering all components of

the Construction.

8.6 Major construction equipment to be used for each major stage of the work.

8.7 Updated traffic management plan during construction.

8.8 Periods for review of specific outputs and any other submissions and

approvals.

107

8.9 Sequence of timing for inspections and tests proposed.

8.10 Construction safety and health, and security program in accordance with the

guidelines of the Department of Labor and Employment.

8.11 Proposed system of work types and locations that will be used to identify each

Construction package.

8.12 Environmental monitoring and management process.

8.13 Measures and procedures for:

• control and monitoring of the Construction Schedule as against actual

Construction accomplishment;

• supervision and monitoring of the quality control and assurance system

for the Project, including the quality and accuracy of tests to be conducted;

• monthly schedule and updating of the Construction Plan and the Monthly

Progress Reports;

• development and approval of Construction documentation; and

• survey and condition monitoring.

8.14 Strategies for:

• managing risks;

• obtaining all necessary approvals of permits and licenses necessary for the

Project; and

• Details of records management and indexing protocols that will enable

referencing of all design and construction records back to the DED and

DFC.

9 TRAFFIC MANAGEMENT PLAN DURING CONSTRUCTION

a. Obligations to Minimize Disruption

During Construction, the Contractor shall carry out the following obligations to

ensure that traffic disruption is minimized in the construction area and its

immediate surrounding area:

i. Safe, efficient and continuous passage of the vehicle is provided.

ii. The traffic carrying capacity of the immediate surrounding roads is maintained.

108

iii. Traffic congestion and disruption of public transport is minimized.

iv. Pedestrian Safety as required, alternative means of walking within or near the

Construction Area is provided.

b. Traffic Management Plan during Construction

The Contractor must submit to the DPWH, for approval, an updated and detailed

Traffic Management Plan during Construction based on the preliminary Traffic

Management plan submitted as part of the Technical Proposal in its Bid. The

updated/detailed Traffic Management Plan must provide the following:

i. The minimum disruption obligation set out in clause 5.3 (a) above.

ii. The roads in and around the construction area that are proposed to be used

as alternate or detour routes by motor vehicles during construction to reduce

traffic congestion.

iii. The proposed timing of road or lane closures for existing roads to facilitate the

construction of the Project, having regard to the minimum disruption

obligations. Construction activities shall be so scheduled as to cause the least

congestion during peak hours.

iv. The personnel of the Contractor will be managing and providing the traffic

enforcement and management services.

v. There must be an information, education, communication and campaign

program to advise the motorists, residents, business, and the general public

on the above. This program shall involve the use of media – print, radio and

TV, including billboards to inform the public on the updated/detailed Traffic

Management Plan before and during Construction. It shall include a mechanism

to give updates on the traffic situation, to receive complaints on traffic and

road condition, accidents, and emergencies and to respond to these incidents

so as to ease traffic congestion in the Construction Area and on the alternate

routes.

10 TEST REQUIREMENTS

The Contractor shall undertake tests during Construction in accordance with the

schedule of minimum testing requirements for items of work and materials covered

by the Blue Book, as shown in APPENDIX A of Section VI (MPSS).

In cases wherein the material or items of Work proposed by the Contractor are not

covered by the DPWH Standard Specifications (Volume II and III) or Special Items

of Works (SPL) that is required to be utilized in the project, the Contractor shall obtain

the prior approval for its use from the DPWH-Bureau of Research and Standards

(BRS) submitting the Generic Technical Specifications of such with the corresponding

references as per Department Order No. 143, Series of 2017.

109

11 PROJECT COMPLETION

a. The DPWH shall determine if the Contractor has fully complied with the following

requirements:

i. All tests for construction with the pertinent provisions of the DPWH Blue Book

and other test requirements of the MPSS for Construction.

ii. All parts of the project have been completed in accordance with the approved

plans and specifications for the project, including the rectification of all

defects, if any.

iii. The Project can be safely and reliably open to traffic.

b. For this purpose, the DPWH shall determine and certify that the requirements

in MPSS are fully met by the Contractor.

c. Contractor must submit one (1) softcopy and five (5) hard copies of all as-built

drawings and other supporting documents to the DPWH not later than three (3)

months after the date of Final Completion. These documents shall be provided as

inputs to DPWH Road and Bridge Information Application (RBIA) database for

national/ major roads in the country.

d. Considering that this is a priority project that needs to be completed on a tight

schedule, the Contractor shall complete this project with 1,217 calendar days.

12 WARRANTY

The Contractor shall guarantee the completed structure against structural defects and

failure for its satisfactory performance vis-à-vis the prescribed MPSS during the

lifetime of the structure. For this purpose, the Contractor shall be required to put up

Warranty Security in the form of Bank Guarantee confirmed by Universal or

Commercial Bank 10% of accepted Contract Price for Fifteen (15) years.

110

SECTION VII. Concept Design Drawing

& Other Reference Data

(SEE ANNEX A – CONCEPTUAL PLAN)

111

SECTION VIII. Terms of Reference

(TOR)

Republic of the Philippines DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

CENTRAL OFFICE Manila

10

TERMS OF REFERENCE FOR THE PRIORITY BRIDGES

CROSSING PASIG-MARIKINA RIVER AND MANGGAHAN FLOODWAY BRIDGES CONSTRUCTION PROJECT, UNDER CHINA GOVERNMENT

FINANCING FACILITY, CONTRACT PACKAGE 2 – PALANCA - VILLEGAS BRIDGE AND EASTBANK - WESTBANK BRIDGE 2

(DESIGN AND BUILD)

1.0 PROJECT INFORMATION

1.1 Project Description and Significance

The continuous economic and social development in Metro Manila has brought heavy traffic congestion (causing billions of Pesos to businesses and commuters due to time and lost opportunity), which necessitates improvement of the road network and

provision of alternate routes to increase the transportation capacity crossing the Pasig-Marikina River.

The DPWH has identified the construction of twelve (12) bridges crossing the Pasig River, Marikina River and the Manggahan Floodway as an urgent priority to provide fix links

over these rivers to alleviate traffic congestion and increase the road network capacity and efficiency in Metro Manila as well as the living conditions in the area.

Also, to enhance Metro Manila road network resiliency against natural disasters, e.g. flood and earthquake; and extend the life of existing bridges by decongesting such

bridges from heavy traffic, thus reducing bridge maintenance cost.

Further, in order to enhance the view of these rivers, the bank improvement component

of the project will be complemented by constructing aesthetically pleasing bridges.

Figure 1 shows the location of the Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 for implementation under China Government Loan including Approaches to be constructed crossing Pasig River and Manggahan Floodway.

Figure 1. Location Map

Terms of Reference for the Priority Bridges Crossing Pasig-Marikina River and Manggahan Floodway Bridges Construction Project, Under China Government Financing Facility, Contract Package 2 –

Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Page 2 of 12

Table 1: Bridge Information

No. Name of Bridge and

Location

Type and Length of

Bridge

Total Length of

Approaches

1

Palanca – Villegas Bridge

(New bridge to connect

Villegas side at A. Villegas St.

and Palanca side at Carlos

Palanca St.)

100 meter, 2-lane Steel

Lohse Arch main bridge;

125m prestressed voided

slab

153.10m MSE

Wall Approach

Ramp;

60m Approach

Road at-grade

2

Eastbank – Westbank Bridge 2

(New bridge to connect

Eastbank Dike Road and

Westbank Dike Road at Cainta,

Rizal

257.50 meter

(86m-85.5m-85m),

4-lane Steel Lohse Arch

main bridge;

162.50m MSE

Wall Approach

Ramp;

512.78m

Approach Road

at-grade

1.2 Project Financing

The Government of the People’s Republic of China (GPRC) under its Official

Development Assistance will extend a concessional loan for the amount of the Contract. The terms, conditions and exact amount will be based on the signed

loan agreement between Export-Import Bank of China and Philippines’ Department of Finance after Contract signature.

1.3 Contractual Framework

The contractual arrangement to be used for the Project is the Design and Build (DB)

Scheme. Under this scheme, the Procuring Entity awards a single contract only to a

Chinese Contractor for the architectural/engineering design and construction to a single

firm, partnership, corporation, joint venture or consortium.

The Department of Finance (DOF) shall request for (i) financing of priority project to the

Chinese Embassy to the Philippines and (ii) list of at least three (3) qualified, legitimate

and in good standing Chinese contractors who can implement the project.

Upon receipt from the Chinese Embassy of the list of Chinese contractors, the DOF shall

forward the list to the Department of Public Works and Highways (DPWH) who shall

conduct its own due diligence in vetting the Chinese contractors subject to applicable

laws, rules and regulations.

Should the DPWH find any concern with respect to the capacity or qualification of any

or all of the Chinese contractors in the list to implement the project, the DPWH shall

raise said concern including its findings to the DOF.

Terms of Reference for the Priority Bridges Crossing Pasig-Marikina River and Manggahan Floodway Bridges Construction Project, Under China Government Financing Facility, Contract Package 2 –

Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Page 3 of 12

The DOF shall, through friendly consultations, discuss this concern with the Chinese

Embassy which may present alternative options to address such including the

replacement of contractors in the list or providing a new list altogether.

In any case, there should be at least three (3) Chinese contractors vetted by the DPWH

to be qualified, legitimate and in good standing.

The DPWH shall commence the procurement process and undertake Limited Competitive

Bidding (LCB) among said Chinese contractors following applicable procedures and

documents under RA 9184.

Once a contract is awarded to a winning contractor, the DPWH and contractor shall

finalize and sign the contract agreement. The DPWH and Chinese contractor shall

expressly stipulate in the contract that the effectivity thereof is contingent upon the

effectivity of the Loan Agreement for the project and that no liability shall attach on the

part of the DPWH in case the Loan Agreement is not perfected or declared effective.

2.0 SCOPE OF THE CONTRACT

The foreign cost component of the project to be funded by loan proceeds includes the

preparation of the detailed engineering design and complete construction of Palanca-

Villegas Bridge and Eastbank-Westbank Bridge 2, and its approaches.

2.1 Major Obligations of the Contractor

a. Undertake the Detailed Engineering Design (DED) of the Project in conformance with

the Minimum Performance Standards and Specifications (MPSS), in accordance with the existing DPWH Design Specifications, Standards, Manuals, Books, Policies and

Guidelines including engineering surveys and preparation of design plans, and deliver the DED to the Procuring Entity for review and approval. In case of physical constraints, such as insufficient right-of-way or space limitation, the contractor will

be required to use its expertise to advise DPWH on appropriate engineering solutions that will achieve the Contract Objectives.

The MPSS for construction includes conformance to the provisions pertaining to highways and bridges under the:

1. DPWH DGCS Volume 5, 2015 Edition 2. DPWH DGCS Volume 4 2015 Edition

3. DPWH DGCS Volume 2C 2015 Edition 4. DPWH DGCS Volume 2B 2015 Edition 5. DPWH Highway Safety Design Standards Part 1: Road Safety Design Manual,

2012 Edition 6. DPWH Safety Design Standards Part 2: Road Signs Pavement Markings

Manual, 2012 Edition

7. DPWH Standard Specifications for Public Works and Highways, 2013 Edition, DPWH Bridge Seismic Design Specifications (BSDS) Design Standard Guide

Terms of Reference for the Priority Bridges Crossing Pasig-Marikina River and Manggahan Floodway Bridges Construction Project, Under China Government Financing Facility, Contract Package 2 –

Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Page 4 of 12

Manual, 2019 Edition, Volume II-Highways, Bridges and Airports (Blue Book). The Blue Book prescribes, among others things, the materials, requirements, and construction requirements for different items of work, including the tests

to be conducted during construction. The Blue Book incorporates pertinent provisions of the American Association of States Highways and

Transportation Officials (AASHTO), American Society for Testing and Materials (ASTM), and American Concrete Institute (ACI), among other standards.

b. Undertake the Construction of the Project in accordance with the certified DED

prepared by the contractor’s designer, which shall be subjected to review and

approval by the DPWH.

c. The contractor shall be held liable for any additional costs that may be incurred by the Government due to major changes of plans from faulty or defective design or any aspect of the detailed engineering.

d. Be held liable for design and structural defects and/or failure of the completed

project within the warranty period specified in Section 62.2 of the IRR of RA 9184.

e. Provide traffic management plans and be responsible for traffic management

activities and effects during construction.

f. Conduct Value Engineering study to determine the most economical scheme and

least impact on environment and social safeguards during DED & construction.

g. Comply with the conditions and restrictions indicated in the Environmental Management Plan (EMP) for the bridge project.

i. The Contractor and its Consultant shall carry out the technology transfer as an

important aspect in design. The Contractor and its Consultant shall provide the

opportunity to the DPWH officials and staff to be involved in the working team of the

Contractor and its Consultant during the detailed engineering design stage for their

capacity building wherever possible. If requested by DPWH, the Contractor and its

Consultant shall brief and present the conceptual design, construction methodology

and contract management process and procedures. The Consultant shall assist

DPWH and its staff to build their capacity as a part of the On-the-Job Training (OJT)

under the Project.

Included in the Technology Transfer is the China Counterpart Training composed of one (1) Executive Batch and two (2) Non-Executive Batches.

Batch Class No. of

Participants Training

Duration (c.d.)

1 Executives 5 8

2 Non-Executives 8 15

3 Non-Executives 8 15

Terms of Reference for the Priority Bridges Crossing Pasig-Marikina River and Manggahan Floodway Bridges Construction Project, Under China Government Financing Facility, Contract Package 2 –

Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Page 5 of 12

Each of the Technology Transfer shall be done in the form of OJT during the design phase and includes capacity enhancement on the following:

1.1 Construction planning, construction methodology, maintenance and traffic management; and

1.2 Design for Steel Lohse Arch Bridges

2.2 Major Obligations of DPWH

a. Negotiate/acquire Road-Right-of-Way (RROW) wherein the payment for the

replacement cost of structures, compensation cost for lots and

relocation/resettlement cost should be based on ROW Action Plan (RAP) for the bridge

project, with assistance from the concerned DPWH Regional Offices and District

Engineering Offices (DEOs), Contractor/Consultant, Local Government Units (LGUs)

and other involved agencies/entities and deliver the same to the Contractor.

b. Initiate, coordinate and negotiate with the utility owners, etc. that will be affected by

the Project, with assistance from the concerned DPWH Regional Offices and/or District

Engineering Offices (DEOs), Contractor/Consultant, Local Government Units (LGUs)

and other involved agencies/entities.

c. Review and approve the Contractor’s design without diminishing the Contractor’s full

and sole responsibility for the quality and integrity of the project.

d. Supervise and monitor the implementation of the project in accordance with the

approved plans, designs and specifications & other related existing laws and policies

of the Government of the Philippines.

e. Pay the accomplishment accepted in conformance with the Minimum Performance

Standards and Specifications (MPSS) under the Design and Build contract.

f. Provide administrative assistance to the contractor in any issues and concerns that

may affect the project implementation.

2.3 Bidding Documents

The Standard Bidding Documents in the approved Government Procurement Policy

Board (GPPB), 5th Edition, CY2016, including Form of Contract, shall be used, with

appropriate modifications to incorporate pertinent provisions of Annex “G” of the Revised

IRR of RA 9184 and; Note Verbale 17-1049 executed between the Government of the

Republic of the Philippines (GPH), through the Department of Foreign Affairs, and the

Government of the People’s Republic of China (GPRC), through Ministry of Commerce,

dated March 3, 2017 and Memorandum of Understanding (MOU) on Financing

Terms of Reference for the Priority Bridges Crossing Pasig-Marikina River and Manggahan Floodway Bridges Construction Project, Under China Government Financing Facility, Contract Package 2 –

Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Page 6 of 12

Cooperation between GPH and the Export-Import Bank of China signed on October 20,

2016.

2.3.1 Preliminary Engineering Design Plan (PEDP) by Bidder At the bidding stage, the Bidder shall prepare a PEDP based on the DPWH MPSS for the

Project as shown in Section VI and submit the PEDP as part of the Bidder’s Technical Proposal.

The Bidder shall prepare the PEDP with a degree of accuracy of approximately plus/minus fifteen percent (+/-15%) of the final quantities, and in conformance with the

MPSS.

2.3.2 Detailed Engineering Design (DED) by the Winning Bidder

During the implementation of the Project, the winning bidder shall prepare the Detailed

Engineering Design (DED) of the Project and submit the DED to the Department of Public Works and Highways (DPWH) for approval prior to the execution of the Construction works.

The winning bidder shall prepare the DED based on its PEDP as accepted by the DPWH

and in accordance with the MPSS. The DED shall be undertaken with a degree of accuracy that will allow estimates to be made within approximately plus or minus five percent (+/-5%) of the final quantities.

Once approved by the DPWH, the winning bidder’s DED shall form part of the MPSS.

The DPWH-approved DED, together with the MPSS provisions on Construction, shall govern the actual Construction undertaken by the Winning Bidder.

The Winning Bidder shall undertake the necessary field surveys and investigation in accordance with the DPWH Design Guidelines, Criteria and Standards in the preparation of detailed engineering plans in accordance with the requirements of the Bureau of

Design (BOD). In carrying out these works, the Winning Bidder shall ensure that the engineering, environmental, social and resettlement teams collaborate closely

throughout the entire process, particularly during field investigations and the development of the preliminary and final detailed engineering designs. The Winning Bidder shall ensure that all designs submitted for approval have fully considered key

findings from the engineering, environmental, social and resettlement analyses and that negative environmental and social impacts have been minimized or eliminated to the

fullest extent possible.

2.3.3 Procuring Entity’s Concept Design

The Project involves the construction of the following:

1. Palanca - Villegas Bridge

Main Bridge : 100.0m (2-lane steel lohse arch bridge)

Approach Road : 60.0m

Terms of Reference for the Priority Bridges Crossing Pasig-Marikina River and Manggahan Floodway Bridges Construction Project, Under China Government Financing Facility, Contract Package 2 –

Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Page 7 of 12

Villegas Approach : 186.0m (4@25m prestressed voided slab; 86m MSE approach

ramp)

Palanca Approach : 92.10m (25m prestressed voided slab; 67.10m MSE approach

ramp)

Total Length : 438.10m

2. Eastbank – Westbank Bridge 2

Main Bridge : 257.50m (4-lane steel lohse arch bridge)

Approach Road : 512.78m

Westbank Approach : 162.50m

Total Length : 932.78m

2.3.4 Minimum Performance Standards and Specifications (MPSS)

The Contractor shall undertake the design and construction of the Project in conformance with the MPSS as shown in Section VI.

3.0 PROJECT COMPLETION

Considering that this is a flagship project, priority and fast track infrastructure Project

that needs to be completed on a tight schedule, the Contractor shall complete the

design-build-services under the contract within 36 months.

4.0 APPROVED BUDGET FOR THE CONTRACT (ABC) The Approved Budget for the Contract (ABC) is PhP 4,804,693,006.21. This is the ceiling

for acceptable bids. Bids higher than ABC shall be automatically rejected.

5.0 PROPOSED IMPLEMENTATION SCHEDULE

The proposed Project implementation shall be thirty-six (36) months after issuance of

the Notice to Proceed.

Terms of Reference for the Priority Bridges Crossing Pasig-Marikina River and Manggahan Floodway Bridges Construction Project, Under China Government Financing Facility, Contract Package 2 –

Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Page 8 of 12

6.0 STAFFING (EXPERTISE REQUIRED)

6.1 Qualification of Key Team Members

The qualification of key Team Members is shown in Table 2.

Table 2. Qualification of Key Team Members

Key Personnel for Construction/Civil Works Activities

Position No.

Minimum Total Work Experience

(years)

Minimum Total Similar Work Experience

(years)

Qualifications

Project Manager 1 12 81

A licensed civil engineer with construction experience as Project Manager

Project Engineer 2 8 51 A licensed civil engineer with construction experience of Bridge as Project Engineer

Bridge Engineer

(Superstructure) 2 8 51

A licensed civil engineer with construction experience as bridge superstructure engineer

Bridge Engineer (Substructure)

2 8 52 A licensed civil engineer with construction experience as bridge substructure engineer

Materials/Quality Control Engineer* 2

An accredited Materials Engineer

Geodetic Engineer

2 8 5 A licensed geodetic engineer with experience in roads and/or bridges construction

Professional

Electrical Engineer

1 8 5

A licensed professional electrical engineer with experience in roadway lighting system

Traffic Engineer 1 8 5 A licensed civil engineer with experience in traffic management

Highway Engineer 1 8 5

A licensed civil engineer with experience in road and bridge as Highway Engineer

Safety Engineer 2 3 11 An accredited safety engineer

Environmental

Specialist 1 3 1

A BS Environmental Engineering / Science with experience in road and/or bridge construction

Foreman

(Superstructure)

2 8 51 With experience in bridge construction as Foreman

Foreman (Substructure)

2 8 52 With experience in bridge construction as Foreman

1-Similar works are experiences in same position with long span bridges (i.e., cable-stayed, suspension, extra-

dosed, arch, cantilever and other similar bridges). 2-Similar works are experiences in same position with bored piling works.

Note: Minimum length for long span bridges will be 100m.

“*” if Materials/Quality Control Engineer is a Filipino, he/she is required to be a DPWH Materials Engineer II (M.E.

2)

Terms of Reference for the Priority Bridges Crossing Pasig-Marikina River and Manggahan Floodway Bridges Construction Project, Under China Government Financing Facility, Contract Package 2 –

Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Page 9 of 12

Key Personnel for Detailed Engineering Design Activities

Position No.

Minimum

Total Work Experience

(years)

Minimum Total

Similar Work Experience

(years)

Qualifications

Team Leader 1 10 51

A licensed civil engineer with DED

experience as Team Leader preferably with Master’s Degree in Civil Engineering

Bridge Design

Engineer (Superstructure)

1 7 51

A licensed civil engineer with DED

experience preferably with Master Degree in Civil/Structural Engineer

Bridge Design Engineer

(Substructure)

1 7 51

A licensed civil engineer with DED experience preferably with Master

Degree in Civil/Structural Engineer

Hydraulic/ Drainage Engineer

1 5 3 A licensed civil engineer with DED experience in bridge

Geotechnical

Engineer 1 5 32

A licensed civil engineer with DED experience in bridge preferably with

Master Degree in Geotechnical Engineer

Geodetic Engineer 1 5 3 A licensed geodetic engineer with experience in roads and/or bridges

construction

Quantity/ Cost

Engineer 1 5 32 A licensed civil engineer with DED

experience in road and bridge as Quality/Cost Engineer

Highway Design Engineer 1 5 32

A licensed civil engineer with DED experience in road and bridge as

Highway Design Engineer

Professional Electrical Engineer

1 8 5 A licensed professional electrical

engineer with DED experience in roadway lighting system

Environmental

Specialist 1 5 3

A BS Environmental Engineering / Science with experience in road

and/or bridge construction

Specifications Writer

1 5 32 A licensed civil engineer with DED experience in bridge projects

1- Similar works are experiences in same position with long span bridges (i.e., cable-stayed, suspension, extra-

dosed, arch, cantilever and other similar bridges). 2-Similar works are experiences in same position with highway or bridge design

Note: Minimum length for long span bridges will be 100m.

Terms of Reference for the Priority Bridges Crossing Pasig-Marikina River and Manggahan Floodway Bridges Construction Project, Under China Government Financing Facility, Contract Package 2 –

Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Page 10 of 12

7.0 DATA TO BE PROVIDED BY THE DPWH

The data provided by DPWH are for reference only. The DPWH does not guarantee to

the Contractor that the data provided are correct, free from error, and applicable to the

Project at hand. The Contractor is responsible for the accuracy or applicability of any

data that will be used in the design and build proposal and services. The following data

shall be provided in electronic forms:

a. Topographic Survey

b. Preliminary Survey and Geotechnical Investigation Data

c. Hydrologic Study Report

d. Environmental Impact Study Report

e. Conceptual Design Plan

f. Traffic Data – AADT and Axle Loading

g. Preliminary Horizontal and Vertical Alignment

h. Soil Data

i. Other Relevant Data

8.0 REPORTS AND TIME SCHEDULE AND PAYMENT

The Contractor shall submit the following deliverable reports containing the desired

outputs to the DPWH on the deadlines set with the corresponding payments upon

approval by the DPWH of the corresponding deliverables:

Table 3. Report/Output Time Schedule

Deliverable

Report/Output Deadline Payment

Inception Report 1 month after the

effectivity of the Contract

5% of DED Contract Amount

*Upon submission and

approval by DPWH of the

Inception Report

1. Preliminary Design Plan

2. Preliminary/Draft

Report

End of the 3rd month 45% of DED Contract Amount

*Upon submission and review

by DPWH of the Preliminary

Design

1. Final Report

2. Final Design Plan

End of the 5th month 50% of DED Contract Amount

*Upon approval by DPWH of

the Final Report and Final

Design Plan

Terms of Reference for the Priority Bridges Crossing Pasig-Marikina River and Manggahan Floodway Bridges Construction Project, Under China Government Financing Facility, Contract Package 2 –

Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Page 11 of 12

9.0 DOCUMENTS TO BE PROVIDED BY THE CONTRACTOR DURING CONTRACT

IMPLEMENTATION

9.1 For DED Works

a. Detailed Engineering Plans

b. Structural Design Analysis

c. Survey Data and Parcellary Survey Plan

d. Quantity Calculations

e. Detailed Geotechnical Investigation Report (Include Test Result)

f. Pavement Design Analysis

g. Road Safety Report

h. Traffic Analysis

i. Traffic Management Report

j. Hydrologic/Hydraulic Analysis

k. Design Report

l. As-Built Plans

m. Other relevant documents required by DPWH

9.2 For Construction Works

In accordance with the Conditions of Contract, the Contractor shall submit a fully

detailed and time-related program in bar chart and critical path form, supported

with equipment planning, manning schedules and other inputs required showing

the order of procedures and method he proposes to adopt to execute the Works.

The critical path shall be clearly shown on this program. The contractor shall obtain

advance approval of the format and style of the bar chart from the Engineer who

shall be entitled to direct changes to be made in the bar chart to his satisfaction.

The Contractor shall submit with this program a cash-flow estimate in accordance

with the Conditions of Contract. If at any time the Engineer considers that the

actual progress of the Works does not conform to the Contractor’s program, the

Contractor shall, upon request from the Engineer, prepare and submit for the

Engineer’s Consent a revised program showing the revisions necessary to ensure

completion of Works within the time for completion as defined in the Conditions of

Contract.

The program shall include, but not limited to, the following:

- Contractor’s Mobilization Plan;

- Contractor’s Occupational Health and Safety Plan;

- Drawing Schedule, Shop Drawings, As-built drawings;

- Traffic Control Plan;

- Environmental Control Plan;

Terms of Reference for the Priority Bridges Crossing Pasig-Marikina River and Manggahan Floodway Bridges Construction Project, Under China Government Financing Facility, Contract Package 2 –

Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Page 12 of 12

- Quality Control Plan;

- Schedule of Materials;

- Maintenance Schedule and procedures after completion; and

- Other relevant documents, such as Monthly Progress Report, Quarterly

Report, Final Completion Report, etc. as required in the Contract.

PREPARED BY:

RODRIGO I. DELOS REYES

OIC-Project Director, BMC-UPMO

APPROVED BY:

EMIL K. SADAIN, CESO I

Undersecretary for UPMO Operations

and Technical Services

125

SECTION IX. Bill of Quantities (BOQ)

126

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BID SUMMARY

ITEM

NO.

DESCRIPTION

TOTAL BID AMOUNT

PART A. FACILITIES FOR THE ENGINEER

PART B. OTHER GENERAL REQUIREMENTS

PALANCA-VILLEGAS BRIDGE a. B.10 – Dayworks

b. B.11 – Provisional Sum

PhP. 44,000,000

PhP. 44,000,000

EASTBANK-WESTBANK BRIDGE 2 a. B.10 – Dayworks b. B.11 – Provisional Sum

PhP. 83,000,000 PhP. 83,000,000

PART C. EARTHWORKS

PALANCA-VILLEGAS BRIDGE

EASTBANK-WESTBANK BRIDGE 2

PART D. SUB-BASE AND BASE COURSE

PALANCA-VILLEGAS BRIDGE

EASTBANK-WESTBANK BRIDGE 2

PART E. SURFACE COURSES

PALANCA-VILLEGAS BRIDGE

EASTBANK-WESTBANK BRIDGE 2

PART F. BRIDGE CONSTRUCTION

PALANCA-VILLEGAS BRIDGE

BRIDGE CONSTRUCTION (MAIN BRIDGE)

BRIDGE CONSTRUCTION (APPROACH BRIDGE)

127

EASTBANK-WESTBANK BRIDGE 2

PART G. DRAINAGE AND SLOPE PROTECTION STRUCTURES

PALANCA-VILLEGAS BRIDGE

EASTBANK-WESTBANK BRIDGE 2

PART H. MISCELLANEOUS STRUCTURES

PALANCA-VILLEGAS BRIDGE

EASTBANK-WESTBANK BRIDGE 2

PART I. ELECTRICAL

PALANCA-VILLEGAS BRIDGE

EASTBANK-WESTBANK BRIDGE 2

GRAND TOTAL

Total Amounts in words

Pesos ___________________________________________________________

and centavos

Date :_____________________________________ day of ______________________

Signature_______________________________________________________________

Printed Name : __________________________________________________________

In the Capacity as : ______________________________________________________ Duly authorized to sign Bid and on behalf of _______________________

128

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government

Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES

Pay

Item No.

Description

Unit

Quantity

Unit Price

(Pesos)

Amount

(Pesos)

(1) (2) (3) (4) (5) (6)

Part A. Facilities for the Engineer

A.1.1(7) Provision of Combined Field Office

and Laboratory Building for the

Engineer (Rental Basis)

Month 62.00 In words : Pesos ________________

________________________________

In Figures : Php ________________________________

In Figure : Php

______________________

_________________________________

A.1.1(10) Provision of Living Quarters for the

Engineer (Rental Basis)

Month 62.00 In words : Pesos ________________

________________________________ In Figures : Php

________________________________

In Figure : Php

_________________________________

______________________

A.1.1(11)

Provision of

Furnitures/Fixtures,

Equipment and

Appliances for the

Field Office for the

Engineer

Lump

Sum

1.00 In words : Pesos

________________________________

__________________________________

In Figures : Php ________________

________________________________

In Figure :

Php ___________

_________________________________

______________________

______________________

129

A.1.1(12) Provision of Furnitures/Fixtures, Equipment and

Appliances for Laboratory Building for the Engineer

Lump Sum

1.00 In words : Pesos ________________________________

________________ In Figures : Php ________________

________________________________

In Figure : Php ___________

_________________________________

______________________

A.1.1(13) Provision of Furnitures/Fixtures

and Appliances for the Living Quarters for the Engineer

Lump Sum

1.00 In words : Pesos ________________

________________________________ In Figures : Php

________________________________________________

In Figure : Php

_________________________________

_________________________________

A.1.1(14) Provision of Laboratory Testing

Equipment, Apparatus and

Publications for the Engineer

Lump Sum

1.00 In words : Pesos ________________

________________________________

In Figures : Php ________________________________

________________

In Figure : Php

______________________

_________________________________

___________

A.1.1(16) Operation and

Maintenance of Field Office for the Engineer

Month 62.00 In words : Pesos

_____________________________________________

In Figures : Php ________________

________________________________

In Figure :

Php ______________________

______________________

______________________

A.1.1(17) Operation and

Maintenance of Laboratory Building

for the Engineer

Month 62.00 In words : Pesos

________________________________

________________ In Figures : Php ________________

________________

In Figure :

Php ___________

_________________________________

___________

A.1.1(18) Operation and Maintenance of

Living Quarters for the Engineer

Month 62.00 In words : Pesos ________________

________________________________ In Figures : Php

________________________________

In Figure : Php

_________________________________

______________________

130

A.1.2(3) Provision of 4x2 Pick Up Type Service Vehicle for the

Engineer

Each 10.00 In words : Pesos ________________________________

________________ In Figures : Php ________________

________________

In Figure : Php ___________

_________________________________

___________

A.1.2(6) Operation and Maintenance of 4x2

Pick Up Type Service Vehicle for the Engineer

Month 62.00 In words : Pesos ________________

________________________________ In Figures : Php

________________________________

In Figure : Php

_________________________________

______________________

A.1.3(2)

Provision of Survey Equipment for the

Assistance to the Engineer

Lump Sum

1.00 In words : Pesos ________________

_________________________

In Figures : Php _______________________

In Figure : Php

______________________

__________________________

A.1.3(3) Provision of Survey Personnel for the Assistance to the

Engineer

Month 62.00 In words : Pesos ________________________________

________________ In Figures : Php ________________

________________

In Figure : Php ___________

_________________________________

___________

A.1.3(4) Provision of Laboratory Personnel

for the Assistance to the Engineer

Month 62.00 In words : Pesos ________________

_________________________ In Figures : Php

______________________

In Figure : Php

_________________________________

______________________________

A.1.4(1)

Provision of Progress

Photographs

Each 6200.00 In words : Pesos

________________________________

________________ In Figures : Php ________________

________________

In Figure :

Php ___________

_________________________________

___________

A.1.5(1) Provision of Communication Facility for the

Engineer

Each 15.00 In words : Pesos ________________________________

________________ In Figures : Php ________________

________________

In Figure : Php ___________

_________________________________

___________

131

A.1.5(2) Operation and Maintenance of Communication

Facility for the Engineer

Month 930.00 In words : Pesos ________________________________

________________ In Figures : Php ________________

________________

In Figure : Php ___________

_________________________________

___________

Total Cost Part A:

In words : Pesos ____________________________________________________________

________________________________________________________________________________________________________________________ In Figures : PhP

____________________________________________________________

Prepared by:

_______________________________________________ Date:______ Name and Signature of Bidder’s Authorized Representative

________________________________________________

Position ________________________________________________

Name of Bidder

132

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government

Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES

PALANCA-VILLEGAS BRIDGE

Pay

Item

No.

Description

Unit

Quantity

Unit Price (Pesos)

Amount (Pesos)

(1) (2) (3) (4) (5) (6)

Part B. Other General Requirements

B.1 Offices, Shops, Stores and Workmens

Accommodation for Contractor

Lump sum

1.00 In words : Pesos _____________

__________________________

_________ In Figures : Php _____________

___________________

In Figure : Php ____________

________________________

____________________________________

________________________

B.5 Project Billboard / Signboard

Each 2.00 In words : Pesos _____________

__________________________

_________ In Figures : Php _____________

___________________

In Figure : Php ____________

________________________

____________________________________

________________________

B.7(1) Occupational Safety and Health Program

Month 26.00 In words : Pesos _____________

__________________________

_________ In Figures : Php _____________

___________________

In Figure : Php ____________

________________________

____________________________________

________________________

133

B.8(1) Traffic Management Month 26.00 In words : Pesos __________________________

______________________ In Figures : Php

__________________________

______

In Figure : Php ________________________

____________________________________

________________________

____________

B.9 Mobilization /

Demobilization

Lump

sum

1.00 In words : Pesos

__________________________

______________________ In Figures : Php

__________________________

______

In Figure : Php

________________________

____________________________________

________________________

____________

B.10 Dayworks Lump

sum

1.00 In words :

Forty Four Million Pesos

In Figures : PhP 44,000,000

In Figure :

PhP 44,000,000

B.11 Provisional Sum Lump

sum

1.00 In words :

Forty Four Million Pesos

In Figures : PhP 44,000,000

In Figure :

PhP 44,000,000

B.12 Removal and Relocation of Utilities

Lump sum

1.00 In words : Pesos _____________

__________________________

_________ In Figures : Php _____________

___________________

In Figure : Php ____________

________________________

____________________________________

________________________

B.18(2) Craneway (Rental Basis)

Linear Meter

210.00 In words : Pesos _____________

__________________________

_________ In Figures : Php _____________

___________________

In Figure : Php ____________

________________________

____________________________________

________________________

134

B.24 General Scaffolding and Shoring (Temporary Pier)

Lump Sum

1.00 In words : Pesos __________________________

______________________ In Figures : Php

__________________________

______

In Figure : Php ________________________

____________________________________

________________________

____________

B.25 Detailed Engineering

and Architectural Design

Lump

Sum

1.00 In words : Pesos

__________________________

______________________ In Figures : Php

__________________________

______

In Figure : Php

________________________

____________________________________

________________________

____________

Total Cost Part B:

In words : Pesos ______________________________________________________________________________________________________________________

________________________________________________________ In Figures : PhP

__________________________________________________________

Prepared by:

_______________________________________________ Date:______ Name and Signature of Bidder’s Authorized Representative

________________________________________________ Position

________________________________________________ Name of Bidder

135

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government

Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES

PALANCA-VILLEGAS BRIDGE

Pay

Item

No.

Description

Unit

Quantity

Unit Price (Pesos)

Amount (Pesos)

(1) (2) (3) (4) (5) (6)

Part C. Earthwork Lump sum

1 In words : Pesos _____________

___________________________________

In Figures : Php _____________

___________________

In Figure : Php ____________

____________________________________

________________________

________________________

Total Cost Part C:

In words : Pesos __________________________________________________________

__________________________________________________________ In Figures : PhP

__________________________________________________________

Prepared by:

_______________________________________________ Date:______

Name and Signature of Bidder’s Authorized Representative ________________________________________________

Position ________________________________________________

Name of Bidder

136

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government

Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES

PALANCA-VILLEGAS BRIDGE

Pay

Item

No.

Description

Unit

Quantity

Unit Price (Pesos)

Amount (Pesos)

(1) (2) (3) (4) (5) (6)

Part D. Sub-base and Base Course

Lump sum

1 In words : Pesos _____________

___________________________________

In Figures : Php _____________

___________________

In Figure : Php ____________

____________________________________

________________________

________________________

Total Cost Part D:

In words : Pesos __________________________________________________________

__________________________________________________________ In Figures : PhP

__________________________________________________________ __________________________________________________________

Prepared by:

_______________________________________________ Date:______

Name and Signature of Bidder’s Authorized Representative ________________________________________________

Position ________________________________________________

Name of Bidder

137

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government

Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES

PALANCA-VILLEGAS BRIDGE

Pay

Item

No.

Description

Unit

Quantity

Unit Price (Pesos)

Amount (Pesos)

(1) (2) (3) (4) (5) (6)

Part E. Surface Course Lump sum

1 In words : Pesos _____________

___________________________________

In Figures : Php _____________

___________________

In Figure : Php ____________

____________________________________

________________________

________________________

Total Cost Part E:

In words : Pesos __________________________________________________________

__________________________________________________________ In Figures : PhP

__________________________________________________________

Prepared by:

_______________________________________________ Date:______

Name and Signature of Bidder’s Authorized Representative ________________________________________________

Position ________________________________________________

Name of Bidder

138

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES

PALANCA-VILLEGAS BRIDGE

Pay

Item No.

Description

Unit

Quantity

Unit Price

(Pesos)

Amount

(Pesos)

(1) (2) (3) (4) (5) (6)

Part F1 Bridge Construction (Main Bridge)

Lump sum

1 In words : Pesos _____________

__________________________

_________ In Figures : Php _____________

___________________

In Figure : Php ____________

________________________

____________________________________

________________________

Total Cost Part F1:

In words : Pesos

____________________________________________________________________________________________________________________ In Figures : PhP

__________________________________________________________

Prepared by: _______________________________________________ Date:______

Name and Signature of Bidder’s Authorized Representative

________________________________________________ Position

________________________________________________ Name of Bidder

139

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government

Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES

PALANCA-VILLEGAS BRIDGE

Pay

Item

No.

Description

Unit

Quantity

Unit Price (Pesos)

Amount (Pesos)

(1) (2) (3) (4) (5) (6)

Part F2 Bridge Construction (Approach Bridge)

Lump sum

1 In words : Pesos _____________

___________________________________

In Figures : Php _____________

___________________

In Figure : Php ____________

____________________________________

________________________

________________________

Total Cost Part F2:

In words : Pesos __________________________________________________________

__________________________________________________________ In Figures : PhP

__________________________________________________________

Prepared by:

_______________________________________________ Date:______

Name and Signature of Bidder’s Authorized Representative ________________________________________________

Position ________________________________________________

Name of Bidder

140

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government

Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES

PALANCA-VILLEGAS BRIDGE

Pay

Item

No.

Description

Unit

Quantity

Unit Price (Pesos)

Amount (Pesos)

(1) (2) (3) (4) (5) (6)

Part G. Drainage and Slope Protection Structures

Lump sum

1 In words : Pesos _____________

___________________________________

In Figures : Php _____________

___________________

In Figure : Php ____________

____________________________________

________________________

________________________

Total Cost Part G:

In words : Pesos __________________________________________________________

__________________________________________________________ In Figures : PhP

__________________________________________________________

Prepared by:

_______________________________________________ Date:______

Name and Signature of Bidder’s Authorized Representative ________________________________________________

Position ________________________________________________

Name of Bidder

141

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES

PALANCA-VILLEGAS BRIDGE

Pay

Item

No.

Description

Unit

Quantity

Unit Price (Pesos)

Amount (Pesos)

(1) (2) (3) (4) (5) (6)

Part H. Miscellaneous Structures

Lump sum

1 In words : Pesos _____________

___________________________________

In Figures : Php _____________

___________________

In Figure : Php ____________

____________________________________

________________________

________________________

Total Cost Part H:

In words : Pesos __________________________________________________________

__________________________________________________________ In Figures : PhP

__________________________________________________________

Prepared by:

_______________________________________________ Date:______ Name and Signature of Bidder’s Authorized Representative

________________________________________________ Position

________________________________________________

Name of Bidder

142

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government

Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES

PALANCA-VILLEGAS BRIDGE

Pay

Item

No.

Description

Unit

Quantity

Unit Price (Pesos)

Amount (Pesos)

(1) (2) (3) (4) (5) (6)

Part I. Electrical Lump sum

1 In words : Pesos _____________

___________________________________

In Figures : Php _____________

___________________

In Figure : Php ____________

____________________________________

________________________

________________________

Total Cost Part I:

In words : Pesos __________________________________________________________

__________________________________________________________ In Figures : PhP

__________________________________________________________

Prepared by:

_______________________________________________ Date:______

Name and Signature of Bidder’s Authorized Representative ________________________________________________

Position ________________________________________________

Name of Bidder

143

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government

Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES

EASTBANK-WESTBANK BRIDGE 2

Pay

Item

No.

Description

Unit

Quantity

Unit Price (Pesos)

Amount (Pesos)

(1) (2) (3) (4) (5) (6)

Part B. Other General Requirements

B.1 Offices, Shops, Stores and Workmens

Accommodation for Contractor

Lump sum

1.00 In words : Pesos _____________

__________________________

_________ In Figures : Php _____________

___________________

In Figure : Php ____________

________________________

____________________________________

________________________

B.5 Project Billboard / Signboard

Each 2.00 In words : Pesos _____________

__________________________

_________ In Figures : Php _____________

___________________

In Figure : Php ____________

________________________

____________________________________

________________________

B.7(1) Occupational Safety and Health Program

Month 36.00 In words : Pesos _____________

__________________________

_________ In Figures : Php _____________

___________________

In Figure : Php ____________

________________________

____________________________________

________________________

144

B.8(1) Traffic Management Month 36.00 In words : Pesos __________________________

______________________ In Figures : Php

__________________________

______

In Figure : Php ________________________

____________________________________

________________________

____________

B.9 Mobilization /

Demobilization

Lump

sum

1.00 In words : Pesos

__________________________

______________________ In Figures : Php

__________________________

______

In Figure : Php

________________________

____________________________________

________________________

____________

B.10 Dayworks Lump

sum

1.00 In words :

Eighty Three Million Pesos

In Figures : PhP 83,000,000

In Figure :

PhP 83,000,000

B.11 Provisional Sum Lump

sum

1.00 In words :

Eighty Three Million Pesos

In Figures : PhP 83,000,000

In Figure :

PhP 83,000,000

B.12 Removal and Relocation of Utilities

Lump sum

1.00 In words : Pesos _____________

__________________________

_________ In Figures : Php _____________

___________________

In Figure : Php ____________

________________________

____________________________________

________________________

B.18(2) Craneway (Rental Basis)

Linear Meter

500.00 In words : Pesos _____________

__________________________

_________ In Figures : Php _____________

___________________

In Figure : Php ____________

________________________

____________________________________

________________________

145

B.24 General Scaffolding and Shoring (Temporary Pier)

Lump Sum

1.00 In words : Pesos __________________________

______________________ In Figures : Php

__________________________

______

In Figure : Php ________________________

____________________________________

________________________

____________

B.25 Detailed Engineering

and Architectural Design

Lump

Sum

1.00 In words : Pesos

__________________________

______________________ In Figures : Php

__________________________

______

In Figure : Php

________________________

____________________________________

________________________

____________

Total Cost Part B:

In words : Pesos ______________________________________________________________________________________________________________________

________________________________________________________ In Figures : PhP

__________________________________________________________

Prepared by:

_______________________________________________ Date:______ Name and Signature of Bidder’s Authorized Representative

________________________________________________ Position

________________________________________________ Name of Bidder

146

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government

Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES

EASTBANK-WESTBANK BRIDGE 2

Pay

Item

No.

Description

Unit

Quantity

Unit Price (Pesos)

Amount (Pesos)

(1) (2) (3) (4) (5) (6)

Part C. Earthwork Lump sum

1 In words : Pesos _____________

___________________________________

In Figures : Php _____________

___________________

In Figure : Php ____________

____________________________________

________________________

________________________

Total Cost Part C:

In words : Pesos __________________________________________________________

__________________________________________________________ In Figures : PhP

__________________________________________________________

Prepared by:

_______________________________________________ Date:______

Name and Signature of Bidder’s Authorized Representative ________________________________________________

Position ________________________________________________

Name of Bidder

147

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government

Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES

EASTBANK-WESTBANK BRIDGE 2

Pay

Item

No.

Description

Unit

Quantity

Unit Price (Pesos)

Amount (Pesos)

(1) (2) (3) (4) (5) (6)

Part D. Sub-base and Base Course

Lump sum

1 In words : Pesos _____________

___________________________________

In Figures : Php _____________

___________________

In Figure : Php ____________

____________________________________

________________________

________________________

Total Cost Part D:

In words : Pesos __________________________________________________________

__________________________________________________________ In Figures : PhP

__________________________________________________________ __________________________________________________________

Prepared by:

_______________________________________________ Date:______

Name and Signature of Bidder’s Authorized Representative ________________________________________________

Position ________________________________________________

Name of Bidder

148

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government

Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES

EASTBANK-WESTBANK BRIDGE 2

Pay

Item

No.

Description

Unit

Quantity

Unit Price (Pesos)

Amount (Pesos)

(1) (2) (3) (4) (5) (6)

Part E. Surface Course Lump sum

1 In words : Pesos _____________

___________________________________

In Figures : Php _____________

___________________

In Figure : Php ____________

____________________________________

________________________

________________________

Total Cost Part E:

In words : Pesos __________________________________________________________

__________________________________________________________ In Figures : PhP

__________________________________________________________

Prepared by:

_______________________________________________ Date:______

Name and Signature of Bidder’s Authorized Representative ________________________________________________

Position ________________________________________________

Name of Bidder

149

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES

EASTBANK-WESTBANK BRIDGE 2

Pay

Item No.

Description

Unit

Quantity

Unit Price

(Pesos)

Amount

(Pesos)

(1) (2) (3) (4) (5) (6)

Part F Bridge Construction Lump sum

1 In words : Pesos _____________

__________________________

_________ In Figures : Php _____________

___________________

In Figure : Php ____________

________________________

____________________________________

________________________

Total Cost Part F:

In words : Pesos

____________________________________________________________________________________________________________________ In Figures : PhP

__________________________________________________________

Prepared by: _______________________________________________ Date:______

Name and Signature of Bidder’s Authorized Representative

________________________________________________ Position

________________________________________________ Name of Bidder

150

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government

Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES

EASTBANK-WESTBANK BRIDGE 2

Pay

Item

No.

Description

Unit

Quantity

Unit Price (Pesos)

Amount (Pesos)

(1) (2) (3) (4) (5) (6)

Part G. Drainage and Slope Protection Structures

Lump sum

1 In words : Pesos _____________

___________________________________

In Figures : Php _____________

___________________

In Figure : Php ____________

____________________________________

________________________

________________________

Total Cost Part G:

In words : Pesos __________________________________________________________

__________________________________________________________ In Figures : PhP

__________________________________________________________

Prepared by:

_______________________________________________ Date:______

Name and Signature of Bidder’s Authorized Representative ________________________________________________

Position ________________________________________________

Name of Bidder

151

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES

EASTBANK-WESTBANK BRIDGE 2

Pay

Item

No.

Description

Unit

Quantity

Unit Price (Pesos)

Amount (Pesos)

(1) (2) (3) (4) (5) (6)

Part H. Miscellaneous Structures

Lump sum

1 In words : Pesos _____________

___________________________________

In Figures : Php _____________

___________________

In Figure : Php ____________

____________________________________

________________________

________________________

Total Cost Part H:

In words : Pesos __________________________________________________________

__________________________________________________________ In Figures : PhP

__________________________________________________________

Prepared by:

_______________________________________________ Date:______ Name and Signature of Bidder’s Authorized Representative

________________________________________________ Position

________________________________________________

Name of Bidder

152

Department of Public Works and Highways (DPWH)

Contract ID : Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing

Pasig River and Manggahan Floodway, under China Government

Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-Westbank Bridge 2 (Design and Build)

Location of the Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES

EASTBANK-WESTBANK BRIDGE 2

Pay

Item

No.

Description

Unit

Quantity

Unit Price (Pesos)

Amount (Pesos)

(1) (2) (3) (4) (5) (6)

Part I. Electrical Lump sum

1 In words : Pesos _____________

___________________________________

In Figures : Php _____________

___________________

In Figure : Php ____________

____________________________________

________________________

________________________

Total Cost Part I:

In words : Pesos __________________________________________________________

__________________________________________________________ In Figures : PhP

__________________________________________________________

Prepared by:

_______________________________________________ Date:______

Name and Signature of Bidder’s Authorized Representative ________________________________________________

Position ________________________________________________

Name of Bidder

153

Department of Public Works and Highways (DPWH)

Contract ID :

Contract Name : Construction of the Proposed Five (5) Priority Bridges Crossing Pasig River and Manggahan Floodway, under China Government Financing Facility

Contract Package 2 – Palanca-Villegas Bridge and Eastbank-

Westbank Bridge 2 (Design and Build)

Location of the

Project

: City of Manila and Cainta, Rizal

BILL OF QUANTITIES SUMMARY

Pay

Item No.

Description

Unit

Quantity

Unit Price (Pesos)

Amount (Pesos)

(1) (2) (3) (4) (5) (6)

Part A Facilities for the

Engineer

In words : Pesos

__________________________

______________________ In Figures : Php

__________________________

______

In Figure : Php

________________________

____________________________________

________________________

____________

Part B Other General

Requirements

In words : Pesos

__________________________

______________________ In Figures : Php

__________________________

______

In Figure : Php

________________________

____________________________________

________________________

____________

Part C Earthwork In words : Pesos

__________________________

______________________ In Figures : Php

__________________________

______

In Figure : Php

________________________

____________________________________

________________________

____________

154

Part D Sub-base and Base Course

In words : Pesos __________________________

______________________ In Figures : Php

__________________________

______

In Figure : Php ________________________

____________________________________

________________________

____________

Part E Surface Course In words : Pesos

__________________________

______________________ In Figures : Php

__________________________

______

In Figure : Php

________________________

____________________________________

________________________

____________

Part F Bridge Construction In words : Pesos

__________________________

______________________ In Figures : Php

__________________________

______

In Figure : Php

________________________

____________________________________

________________________

____________

Part G Drainage and Slope

Protection Structures

In words : Pesos

__________________________

______________________ In Figures : Php

__________________________

______

In Figure : Php

________________________

____________________________________

________________________

____________

Part H Miscellaneous

Structures

In words : Pesos

__________________________

______________________ In Figures : Php

__________________________

______

In Figure : Php

________________________

____________________________________

________________________

____________

155

Part I Electrical In words : Pesos __________________________

______________________ In Figures : Php

__________________________

______

In Figure : Php ________________________

____________________________________

________________________

____________

TOTAL COST FOR THIS PROJECT:

In words : Pesos ____________________________________________________________________________________________________________________

____________________________________________________________________________________________________________________

In Figures : Php

___________________________________________________________________________________________________

Prepared by:

_______________________________________________ Date:______

Name and Signature of Bidder’s Authorized Representative ________________________________________________

Position ________________________________________________

Name of Bidder

156

SECTION X. Supplemental Specifications

157

INTRODUCTION

The Technical Specifications comprises of the General Specifications, Supplemental Specifications and Special Provisions. For the construction of government infrastructure

facilities, the general specifications for Department of Public Works and Highways, Bridges and Airports is to be adopted. Supplemental Specifications and Special Provisions which are additions to or revisions of the General Specifications, are prepared to cover the conditions

peculiar to a project. The Technical Specifications is composed of two parts;

Part 1 – Standard Specifications

DPWH Standard Specifications for Public works and Highways

2013 Edition: Volume II – Highways, Bridges and Airports

This is not a part of the bid documents to be issued by Employer. This is to be acquired by the Bidder at his own expenses at the Department of Public Works and Highways, Bonifacio Drive, Port Area, Manila, for references.

Part 2 – Supplemental Specifications The Supplemental Specifications are the Specifications for the items of work, which are not

covered by the Standard Specifications. They are numbered consecutively after the last item number in the related PART of the Standard Specifications with the item number preceded by and “SPL” to denote that the Technical Specifications is a Supplemental Specifications.

The DPWH Standards Specifications, Volume II, 2013 Edition, is composed of nine (9) parts,

Part A, Part B, and up to part I with each part (except for part I), providing the specifications

of work items belonging to a particular type of work or work grouping as follows:

PART A - Facilities for the Engineer

PART B - Other General Requirements

PART C - Earthwork

PART D - Subbase and base Course

PART E - Surface Course

PART F - Bridge /Road Construction

PART G - Drainage and Slope Protection Structures

PART H - Miscellaneous Structures

158

Part A – Facilities for the Engineer and Part B - Other General Requirements

prescribe some general requirements of the Contract in terms of “items of temporary

works or facilities” required for the proper prosecution and completion of the Project but

which do not necessarily become integral parts of the completed Project.

Part C to part G provide the specifications of permanent works with each part covering the

items belonging to the particular type of work that represents. The specifications permanent

work items are generally presented under five (5) distinct sections as follows:

1. Description of Work;

2. Material Requirements;

3. Construction Requirements;

4. Method of Measurement; and

5. Basis of Payment

Part H – Miscellaneous Structures provides the specifications for “items of permanent

works” regarding ancillary structures pertinent to highways, bridges and airport run-ways

that may not be properly classified as belonging to any of the particular types of work

represented by the earlier parts (Part C to G).

These Supplemental Specifications shall consist of modifications and additions to the

DPWH Standard Specifications, to adapt the latter to actual conditions and/or requirements

relative to this Project. Some of these modifications and modifications and additions may

actually be of general application but in the absence of supplemental specifications adopted

by the DPWH, subsequent to the publication of the DPWH Standard Specifications, 2013

Edition, Volume II – Highways, Bridges and Airports, these Supplemental Specifications

have been included in the Standard Specifications of this Project.

For Specification of other special items of work not included in the Specifications of this

Project, the corresponding standard specifications shall be deemed to apply:

AASHTO Standard Specifications for Highway Bridges, Seventeenth Edition, 2002

ASTM Standard Specifications

159

Part 1 – Standard Specifications

160

161

162

163

164

165

166

Part 2 – Supplemental Specifications

167

PART A – FACILITIES FOR THE ENGINEERS

A.1.1(7) Provision of Combined Field Office and Laboratory Building for the Engineer

(Rental Basis)

A.1.1(10) Provision of Living Quarters for the Engineer (Rental Basis)

A.1.1(11) Provision of Furniture/Fixtures, Equipment & Appliances for the Field Office for the Engineer

A.1.1(12) Provision of Furniture/Fixtures, Equipment & Appliances for Laboratory Building

for the Engineer

A.1.1(13) Provision of Furniture/Fixtures & Appliances for the Living Quarters for the Engineer

A.1.1(14) Provision of Laboratory Testing Equipment, Apparatus and Publications for the Engineer

A.1.1(16) Operation & Maintenance of Field Office for the Engineer

A.1.1(17) Operation & Maintenance of Laboratory Building for the Engineer

A.1.1(18) Operation & Maintenance of Living Quarters for the Engineer

A.1.2(3) Provision of 4x2 Pick Up Type Service Vehicle for the Engineer

A.1.2(6) Operation and Maintenance of 4x2 Pick Up Type Service Vehicle for the

Engineer

A.1.3(2) Provision of Survey Equipment for the Assistance to the Engineer

A.1.3(3) Provision of Survey Personnel for the Assistance to the Engineer

A.1.3(4) Provision of Laboratory Personnel for the Assistance to the Engineer

A.1.4(1) Provision of Progress Photographs

A.1.5(1) Provision of Communication Facility for the Engineer

A.1.5(2) Operation and Maintenance of Communication Facility for the Engineer

168

PART B – OTHER GENERAL REQUIREMENTS

B.1 Offices, Shops, Stores and Workmen’s Accommodation for Contractor

B.5 Project Billboard / Signboard

B.7(1) Occupational Safety and Health Program

B.8(1) Traffic Management

B.9 Mobilization / Demobilization

B.10 Day works

B.11 Provisional Sum

B.12 Removal and Relocation of Utilities

B.18(2) Craneway (Rental Basis)

B.24 General Scaffolding and Shoring (Temporary Pier)

B.25 Detailed Engineering and Architectural Design

169

PART A – FACILITIES FOR THE ENGINEER

A.1 REQUIREMENTS:

For Field Office, Laboratory Building and Living Quarters for the Engineers and

BMC-UPMO Staff:

1. The Contractor shall construct and maintain combined field office and materials testing

laboratory building and a separate building for the living quarter, including all necessary

electricity, water, drainage, sanitary facilities and telephone services for the use of the

Engineer and his staff. While constructing the said combined Field Office/Living

Quarters and laboratory Building for the Engineers and BMC-UPMO Staff, the

contractor shall rent temporary house (area is approximately 340 square

meters), which may be equivalent to 1 or 2 houses for 3 months. The field

office, quarters and laboratory to be constructed shall be a combination of pre-fabricated

metal components and concrete, all in accordance with the Standard Specification and

design shown on the approved Drawings. The individual building shall have at least the

floor area prescribed on the Plans and have a 24-hour security services. Both buildings

shall contain the equipment, supplies, furnishing, apparatus, and appliances specified in

Schedules A, B, C and D of this Special Provision. Testing equipment shall be brand

new when initially furnished and in accordance with Schedule E of this Specifications

and shall be located in the testing laboratory as required by the Engineer. The field

office, quarters and laboratory shall be ready for occupancy and use by the Engineer

within one hundred twenty (120) days of commencement of the Works and upon the

approval of the Engineer of the location and final plan. It is the intent of this

Specification to locate the field office, quarters and laboratory in government owned

lots so that the use by the government of these facilities can be maximized even after

the completion of the project. However, if no government lot is available, and the

building is to be erected on private property, it is the responsibility of the Contractor to

make the necessary arrangements with the landowners regarding the use of the lot

which shall not be less than 500 square meters in area and to remove and/or transfer,

if so required by the Engineer the improvements thereon, including all appurtenances

upon completion of Works and all costs incurred by the Contractor in connection with

rental or lease of such land shall be reimbursed by the government upon presentation

of duly accomplished and notarized Contract of Lease together with the official receipt

of payments made.

All facilities provided by the Contractor shall conform to the best standard for the

required types. On completion of the Contract, the facilities provided by the Contractor

including utilities and communication facilities shall be reverted to the Government

including office equipment, apparatus, pieces of furniture, laboratory equipment, etc.

The Contractor shall be responsible for raising the ground (if necessary), the grading

and provision of drainage facilities in the vicinity of the facility with suitable access walkways,

seeding and sodding of the ground around as directed and approved by the Engineer. Also,

170

the Contractor shall construct a parking area at the compound near the building and a

satisfactory access road to the parking area. The Contractor shall be responsible for the

maintenance and protection of all facilities to be provided during the entire duration of the

Contract including provision of adequate stock of all expendable items, such as light bulb, light

tubes, laboratory equipment and supplies, etc., at all times, to ensure proper and continuous

functioning of all the Engineer’s facilities.

The whole area of the Engineer’s compound shall be fenced and provided with

necessary gates and outside lighting around the building and parking to the satisfaction of the

Engineer.

The buildings shall be provided with air-conditioning system, complete with all

standard accessories which will operate on a 220-volt, 60 cycle, 2-phase current at the location

and quantity/capacity reflected per approved Plans which can cool and dehumidify the air.

The Contractor shall provide within thirty (30) days after receipt of Notice to Proceed

a sufficient supply of all normal stationary, printing papers, laboratory and testing materials,

consumable items specified under Schedule D, all as required and upon the discretion of the

Engineer.

It shall be understood that if the Contractor cannot provide the articles as described

or intends to supply equivalent substitutes, the Engineer may execute their availability and

the Contractor shall pay therefore as certified by the Engineer or the Engineer shall have the

right to deduct the sums from any money which is due or which will become due to the

Contractor.

2. All test and quality control works shall be done by the Contractor’s Materials Testing and

Laboratory Staff under the direct supervision of the Engineer. The Contractor shall also

provide qualified and experienced laboratory staff to carry out all materials quality

control and all the tests specified in the Contract as required by the Engineer. The person

so appointed by the Contractor to manage the laboratory shall be well experienced in

the type of work to be undertaken and shall be subject to the approval of the Engineer.

He shall work full time and shall be responsible to the Engineer for all works carried out.

All tests shall normally be carried out on the site, except that, certain special tests be

carried out at an approved independent testing laboratory. The Contractor shall make

all necessary arrangements for the supply and delivery of samples to, and collection of

samples from such laboratory. He shall arrange for one copy of the independent testing

laboratory’s test certificate to be delivered to the Engineer not less than three days

before the materials covered by the relevant test certificate are incorporated into the

works, and the test certificate shall be related to the materials from which the samples

were taken. It shall be reiterated that all test and quality control works shall be the

responsibility of the Contractor. The Engineer shall define from the beginning of the

works, and in accordance with the Specifications, all test to be performed for each kind

of materials and/or works, together with the corresponding frequencies to be used and

171

amend such statement from time to time during the progress of work if deemed

necessary.

3. The telephone service shall have two separate direct landlines for the exclusive use of

the Engineer and his staff. One of these connections shall be a dedicated facsimile service line

and both shall have direct dial service available.

4. In lieu of telephone landline service, alternative communication equipment shall also

be provided by the Contractor to the Engineer for the whole duration of the Contract. This

mobile equipment shall be of good quality and ready for use, complete with accessories for

the exclusive use of the Engineer as specified in Subsection A.1.4 of this Special Provision.

The communication equipment shall be provided not later than thirty (30) calendar days after

the receipt of the Notice to Proceed. Failure on the part of the Contractor to provide such

equipment within the time stipulated, the Engineer shall be entitled to take such action as he

may be deemed necessary, and charge all relevant expenses to the Contractor by deducting

the amount from his billings. The communication equipment will, at the end of the project,

become the property of the Owner.

5. By way of maintenance, the Contractor shall provide the necessary personnel to

maintain the facilities in good operating condition and adequately safeguard and secure the

building, equipment and property day and night, regularly and properly cleaned, and to take

care with household helps, all as directed and approved by the Engineer.

6. Any portable offices required in the Contract shall be dismantled, moved and erected

from time to time as directed by the Engineer.

7. Engineer’s field office and testing laboratory shall be efficiently guarded at all times of

the day and night, regularly and properly cleaned, adequately supplied and maintained for the

duration of the Contract. Appropriate signs shall be installed to identify the “Engineer’s

Compound” to the public and etc.

8. Building for the Engineer’s field office, staff quarter and laboratory must be located in

an area free of air pollution and noise from any constructional plant or construction

operations.

9. The building shall be structurally sound, weather tight with floors raised above to a

grade that will keep it completely free from flooding or to prevent inundation during

rainy season and shall be provided with a minimum ceiling height of 3.0 meters and roof

eaves of at least 1.5 meters from the walls, unless otherwise specified in the Plans.

10. Buildings required for storage of materials shall be suitably insulated to prevent

deterioration of the stored materials.

172

11. Field offices and storage sheds should be installed on proper foundations and provided

with connections for utility services. In the absence of potable water supply system

within the area, the Contractor shall construct and install a 3,000 liters capacity

pressurized or elevated water tank with two (2) hp deep well pump or equivalent to

sufficiently supply the requirements of the Engineer’s Compound.

12. Materials, equipment and furnishings used in the buildings must be brand new when

initially furnished and adequate for the required purpose, and must not violate applicable

codes or regulations. All installations, fixtures, fittings and accessories shown are to be

understood as minimum requirements only and shall not restrict the Engineer from

ordering the Contractor to provide supplementary provision. In the absence of any

details or Specifications or Provisions for the purpose of making alternations or

amendments to the pay items, the Contractor shall seek approval of the Engineer.

13. The Contractor shall, for the duration of the Contract, provide to the Engineer’s field

office, staff quarters and laboratory all services including electricity, telephone, gas,

pressurized piped water, clean drinking water and trouble-free sewage disposal, all at no

additional cost to the Employer. A standby electricity generator of 220 Volt, 10,000-Watt

minimum capacity, shall be provided by the Contractor at the Engineer’s field office, quarters

and laboratory in the event of a failure in the main supply. The generator shall be housed in

solid concrete bunkers to minimize the noise of their operation and for the same reason shall

be located remotely from the building it is servicing and also from all local habitations.

14. The Contractor shall provide adequate firefighting equipment in all camps, offices,

stores and workshop areas including the office building provided for the Engineer, to meet

the minimum requirements of fire safety regulations.

15. Towards the completion of the Project, the Contractor shall repair or rehabilitate the

combined Field Office and Laboratory Building and Living Quarters for the Engineer prior to

turning-over these facilities and become the property of the Owner. Payments for these works

shall be taken from the provisional sum provided in the Provisional Sum (PART I – Provisional

Sum).

For Furniture, Fixtures and Appliances

The furnishings for the building shall be provided in accordance with the following schedules:

SCHEDULE A – FIELD OFFICE

Quantity/Unit Description

173

10 pcs. Executive Desk, 75 cm x 150 cm, 3 drawers on right side and

one center drawer with locks and keys, dark brown, non-gloss

varnish, KD tanguile or equivalent

10 pcs. Executive Swivel Chair with rollers, padded seat and cushioned

backrest and arm rest, dark brown synthetic leather upholstery

20 pcs. Office desks, 70 cm x 120 cm, dark brown non-gloss varnish, 3

drawers on right side and one center drawer with locks and

keys, KD tanguile or equivalent

20 pcs. Swivel chair on rollers with arm rest, cushioned seat and back

rest, dark brown

2 pcs. Conference Table, 150 cm x 240 cm, KD tanguile or equivalent,

8 seats setting with chairs

20 pcs. Standard chair, KD tanguile or equivalent, with padded seat and

backrest of dark brown, non-gloss varnish

6 pcs. Bookshelf, 120 cm long with 3 shelves, 32 cm deep, KD tanguile

or equivalent, dark brown, non-gloss varnish

20 pcs. Scientific Calculator with at least 12-digit display , battery

operated

8 pcs. Steel filing cabinet, 4 drawers, fire resistant, with lock and key

4 unit Office Color Copier Machine, plain paper, capable of

accommodating A3 size paper with reduction and enlarging

function

14 units Air Conditioner (Window Type), 1.50 HP, 220 V AC, with

timer complete with standard accessories

2 units HP A3 size Scanner including scan software with SCSI Card or

USB Connector (Latest Model)

6 units Color Printer, A4 – A3 paper size capacity

2 units Laser Jet Printer

2 units Plotter capable of accommodating A1 size paper

2 units Fax Machine

10 units Laptop – Intel Core i7 (7500U up to 3.50GHz), intel chipset, 3MB

cache, 4GB DDR3, ITB 5400 rpm SATA, DVD-ROM 16x DVD+/-

RW, 14” Diagonal HD LCD/LED widescreen display, 3 USB 2.0

ports, Licensed OEM Windows 10 Professional

174

10 units Intercore i7-7700-3.6 Ghz (latest model), Intel Chipset, USB

Ports, 4GB RAM Memory DDR3 SDRAM, 1333 Mhz memory 1 TS

SATA 7200 rpm hard disk drive, UPS with AVR (A.P.C.) DVD-

ROM 16x Optical Drive, 17 LCD/LED SGVA Flat Panel Screen

monitor, Micro tower w/ 4 expansion slots casing, dust cover,

standard windows keyboard & 2 button optical mouse, 2

external speakers-minimum 3 watts, modem riser card Fast

Ethernet LAN Card, 10 base – T LAN Twist Pair straight cable

10m length with connectors. Licensed OEM Windows 10

Professional 64-bit (w/ original CD media installer or original

recovery CD media w/ OS included)

10 pcs. Standard Computer Table with swivel chair

10 sets Auto Voltage Regulator, 1000 watts, UPS and Wet Cell

2 unit Magnetic Whiteboard, 4’ x 8’ on roller stand usable both sides

6 units 16” Electric Stand Fan, 3D or equivalent

6 sets Operation Fire Extinguisher, 10 lbs.

2 units Electric Air Pot, 3.5 liters capacity

2 units Digital camera, 10.0 mega pixels zoom lens

2 units Camera, 35 mm type with built-in flash, date display, auto-frame

advanced features; auto-rewind feature; with enough zooming

lens distance and carrying case, Canon or equivalent

10 pcs. Wall Clock

30 pcs. Stapler, Heavy Duty (125/24)

2 pcs. Three Hole Puncher

4 pcs. Exhaust Fan (window type)

2 sets First Aid Kit

SCHEDULE B – LABORATORY BUILDING

Quantity/Unit Description

2 pcs. Laboratory Working Table, 120 cm x 240 cm, KD tanguile or

equivalent, dark brown, non-gloss varnish, formica top with

aluminum edging, solid wood legs and frames

10 pcs. Chairs with backrest, KD tanguile or equivalent, dark brown,

non-gloss varnish

175

2 pc. Drafting table, 80 cm x 120 cm, KD tanguile or equivalent,

including drafting stool with padded seat of synthetic leather

upholstery

6 pcs. Bookshelf, 140 cm long with 3 shelves, 32 cm deep, KD tanguile

or equivalent, dark brown, non-gloss varnish

4 pcs. Typist table, dark brown, non-gloss varnish, 80 cm x 120 cm,

KD tanguile or equivalent, incl. swivel chair on rollers, padded

seat and backrest with armrest

6 pcs. Steel filing cabinet, 4 drawers, fire resistant, with lock and key,

type ACME steel deluxe, dark green paint or equivalent

2 pcs. Steel horizontal plan file cabinet, 5 drawers with dark green

paint

6 sets Core i-7 computer, 4G RAM, 1TB HDD, Win 8 OS incl. Licensed

MS Office Applications

6 units Air Conditioner (Window Type), 1.0 HP, 220 V AC, with timer

complete with standard accessories

2 pcs. White Board, 1.50 m x 1.0 m

10 units Scientific Calculator, battery operated

2 unit Desk calculator with registering tape, Casio or equivalent

2 unit Electric Typewriter

10 units Desktop Lamp, clamp type, 10W

6 units Side table, 0.60 m x 0.60 m, tanguile, non-gloss varnish

6 sets Computer table (with built-in rollers) and swivel cushioned chair

on rollers

2 units Cleaning Vacuum Machine with attachments (1000w)

2 unit Gas Stove with two (2) burner complete with hose, regulator

and LPG tank

6 units 16” Electric Stand Fan, 3D or equivalent

6 sets Operation Fire Extinguisher, 10 lbs.

2 units Electric Air Pot, 3.5 liters capacity

2 pcs. Wall Clock

2 pcs. Hot and Cold Water Dispenser

176

10 sets Trash bin, large

6 sets Auto Voltage Regulator, 1000W, UPS and Wet Cell

2 pcs. Exhaust Fan (window type)

SCHEDULE C – LIVING QUARTERS

LIVING ROOM

Quantity/Unit Description

2 pcs. Long sofa with padded arm and backrest, synthetic

upholstery

4 pcs. Sofa lounge chairs, with padded arm and backrest, synthetic

upholstery

20 pcs. Chairs, upright with padded seat and backrest

10 units Air Conditioner (Window Type), 1.0 HP, 220 V AC, with timer

complete

6 pcs. 16” Electric Stand Fan, Standard or equivalent

2 units 32" LED Color TV, Hi-Fi Stereo or equivalent

2 pcs. Wall Clock

24 lot Venetian blinds for all windows

DINING ROOM/KITCHEN

Quantity/Unit Description

2 units Dining Table for 8 persons, KD Tanguile, dark brown, non-

gloss varnish with 6 mm thick glass top

16 pcs. Chairs with backrest, KD tanguile, dark brown, non-gloss

varnish

2 units Gas Stove with 2 burners, complete with hose, regulator and

LPG tank

2 pcs. Hot and Cold Water Dispenser

4 units Exhaust Fan, 400 mm; 3D or equivalent

2 units Refrigerator (10 cu.ft.), 2 door

177

6 units Fire Extinguisher, 10 lbs.

2 pc s Rice Cooker (10 cups capacity)

2 pcs Kettle, Stainless Steel, whistling type, 2.0 liters capacity

2 units Electric Airpot, 3.5 liters capacity, Tiger brand or equivalent

2 units Cupboard, KD tanguile, 122 cm wide x 32 cm deep with 5

shelves and panel doors with appropriate locks and keys,

painted

2 lot Kitchen Wares – (spoon, forks, knives, cups & saucers,

serving plates, placemats, rice plates, pitchers, drinking

glasses, kitchen knives, ash trays, bolos, casserole, frying

pan, canister and other cooking utensils) for at least 10

persons

BEDROOM AND BATHROOM

Quantity/Unit Description

14 pcs. Single Size Bed, 90 cm x 187 cm, with 10 cm thick foam

rubber mattress

14 pcs. Double deck bed with 10 cm thick foam rubber mattress

14 pcs. Clothes Chest (Made Four-Part Compartment of Hard Poly

Fiber Plastic)

30 pcs. Bed Pillows, 40 cm x 90cm x 15cm

30 pcs. Pillow Case, cotton, 55 cm x 90 cm

28 pcs. Bed Sheets, cotton, 150 cm x 200 cm

28 pcs. Blankets, double size, cotton

2 pcs. Bathroom Mirror, 40 cm x 60 cm., wall mounted

10 pcs. Waste basket/Trash Bin

2 units Washing Machine, fully automatic with dryer

2 pcs. Electric Hot Iron with temperature control and foldable

ironing table with pad

For Operation and Maintenance

It shall be understood that if the Contractor is unable to provide any of the items/ articles

described herein, the Engineer when required, has the right to secure such articles and shall

178

have the right to deduct the sums from any money due or which may become due to the

Contractor, whichever is convenient to the Engineer.

SCHEDULE D – FIELD OFFICE, LABORATORY BUILDING AND LIVING QUARTERS

The Contractor shall provide regular supply of consumable items per month required for the

Engineer’s facilities, as listed hereunder.

D.1 MAINTENANCE STAFF

Quantity/Unit Description

Field Office

2 mo. Clerk/Encoder

3 mo. Watchman/Security Guard

1 mo. Cook/Utility Man

Laboratory Building

2 mo. Laboratory Aide

1 mo. Messenger/Utility Man/Machine Operator

3 mo. Watchman/Security Guard

Living Quarters

3 mo. Watchman/Security Guard

1 mo. Cook/Cleaner

1 mo. Laundry Woman

D.2 MISCELLANEOUS

62 mos. Water Bill

62 mos. Electric Bill

62 mos. Telephone Bill

D.3 OFFICE SUPPLIES (to be provided only on the 1st month)

4 pcs. Stapler

4 pcs. Staple Remover

4 pcs. Puncher, two (2) hole

4 pcs. Tape Dispenser

179

10 pcs. Incoming/Outgoing Table Tray

4 pcs. Triangular Scale, Metric

4 pcs. Triangle, 30 x 60 x 12”

4 pcs. Triangle, 45 x 45 x 12”

20 pcs. Mechanical Pencil (0.5mm)

4 pcs. Pencil Sharpener (table top)

6 pcs. Scissors

2 pcs. Steel Ruler (36 inches)

2 pcs. White Board

2 pcs. Bulletin/cork board, (2’ x 3’)

4 sets Stamp Pad with ink

4 pcs. Heavy Duty Cutter

2 rolls Tracing Paper

2 rolls Cross Section Paper

2 sets Colored Pencil, 12 pc/set

2 sets Technical Pen with box 0.1-0.2

24 pcs. Field Book

24 pcs. Record Book (100 Leaves)

2 pcs. T-Square, 90cm long

2 pcs. USB Flash Drive, 16 Gig

2 sets First Aid Kit

2 units Mineral Water with Dispenser (rent)

D.4 SUPPLIES (monthly)

4 sets Cartridge (computer/printer ink), colored

4 sets Cartridge (computer/printer ink), black

20 reams Bond Paper, A4 size

10 reams Bond Paper, A3 size

180

2 reams Bond Paper, Long

4 pads Yellow Pad Paper

2 boxes Steadler Pencil

2 boxes Ball Pen

2 boxes Sign Pen

2 boxes Eraser (ink, pencil)

8 pcs. Correction Fluid/Pen

4 rolls Scotch Tape

4 rolls Masking Tape

4 rolls Magic Tape, 18 mm, 3mm

4 doz Dry Battery, AA energizer or equivalent

4 boxes Staple Wire

4 boxes Paper Clip, 100pcs./box, 33mm

24 pcs. Brown Envelope, Long

24 pcs. Brown Envelope, Short

24 pcs. Expanding Envelope, Long

24 pcs. Letter Envelope, White

24 pcs. Letter Envelope, Brown

24 pcs. Folder, Long

24 pcs. Folder, Short

24 pcs. Folder, A4

4 tubes Pencil Lead, 0.5 mm

2 box Cutter Blade

12 pcs. Pentel Pen (assorted color)

12 pcs. White Board Marker

2 boxes Marker, Stabilo (assorted color)

4 bot. Paper Glue

181

6 pcs. Paste in Plastic Tube (Scotch Glue Stick)

6 pcs. Transcend USB, 16 GB

2 pcs. Toner (laser printer & copy machine)

4 pcs. Field Book

4 pcs. Record Book (100 leaves)

2 boxes Fastener

2 pcs. Ink Eraser

0.50 roll Cross-section paper

0.50 roll Mylar

4 pcs. Rewritable CD

2 sets Replacement of First Aid Kit

40 rolls Toilet Paper

4 pcs. Insect Spray (Baygon, 350g)

6 pcs. Toilet Deodorant

2 pcs. LED Bulb, 60-100W

2 pcs. LED Bulb, 20-40W

6 pcs. Toilet Soap

6 pcs. Floor Mop Rug

2 sets Broom and dust collector

10 pcs. Rubbing Alcohol, 500 ml

90 gal Mineral Water

182

For Transport Vehicles for the Engineers and BMC UPMO Staff

The Contractor shall provide, within thirty (30) calendar days after notice to commence work,

transport vehicles purchased and to be turn over to the government upon the completion of

the project herein specified and listed in the Bill of Quantities for the exclusive use of the

Engineer and his staff. The vehicles to be provided by the Contractor shall be brand new,

latest model, with car air conditioner and car GPS accepted and approved by the Engineer. All

vehicles shall be registered and comply in all respects with all relevant Philippine National or

Local Laws, statutes and regulations. All vehicles shall carry or be fitted with the accessories

as may be prescribed by law and shall have comprehensive/liability insurance and all

necessary tools for minor repair. The vehicles on delivery shall be driven by a competent,

qualified and experienced driver who shall be approved and under the direct orders of the

Engineer.

The Contractor shall maintain the vehicles in first class condition and they shall be supplied

with appropriate fuel and lubricants, spare tires, servicing and minor repair at all times. He

shall provide equivalent substitute vehicles during any period when the specified vehicles are

taken out of service for maintenance, major repair or any other reason. If the Contractor fails

to comply with this requirement, the Engineer shall be entitled to provide the equivalent

vehicles in a way he deems fit under the government regulations and charge the cost to the

Contractor which shall be reimbursed upon presentation of the necessary supporting

documents. The ownership of the vehicles at the end of Contract period or upon the final

acceptance of the project shall be reverted to the Government.

The quantity and types of vehicles to be provided by the Contractor shall be:

Quantity Description

10 4x2 Pick Up Type Service Vehicle

Communication Equipment for the Engineers

The Contractor shall provide the following brand-new communication equipment for the

exclusive use of the Engineers and staffs:

Quantity Description

15 units Communication Equipment (Latest Model of MMS Mobile)

with Geotagging

The communication equipment must have a feature and services to offer such as call and text

messaging, call forwarding, call waiting, calculator, alarm clock, automatic redial and other

link services.

The Contractor shall provide the communication equipment within thirty (30) days from the

issuance of the Notice to Commence. This equipment shall become the property of the

Government upon completion or on final acceptance of the contract.

183

For Materials Testing Laboratory

Specific requirements shall be in accordance with Section A.3, Material Testing Laboratory and

Services.

For Progress Photographs

The Contractor shall provide progress photographs, taken when and where as directed by the

Engineer at intervals of not more than twenty-five (25) days to record the exact progress of

the Construction Works. The Contractor shall provide one proof print of each photograph

taken, have the memory chips/card ready on hand and submit to the Engineer after taking at

least 160 shots of photographs for safekeeping and ten (10) copies of any photographs taken

selectively by the Engineer. These photographs shall have the signature of the Engineer with

copies furnished the Contractor. The photographs retained by the Engineer will become the

property of the Employer and the Contractor shall supply approved albums to accommodate

them, so arranged in consecutive order in accordance with the construction program executed

and approved. Each album shall show the name of the project on the cover and shall contain

a location map of the construction site. A set of photographs shall consist of ten (10) print

copies each of the selected photographs and the stored chips/memory card containing at least

160 shots progress photograph.

The following occasions or events shall be observed on the selection of photos:

1). When a portion of the works is difficult or impossible to inspect after a particular

activity or operation or where a portion will be covered by backfill or filling materials, i.e.,

unsuitable excavations, after completion and acceptance of a work section by the Engineer.

2). When and where special or unusual features of the work or latent conditions on the

site are present, i.e., soft rock or hard rock and unsuitable excavations.

When submitting such photographs, the Contractor is required to observe that:

a). An indicator such as scale, pole or similar item shall be placed thereon to signify or

illustrate the relative dimensions of the pictures.

b). Each picture shall be captioned and identified as to date, location, description of the

work in progress or completed operation or activity or presence of unusual features.

c). Each picture shall be properly referenced.

d). The picture shall be clearly discernible, in color having a dimension of not less than 3R

size or more.

Assistance to the Engineer

The Contractor shall at all times during the duration of the Contract, provide for the use of

the Engineer all equipment, instruments and apparatus, all information and records, and

184

qualified personnel and laborers required by the Engineer for inspecting and measuring the

Works.

The Contractor shall provide the following surveying instruments on rental basis and

survey personnel, to wit;

1 Total Station with Tripod, reading to an accuracy of 3 seconds,

"Sokkia: or equivalent"

2 sets

2 Automatic Level, complete with tripod preferably "wild" or equivalent 2 sets

3 Range Poles (3 m long) 4 each

4 Levelling Rod, Philadelphia type or approved equivalent 6 each

5 5 m Steel tape, K & E or approved equivalent 2 each

6 3 m Steel tape, K & E or approved equivalent 2 each

7 Survey Umbrellas 2 each

8 Claw Hammers 4 each

9 Waterproof clothing (coat, rubber boots and hard hat) 20 set

10 Drones 2 each

11 Survey Personnel:

a.) Surveyor one (1)

b.) Instrumentman two (2)

c.) Survey Aides four (4)

d.) AutoCad Operator four (4)

Adequate supply of pegs, concrete blocks, survey monuments, paints, hammer, straight

edge, steel tape (3- meter and 5-meter long with stop locking system) and other materials

as directed by the Engineer necessary for the execution of the work shall be supplied by

the Contractor.

All above-enumerated equipment and instruments provided by the Contractor for the use

of the Engineer shall be paid for under “Rental Basis” per month and shall remain the

property of the Contractor. The provision of qualified survey personnel listed shall be paid

to the Contractor on the number of personnel supplied per month. The C.E. assistants

shall not be measured for direct payment but shall be considered as subsidiary to other

Pay Items provided in the Bill of Quantities.

All equipment, instruments and apparatus provided by the Contractor for the use of the

Engineer shall be the property of the Government. The provision of qualified survey personnel

listed shall be paid to the Contractor on the number of personnel supplied per month.

Provisional Facilities

In the interim period between the start of contract time and the construction until occupancy

of the specified facilities to the Engineer, the Contractor shall provide provisional substitute

facilities. During the said period, he shall lease spaces acceptable to the Engineer, for use as

field office and staff quarters in the immediate vicinity of the project, not less than 500 square

185

meters in area. He shall provide provisional vehicles acceptable to the Engineer until the

specified vehicles are delivered. For the quality control of materials and the Works, testing

shall be undertaken at the laboratory of the Bureau of Research and Standards of the DPWH

Region Office, or at another laboratory acceptable to the Engineer with the cost thereof for

the account of the Contractor.

If the provisional facilities are not provided by the Contractor as specified, the Engineer may

lease or rent such facilities and the cost thereof shall be immediately reimbursed to the

Engineer by the Contractor. In the event that the Contractor fails to provide the specified

facilities within the specified period, the Contractor shall continue to lease or rent and maintain

the provisional facilities at his expense until the specified facilities are made fully available to

the satisfaction of the Engineer.

Ownership of the Facilities

The specified facilities provided by the Contractor and paid for directly by the Government

shall revert to the government upon their full payment. Ownership of facilities provided under

subsection A.1.7 shall remain the property of the Contractor upon final acceptance of the

project wherein their provision has been on a rental basis under the terms approved by DPWH.

MEASUREMENT AND PAYMENT

No specific measurements will be taken for the items in this section. Payment shall be

made under the following pay items included in the Bill of Quantities. Such payments

shall be full compensation for furnishing, maintaining and insuring against loss of the

facilities and equipment specified including removal and restoration of the site(s). The

requirement that ownership of facilities shall revert to the government shall not apply if

such facilities are provided on rental basis under terms approved by the DPWH.

Measurement

A. Field Office, Living Quarters and Laboratory and Compound for the Engineers.

1) The provisions for Field Office, Laboratory and Living Quarters for the Engineer

occupancy on rented building shall be the number of buildings occupied and the

requirements specified on this Specification.

Payment of rental rate shall be made on a monthly basis as specified in

the contract and upon presentation of the invoice/official receipt made by the Contractor,

until the Engineer occupancy of the allotted buildings. Unit of measurement and payment

is “Month”.

2) The quantities for the provision of furniture, equipment, apparatus and appliances

for the Combined Field Office and Laboratory and Living Quarters for the Engineer, shall

be the number of each type of furniture, equipment, apparatus and appliances supplied

186

and as listed in Schedules A, B, C and E. This item shall be paid at the “Lump Sum”

price upon delivery of furniture, apparatus, appliances, equipment, etc. and upon its

approval/acceptance by the Engineer.

3) Operation and maintenance of Field Office, Laboratory, Living Quarters and

Compound shall include salaries and wages of personnel and janitors, provision of

security, provision of water and electricity 24 hours daily, up keeping of landscape and

site sanitary facilities, consumables, progress reports, repairs of items 1 and 2 above,

maintenance and replenishment of equipment and reagents, publications, protective

clothing, etc., and shall be paid for from the date the Engineer occupies the same until

completion of the Contract. Unit of measurement and payment is “Month”.

4) Stationary, office supplies and other consumable stores listed in Schedule

D will not be measured and paid separately but deemed to be included in

the operation and maintenance of the Office/Laboratory and Engineer’s

Quarters.

B. Vehicles for the Engineer and Staff

The quantities for the provision of transport vehicles for the Engineer basis shall

be the number of vehicles supplied as listed in Subsection A.1.3, including registration,

expenses for operation and maintenance including driver, yearly renewal of registration

and comprehensive insurance of the vehicles for the Engineer, shall be measured in

“Vehicle-Month” from the date the Engineer is supplied with each type of vehicle until the

completion and/or final acceptance of the project.

C. Assistance to the Engineer

Quantities for the provision of survey equipment/instrument and materials for

the Engineer shall be as specified in Subsection A.1.7 and upon complete delivery of

equipment and acceptance by the Engineer and shall constitute rental for the operation

and maintenance of the apparatus and other incidentals. However, the salaries and wages

of survey personnel supplied shall be paid per “Month” basis dependent of the number of

men approved and accepted by the Engineer reckoned from the commencement until

completion and/or final acceptance of the project.

D. Colored Progress Photographs (Digital)

This item consists of the supply of equipment and materials, i.e., album, chips, necessary

to undertake photographic progress activities of the project and of all costs incidental to

the preparation and submission of photographs. The quantities for photographs shall be

one (1) set of photographs per month selected and provided as “Progress Photographs”

(Digital). Unit measurement and payment shall be “set”.

187

E. Communication Facilities for the Engineer

This item consists of the provision of communication equipment, its operation

and maintenance as specified in Subsection A.1.4 The provision of communication

equipment shall be the total number and type of equipment and accessories supplied.

The unit of measurement and payment is “Month”, which payment includes maintenance

and provision of cell cards for the cellular phone until completion of the Contract.

Payment

Payment will be made under:

A.1.1 (7) Provision of Combined Field Office and Laboratory mo.

Building for the Engineers (Rental Basis)

A.1.1 (10) Provision of Living Quarters for the Engineer mo.

(Rental Basis)

A.1.1(11) Provision of Furniture/Fixtures, Equipment and l.s

Appliances for the Field Office for the Engineer

A.1.1(12) Provision of Furniture/Fixtures, Equipment and l.s

Appliances for Laboratory Building for the Engineer

A.1.1(13) Provision of Furniture/Fixtures and Appliances l.s

for the Living Quarters for the Engineer

A.1.1(14) Provision of Laboratory Testing Equipment, Apparatus l.s

and Publication for the Engineer

A.1.1(16) Operation and Maintenance of Field Office for the mo.

Engineer

A.1.1(17) Operation and Maintenance of Laboratory Building mo.

188

for the Engineer

A.1.1(18) Operation and Maintenance of Living Quarters for the mo.

Engineer

A.1.2(3) Provision of 4x2 Pick Up Type Service Vehicle for ea

the Engineer

A.1.2(6) Operation and Maintenance of 4x2 Pick Up Type mo

Service Vehicle for the Engineer

A.1.3(2) Provision of Survey Equipment for the Assistance to l.s

the Engineer

A.1.3(3) Provision of Survey Personnel for the Assistance to l.s

the Engineer

A.1.3(4) Provision of Laboratory Personnel for the Assistance to l.s

the Engineer

A.1.4(1) Provision of Progress Photographs ea

A.1.5(1) Provision of Communication Facility for the Engineer ea

A.1.5(2) Operation and Maintenance of Communication Facility mo.

for the Engineer

189

FOR MATERIALS TESTING LABORATORY AND SERVICES

This work shall consist of furnishing and maintaining laboratory and field testing facilities, and

equipment, on rental basis, and materials and labor to ensure compliance with the various

material and construction technical specifications and requirements included in the Contract.

Generally, all sampling and testing work will be carried out by the Contractor under the

direction and supervision of the Engineer. The Contractor shall also provide an independent

transport vehicle for the exclusive use of the laboratory personnel to ensure prompt delegation

of duties.

Testing services shall include but not be limited to the following items:

1. Soils

2. Aggregates

3. Hydraulic Cement and Concrete Mixture

4. Reinforcing and Structural Steel

5. Metals, Admixtures, Paints, and Miscellaneous Materials

A representative listing of the minimum test equipment has been included in Schedule E -

Laboratory Testing Equipment, Apparatus and Appliances. The items and quantities provided

shall be used as a guide only. The Contractor shall be responsible in providing additional and

sufficient testing equipment and staff at various locations to ensure specifications-contract

compliance and as may be directed by the Engineer.

Independent quality assurance testing to be performed by the Engineer and/or Employer is

not included in this Item.

Execution Requirements

Materials Testing Laboratory

The laboratory shall be laid out in accordance with the existing plan of the rented building(s)

or as directed by the Engineer for the accommodation and operation of the apparatus needed

for the performance of all tests specified or required as well as to provide office facilities for

the testing personnel of both Contractor and the Engineer.

The laboratory shall be in a concreted floor and be provided with waste water drainage

facilities.

Offices shall be fitted with single air-conditioning units of at least 1500 watts’ capacity each,

and shall comply with all other requirements of this Specifications.

The interior fixtures for the building shall be furnished with work benches, cupboards, lock-

up storeroom, cabinets, tables and chairs of the same standard and quantity as outlined in

this Specifications, and to the satisfaction of the Engineer. Curing tanks of sufficient size shall

be provided outside the laboratory building, complete with ample protection from the elements

190

and other outside forces which may disturb the curing process of concrete cylinder/beam

samples.

Accreditation of Testing Laboratories

To help ensure the quality of materials being used in infrastructure projects, the Bureau of

Research and Standards (BRS) of the DPWH or Department of Science and Technology

(DOST) shall accredit, in accordance with the industry guidelines, the testing laboratories

whose services are engaged or to be engaged in infrastructure projects. All government

infrastructure project owners must accept results of material test(s) coming only from

DOST/BRS - Accredited Laboratories.

Submittals

1. Proposed Testing Laboratory

The Contractor shall provide details for the mobilization of the laboratory and equipment as

part of the mobilization program within thirty (30) days of the Commencement of Works.

2. Schedule for Testing

The Contractor shall prepare a master schedule of all items to be tested. In coordination with

the construction schedule, tentative dates for each activity shall be established. This data in

preliminary form shall be submitted for the Engineer’s review at the beginning of each month.

3. Test Forms

Within sixty (60) days from the Commencement of Works, proposals for standard test forms

to be used on the Contract for all tests required by the Specifications shall be submitted by

the Contractor for the Engineer’s approval. For the actual testing and reporting of test results,

only those test forms approved in advance by the Engineer shall be used.

Testing Procedures

1. Codes and Standards

Testing shall be executed strictly in accordance with all pertinent codes, regulations and

specified standards. Unless specifically approved otherwise by the Engineer, all testing

procedures shall comply with the most recent AASHTO standards as specified in “Standard

Specifications for Transportation Materials and Methods of Sampling and Testing”.

2. Notification

To permit the Engineer or his representative to witness any non-routine tests they desire, the

Engineer shall be notified of the planned timing of the test at least one hour in advance of its

execution.

3. Distribution

191

Test reports shall be promptly processed and distributed to ensure that any necessary re-

testing, replacement of materials or re-compaction works may be carried out with the least

delay to the Works.

Equipment and Laboratory Apparatus

The Contractor shall provide the laboratory with all the equipment and apparatus required for

proper execution of the testing requirements of these Technical Specifications for the total

Works. All the equipment and apparatus shall be mobilized on site and made operational

within sixty (60) days of the Commencement of Works so that it can be checked and approved

by the Engineer.

SCHEDULE E -LABORATORY TESTING EQUIPMENT, APPARATUS AND

APPLIANCES ON RENTAL BASIS

Name/Description Unit Quantity

I. Soil Testing Equipment

a) Gradation

3" - 8" dia. Brass Sieve ea. 2.00

2" - 8" dia. Brass Sieve ea. 2.00

1 1/2" - 8" dia. Brass Sieve ea. 2.00

1" - 8" dia. Brass Sieve ea. 2.00

3/4" - 8" dia. Brass Sieve ea. 2.00

1/2" - 8" dia. Brass Sieve ea. 2.00

3/8" - 8" dia. Brass Sieve ea. 2.00

#4 - 8" dia. Brass Sieve ea. 2.00

#10 - 8" dia. Brass Sieve ea. 2.00

#12 - 8" dia. Brass Sieve ea. 2.00

#40 - 8" dia. Brass Sieve ea. 2.00

#200 - 8" dia. Brass Sieve ea. 2.00

#200 - 8" dia. Brass Sieve ea. 2.00

Brass Pan 2" x 8" dia. ea. 2.00

192

Name/Description Unit Quantity

Brass Cover with ring ea. 2.00

Galvanized Steel Pan, 24" x 24" x 3" ea. 2.00

Vol. Flask with Top, 500ml ea. 2.00

Hand Operated Sieve Shaker ea. 2.00

Wash Bottle, 1000ml ea. 2.00

Triple Beam Balance, 2610 gms., 10g sensitivity ea. 2.00

Drying Pans - 12" x 12" x 3" ea. 4.00

Sieve Brushes ea. 4.00

Hand Bristle Brushes ea. 4.00

Paint Brush - 2.5 ea. 4.00

b) Atterberg Limits

Liquid Limit Set with spatula & grooving tool ea. 2.00

Plastic Limit Set with spatula ea. 2.00

Balance, 0.1g sensitivity, 310g cap. ea. 2.00

Evaporating Dish, 5" dia., Porcelain ea. 2.00

Moisture Can, 3oz. ea. 2.00

c) Moisture Density Relation

Compaction Mold, 4" dia., 1/30 cu.ft. with colar and base plate ea. 2.00

Compaction Rammer, 5.5lb x 12" drop ea. 2.00

Compaction Mold, 6" dia., 1/13.33 cu.ft. with colar and base plate ea. 2.00

Compaction Rammer, 10lb x 18" drop ea. 2.00

Steel Straight Edge, 12" x 1 1/2" x 1/8" ea. 2.00

Mixing Trowel, 2.5" x 4.5" blade ea. 4.00

Spatula, 8" ea. 2.00

Trimming Knife ea. 2.00

Heavy Duty Solution Balance, 20kg. Capacity ea. 2.00

193

Name/Description Unit Quantity

Moisture Can, 3oz. ea. 12.00

d) Laboratory CBR Items included per set set 2.00

Mechanical Loading Press, 45KN cap. With metric dial reading to 0.025mm unit 2.00

CBR mold, 6" dia. X 7' with collar and base plate ea. 2.00

Slotted surcharge weight, #5 ea. 6.00

Annular surcharge weight, #5 ea. 4.00

Cutting Edge ea. 4.00

Spacer disk ea. 2.00

Swell Plate ea. 2.00

Dial indicator reading to 0.025mm for penetration ea. 2.00

Swell dial indicator ea. 2.00

Tripod attachment ea. 2.00

Filter screen 100 mesh, 5 5/16" dia. ea. 2.00

Filter screen 15 cm, box of 100 ea. 2.00

e) Field Density Test

Sand Cone and Jug set 2.00

Replacement Jug, plastic set 2.00

Density Plate set 2.00

Liquid Sample Bags, 8" x 14" ea. 400.00

Sample Spoon ea. 4.00

Plastic Bags, 8" x 14" x 0.0035 ea. 400.00

Field Can, 1gal ea. 2.00

Steel Chisel, 1" width ea. 2.00

Ball Hammer ea. 2.00

Sand Scoop ea. 2.00

Speedy Moisture Tester with reagents unit 2.00

194

Name/Description Unit Quantity

Solution Balacne, 20kg. Capacity, 1.0g sensitivity ea. 2.00

II. Concrete Testing Equipment

#4 - 8" dia. Brass Sieve ea. 2.00

#8 - 8" dia. Brass Sieve ea. 2.00

#16 - 8" dia. Brass Sieve ea. 2.00

#30 - 8" dia. Brass Sieve ea. 2.00

#50 - 8" dia. Brass Sieve ea. 2.00

#100 - 8" dia. Brass Sieve ea. 2.00

Compression Machine unit 2.00

Flexural Machine unit 2.00

Sample Splitter, 2 1/2" opening unit 2.00

Cylinder Mold, 6" x 12" ea. 12.00

Flexural Mold, 6" x 6" x 24" ea. 12.00

Slump Cone and base with graduated tamping rod set 2.00

Mixing Pan, 24" x 24" x 3" ea. 2.00

Cement Trowel ea. 4.00

Concrete Airmeter ea. 2.00

Core Drilling Machine, 4"-6" dia. set 2.00

Specimen Cutting Machine, 4"-6" dia. ea. 2.00

Vicat Apparatus ea. 2.00

Gilmore Needle ea. 2.00

III. Asphalt Testing Equipment

a) Float Test

Float Test Apparatus ea. 2.00

Bunsen Burner ea. 2.00

Metal Batch ea. 2.00

195

Name/Description Unit Quantity

Tripod Stand ea. 2.00

Mercury, 1lb ea. 2.00

Brass Plate ea. 2.00

Thermometer range to 180C ea. 2.00

b) Penetration Test

Univ. Penetration with Controller, 220V AC, 50/60 Hz, 1Ph set 2.00

Penetrometer Needle ea. 12.00

Tin Sample Box ea. 6.00

Thermometer range to 19 to 27C ea. 6.00

Transfer Dish ea. 2.00

Stop Watch ea. 2.00

Hi-Temperature Gloves dozen 2.00

c) Bitumen Testing

Air Bath with 650g Bitumen capacity with a dimension of 135mm x 135 mm

x 230 mm set 2.00

Bacon Sampler with a capacity of 237ml and dimension of 50mm dia. X 250

mm long set 2.00

Asbestos Gloves pair 4.00

Thermometer, 15C and 155C ea. 4.00

Asphalt Oven with revolving shelf, 686 x 660 x 991 mm, 220V AC, 50 Hz, 1

phase set 2.00

Tin Sample Box, 3oz. dozen 6.00

Ductility Testing Machine, 160 x 32 x 80 cm, 220V AC, 60 Hz, 1 phase set 2.00

Ductility Mold ea. 12.00

Base Plate ea. 4.00

Thermometer range 30C to 270C ea. 2.00

d) Asphalt Mix Test

Port Core Unit Gas Engine, 7HP, Vertical Drill set 2.00

196

Name/Description Unit Quantity

IV. Miscellaneous Equipment and Items

Laboratory Oven, Double Wall, 220V/60cycle 24" x 24" x 34.5" unit 2.00

Gas Range, 3 burners with oven ea. 2.00

Graduated Cylinder, 100ml ea. 2.00

Hot Plate, 12" x 24" x 220V ea. 2.00

Vertical Capping Set ea. 2.00

Stanley Steel Tape, 5m ea. 2.00

Pipe Wrench, 500mm ea. 2.00

Trowel, 150mm blade ea. 2.00

Steel Straight Edge, 300mm long ea. 2.00

Stainless Steel Mixing Bowl, 5L capacity ea. 4.00

Plastic Buckets ea. 4.00

Shovel, long handled ea. 4.00

Paint Brush - 2.5cm wide ea. 12.00

Rubber Mallet, 15cm dia. ea. 12.00

Scoop, square mouth, cast aluminum, 76 x 20 cm dia. ea. 6.00

Hard Bristle Broom with handle ea. 6.00

V. Publications

Part I AASHTO Specifications, Latest Edition set 2.00

Part II AASHTO Tests, Latest Edition set 2.00

ASTM Manuals for Testing Materials set 2.00

The preceding equipment list shall be supplemented with the addition of those

items required for acceptance testing of hydraulic cement, hydraulic cement concrete

mixtures and miscellaneous sampling tools, storage devices and field monitoring tools

required during placement of the various materials included in the Contract.

Measurement and Payment

1. Samples

197

All samples whether in natural pits or in the completed works shall be supplied by the

Contractor without additional cost.

2. Tests

The cost of carrying out all tests necessary for the proper completion of the Works, in

accordance with the various specified or implied testing requirements in the Contract

Documents, shall be borne by the Contractor and all such costs shall be deemed to be

already included in the relevant Unit Prices for the materials concerned. This includes

tests required at the project site or at the place of manufacture or fabrication of the

materials to be tested.

3. Laboratory Equipment, Apparatus and Testing Facilities

The cost of operation and maintaining the laboratory premises, office equipment, and

apparatus shall not be measured or paid for under this Section A.3. Compensation for

this work shall be deemed to be included in the Lump Sum payment made under Pay Item

A.1.1.(d).

The quantities for the provision and maintenance of laboratory equipment, apparatus

and testing facilities shall be the number of each type of laboratory equipment and

apparatus as listed in Schedule E-Laboratory Equipment, Apparatus and Appliances under

Subsection A.3.2.4. This item shall be paid under A.1.1(d) -Furnish of Laboratory

Equipment and Appliances for the Engineer's upon delivery of the listed

equipment/apparatus and acceptance by the Engineer. Hence, all Laboratory Equipment

and Apparatus shall be the property of the Government upon completion and/or final

acceptance of the project.

PUBLICATIONS (LATEST EDITION)

AASHTO Standard Specifications for Transportation Materials and Methods of Sampling

and Testing:

Part I – Specifications

Part II - Methods of Sampling and Testing

Annual Book of ASTM Standards:

Volume 1.01 - Steel - Piping, Tubing, Fittings

Volume 4.02 - Concrete and Aggregates

Volume 4.03 - Roads and Paving Materials, Traveled Surface Characteristics

Volume 4.08 - Soil and Rock, Building Stone, Geotextiles

198

It is understood that the above technical publications and references are basic Contractor’s

guide and are considered as Contractor’s property.

PART B – OTHER GENERAL REQUIREMENTS

B.5 Project Billboard/Signboard:

The contractor shall provide and maintain 4 units of signboard within the 36.50 months duration of the project, 2 units DPWH Billboard and 2 units COA Signboard. It shall comply

with the memorandum of DPWH Secretary dated March 21, 2018 : TRAIN branding of DPWH Projects and the COA Circular re this.

B.7(1) OCCUPATIONAL SAFETY AND HEALTH PROGRAM

B.7(1).1 Construction Safety and Health Program (CSHP)

Within twenty (20) calendar days after his arrival on the site, the contractor shall submit a Construction Safety and Health Program (CHSP) with operational details of his proposals to

the Engineer for his approval. The Contractor’s proposed CHSP shall be accordance with DOLE D.O No. 131-13, series of 2013 and its Procedural Guidelines. The required CHSP shall include but not limited to the following:

a. Composition of the safety and health personnel responsible for the proper

implementation of CHSP;

b. Specific safety policies which shall be undertaken in construction site, including

frequency of and persons responsible for conducting toolbox and gang meetings;

c. Penalties and sanctions for violations of the construction safety and health program;

d. Frequency, content and persons responsible for orienting, instructing and training all

workers at the site with regard to the Construction Safety Health Program which they

operate; and

e. Manner of disposing waste arising from the construction

B.7(1).2 Construction Safety and Health Organization

At the start of the Project, the Contractor shall establish construction safety and health organization composed of the following personnel:

a. Safety Engineer/Officer

199

The Contractor must provide for a full – time Officer, who shall be assigned as the General Construction Safety and Health Officer/s to oversee the overall management of the

Construction Safety and Health Program.

b. Health Personnel/First Aider

The contractor must organize and maintain medical and dental service and personnel

conforming with Rule 1960 Occupational Health Services. For the purpose of these guidelines, only the medical and dental practitioners actually assigned in the project site and as required on the above stated rule shall be included in the total cost

safety. Man power rates shall be based on the prevailing rates such professionals in the area which

is found favorable to the government. Employment period shall be based on the approved project duration and shall be adjusted correspondingly as the duration increases/decreases.

c. Safety Practitioner

The contractor must provide a Safety Officer on a full-time or on a part-time basis, who shall initiate and supervise safety and health training for employees. B.7(1).3 Medical and First Aid Facilities

1. The Contractor shall provide and maintain, throughout the duration of the Contract, a medical examining room and sickbay, together with all necessary supplies and equipment to be sited in Contractor’s main camp. The rooms shall be used exclusively for medical purposes and shall be of good quality construction with electric lighting and otherwise suitable for their purpose. The sickbay shall have at least two beds, and shall be provided with adjacent washing and sanitation facilities.

2. The Contractor shall employ permanently on site at least one fully-trained medical

aide, nurse o paramedic who shall be engaged solely for medical duties.

3. The Contractor shall, at his own expense, provide first aid equipment at all camps and

work sites to the satisfaction of the Engineer, and shall ensure that all camps and work sites, where 40 or more persons are engaged on the works, that there shall at all times be a person qualified in first aid with access to appropriate first aid equipment.

4. The location of medical room and other medical and first aid arrangements shall be

made known to all employees by posting suitable notices at prominent locations around the site and by verbal instructions upon recruitment.

5. The Contractor’s arrangement for complying with this section shall be subject to the

approval of the Engineer and also to the approval of any qualified Medical Officer designated by the Government to inspect or supervise medical arrangements on the Site.

6. The Contractor shall be responsible for all costs, including medical treatment,

transport, accommodation, etc., incurred by any member of the public or his labor force, whether on direct contract or sub-contract, as a result of injuries or illness arising from the execution of the Works.

200

B.7(1).4. Personal Protective Equipment (PPE) and Devices

The Contractor shall furnish worker with protective equipment for eyes, face, hands and feet,

lifeline, safety belt/harness, protective shields and barriers whenever necessary, by reasons of the hazardous work process or environment, chemical or radiological or other mechanical irritants of hazards capable of causing injury or impairment in the function of any part of the

body through absorption, inhalation or physical agent. All Personnel Protective Equipment and Devices shall be in accordance with the requirement

of the Occupational Safety and Health Standards (OSHS) and should pass the test conducted and/or standard set by Occupational safety and Health Center (OSHS).

For general construction work, the required Basis PPEs for all workers shall be safety helmet, safety gloves and safety shoes.

Specialized PPEs shall be provided to workers in addition to or in lieu of the corresponding basic PPE as the work activity requires. If the Contractor fails to provide such clothing and

equipment, the employer shall be entitled to provide the same and recover the cost from the Contract.

B.7(1).5 Signage and Barricades

Construction safety signage and barricades shall be provided as precaution and to advice the workers and the general public of the hazards existing in the work site. It shall be accordance with or compliance to Department Circular No. 09, series of 2004 (Re: Road Safety Manuals

and Handbooks particularly on the Road Works Safety Manual). B.7(1).6 Facilities

Section 16 DOLE D.O No. 13 requires that the Contractor shall provide the following welfare

facilities in order to ensure human working conditions:

a. Adequate supply of safe drinking water,

b. Adequate sanitary and washing facilities,

c. Suitable living accommodation for workers, and as may be applicable for their

facilities and

d. Separate sanitary, washing and sleeping facilities for men and women workers.

B.7(1).7 Violations and Penalties

The Contractor, if found violating safety rules and regulations, shall be met sanctions depending on the gravity of offense. The amount corresponding to non-compliance shall be deducted from the Contractor’s billing.

201

B.7(1).8 Measurement and Payment All cost related to the implementation, execution and report of the construction safety and

health program shall not be measured, but any expensed thereof shall be deemed included in the rates and prices for other main items, or distributed among all pay items BOQ.

B.8(1) TRAFFIC MANAGEMENT

B.8(1)1 Passage on Traffic

The Contractor shall carefully plan his traffic control arrangement and liaise with all concerned parties to advise and seek agreement on the most universally acceptable traffic management

practices. Diversions shall be advertised in advance and shall be fully signed and lighted when

implemented. Safety of all parties using and working on the road shall be paramount. The Contractor shall be required to provide and maintain effective protective fences, bunding, etc.,

below slope works and to define the edges of steep excavations or existing down slopes, and in association provide signage and lightings as necessary.

The Contractor shall construct and maintain detours whenever the work will interfere with traffic on existing roads, footways or other ways over which there as a public or private right-

of-way, until such time as permanent diversions to serve such traffic have been completed. No detours shall be constructed and no traffic diverted until the contractor’s proposals therefore have been approved by the Engineer and by the appropriate Government

authorities. Prior to the commencement of the construction of the use of the detours, pathways, etc., as directed by the Engineer and shall have the necessary temporary road signs for road works ready use.

No work which will in any way cause inconvenience to traveling public shall be started until

adequate provisions, satisfactory to the Engineer, have been made to divert or bypass the traffic in safety and in comfort. No road shall be closed by the contractor to the public except by permission in writing from the Engineer and from the appropriate government authorities.

Where traffic conditions permit, single lane operation may be permitted by the Engineer. When the road under construction is being used by the traveling public, special attention shall be

paid to such conditions that the public can travel in comfort and safety without undue delay. Material stored upon the roadway shall be so well placed and the work shall be conducted as to cause as little obstruction as possible to the traveling public.

All detours shall maintained in good condition at all times and shall have total width of at least 6 meters and provided with graveled surface having a minimum compacted thickness of 80

mm. where existing public or private roads are used as detours, the same shall be maintained in good riding condition at all times and just before completion of the contract, such roads

shall be restored to a condition not less satisfactory than that existing prior to the commencement of the work.

The Contractor shall conduct his operations as to offer the least possible obstruction, inconvenience and delay to the traffic and shall be responsible for adequate traffic control to

achieve such an end. Suitable warning signs, illuminated at night by electric bulbs, lanterns or flares shall be provided to mark the places not yet available to traffic. In part-width. Construction, the Contractor shall place acceptable barricades along the inside edge of the

available surface so that traffic will be confined therein while the other part is under

202

construction. One-way control shall continue until the adjoining surface is completed and opened to traffic.

At sections where part-width traffic is in operation, and when so ordered by the Engineer, the

movements of Contractor’s equipment from one place of work to another shall be subject to such part-width traffic control. Spillage resulting from hauling operations along or across the roadway shall be removed immediately at the Contractor’s expense. For further details in

connection with this item see B.3.2 – Traffic Management during Construction provided hereinafter.

B.8(1)2 Traffic Management During Construction

The Contractor shall furnish, install and maintain at all times for the duration of the Contract, at his own expense, necessary traffic signs, barricades, lights, signals and other traffic control devices and shall provide flagging and other means of for guidance of traffic through the work

zone. Traffic control shall be conducted in accordance with the prevailing Government rules and regulations, and such devices shall comply with DPWH requirements and where

applicable. All traffic signs and control devices furnished and installed by the Contractor shall be reviewed

by the Engineer as to location, position, visibility, adequacy and manner of use under specific job conditions. When the Engineer issues instructions regarding specific signs, sequence of

installation of special staging for handling traffic, traffic control shall conform thereto. All traffic devices necessary for the initial stage of construction shall be properly placed and

in operation before any construction shall be allowed to start. When work of a progressive nature is involved, he necessary signs shall be moved concurrently with the advancing operation.

The Contractor shall provide on the sit the towing equipment to move stalled vehicles out of

the travelled way to locations with no interference to traffic and possibility of an accident. If at any time, the Engineer determines that the proper provisions for safe traffic control are

not being provided or maintained, he may restrict construction operations affected by such defective signs or devices until proper provisions are established or maintained. The Engineer

may also suspend the entire work until the proper level of compliance is achieved. In case of serious willful disregard of the Contractor for safety of the public or his employees, the Engineer may take necessary steps to place them in proper condition and deduct the cost

thereof from monies due or becoming due to the Contractor. B.8(1)3 Weight Limitations and Legal Requirements

If required, the Engineer may impose weight restrictions for the protection of any existing

road or structure within the vicinity of the Project. The Contractor is responsible in complying with all legal weight restrictions of existing roads and highways used for his work. The Contractor shall be responsible for any damage to roads or structures resulting from his

construction operations. In case the hauling operations of the contractor will cause damage to public road or structure, or will cause flooding that will result to work stoppage of operation, the Engineer may direct the Contractor to use an alternative route and the contractor shall have no right to any claims for any additional compensation to uncured damages during hauling operations.

203

To limit the required restoration in case of damages, the contractors should conduct site investigation, determine pavement thickness and take the necessary precautionary measures before and project implementation. B.8(1)4 Contractor’s Liability and Responsibility The Contractor shall be fully liable and responsible for traffic control and safety, approval by the Engineer of the Contractor’s traffic control and signage proposal will, in no way, be construed as relieving the Contractor of any of his obligations or liabilities B.9 MOBILIZATION AND DEMOBLIZATION

B.9.1 Description

This item shall consist of the mobilization and demobilization of the required minimum essential equipment and labor force of the Project

Method of Payment

Payment for complying with the provisions of this Item shall be as certified by the Engineer that all the required minimum equipment has been delivered at the time to the Project site and the same have been removed from the Project site.

Payment for this item shall be made in two (2) installments to wit: Eighty (80%) after the Contractor has totally mobilized his equipment and plant and ready for use and the remaining.

Twenty percent (20%) after the Contractor has finally completed the demobilization of his plants, equipment’s base camp and the like’

Payment will be made under: Pay Item Number Description Unit of Measurement

B.9 Mobilization and Demobilization

Lump Sum

B.18(2) CRANEWAY (Rental Basis) Steel crane way was assumed to be adopted by the contractor. Refer to suggestions in the

conceptual plan.

204

SECTION XI. Forms and Qualification

Information

205

TABLE OF CONTENTS

1. Letter of Technical Bid......................................................................... 208

2. Letter of Price Bid ................................................................................. 210

3. Form of Bid Security (Bank Guarantee) ................................................ 212

4. Qualification Information ...................................................................... 214

5. Letter of Acceptance ............................................................................ 216

6. Form of Contract Agreement ................................................................ 217

7. Form of Performance Security (Bank Guarantee) ................................. 220

8. Bid Securing Declaration ...................................................................... 221

9. Bank Guarantee for Advance Payment ................................................. 223

10. Affidavit of Disclosure of No Relationship ............................................. 224

11. Certification on Bidder’s Responsibilities ............................................... 225

12. Certificate of Authenticity ..................................................................... 227

13. Omnibus Sworn Statement ................................................................... 228

FOR CIVIL WORKS ............................................................................... 230

14. Letter of Nominee for Project Manager ................................................ 231

15. Letter of Nominee for Project Engineer ................................................ 233

16. Letter of Nominee for Bridge Engineer (Superstructure) ...................... 235

17. Letter of Nominee for Bridge Engineer (Substructure).......................... 237

18. Letter of Nominee for Materials/Quality Control Engineer ..................... 239

19. Letter of Nominee for Geodetic Engineer.............................................. 241

20. Letter of Nominee for Professional Electrical Engineer.......................... 243

21. Letter of Nominee for Traffic Engineer ................................................. 245

22. Letter of Nominee for Safety Engineer ................................................. 247

23. Letter of Nominee for Environmental Specialist .................................... 249

24. Letter of Nominee for Foreman (Superstructure) ................................. 251

25. Letter of Nominee for Foreman (Substructure) ..................................... 253

26. Project Manager’s Certificate of Employment ....................................... 255

27. Project Engineer’s Certificate of Employment ....................................... 257

28. Bridge Engineer’s (Superstructure) Certificate of Employment ............. 259

29. Bridge Engineer’s (Substructure) Certificate of Employment ................ 261

30. Materials/Quality Control Engineer’s Certificate of Employment............ 263

31. Geodetic Engineer’s Certificate of Employment .................................... 265

206

32. Professional Electrical Engineer’s Certificate of Employment ................ 267

33. Traffic Engineer’s Certificate of Employment ........................................ 269

34. Safety Engineer’s Certificate of Employment ........................................ 271

35. Environmental Specialist’s Certificate of Employment ........................... 273

36. Foreman’s (Superstructure) Certificate of Employment ........................ 275

37. Foreman’s (Substructure) Certificate of Employment ........................... 277

38. Bio-Data ............................................................................................... 279

FOR DESIGN SERVICES ........................................................................ 281

39. Letter of Nominee for Team Leader ..................................................... 282

40. Letter of Nominee for Bridge Design Engineer (Superstructure) ........... 284

41. Letter of Nominee for Bridge Design Engineer (Substructure) .............. 286

42. Letter of Nominee for Hydraulic/Drainage Engineer ............................. 288

43. Letter of Nominee for Geodetic Engineer.............................................. 290

44. Letter of Nominee for Geotechnical Engineer ....................................... 292

45. Letter of Nominee for Quantity Cost Engineer ...................................... 294

46. Letter of Nominee for Highway Engineer .............................................. 296

47. Letter of Nominee for Environmental Specialist .................................... 298

48. Letter of Nominee for Specifications Writer .......................................... 300

49. Team Leader’s Certificate of Employment ............................................ 302

50. Bridge Design Engineer’s (Superstructure) Certificate of Employment .. 304

51. Bridge Design Engineer’s (Substructure) Certificate of Employment ..... 306

52. Hydraulic/Drainage Engineer’s Certificate of Employment .................... 308

53. Geodetic Engineer’s Certificate of Employment .................................... 310

54. Geotechnical Engineer’s Certificate of Employment .............................. 312

55. Quantity/Cost Engineer’s Certificate of Employment ............................. 314

56. Highway Engineer’s Certificate of Employment ..................................... 316

57. Environmental Specialist’s Certificate of Employment ........................... 318

58. Specifications Writer’s Certificate of Employment ................................. 320

59. Contractor’s Certification on Key Personnel for the Contract ................ 322

60. Key Personnel’s Affidavit of Commitment to Work on the Contract ...... 324

61. List of Contractor’s Major Construction and Laboratory Equipment Units to be Assigned to the Contract Supported by Certification of Availability .. 326

FOR DESIGN AND CONSTRUCTION SERVICES: TECHNICAL ASPECTS . 327

62. TPF 1. Designer’s References ............................................................... 328

207

63. TPF 2. Comments and Suggestions of Designer on the Terms of Reference, Minimum Performance Standards and Specifications (MPSS), and Data

Provided by the Procuring Entity .......................................................... 329

64. TPF 3a. Description of Methodology and Work Plan for Performing the

Project .................................................................................................. 330

65. TPF 3b. Construction Management Strategy and Method Statement for

Construction including PERT-CPM ......................................................... 331

66. TPF 4. Team Composition and Tasks .................................................... 333

67. TPF 5. Format of Curriculum Vitae (CV) for Proposed Professional Staff ............................................................................................................ 335

68. TPF 6. Time Schedule for Professional Personnel ................................. 337

69. TPF 7a. Activity (Work) Schedule (Design) ........................................... 338

70. TPF 7b. Activity (Work) Schedule (Construction) .................................. 339

FOR DESIGN SERVICES: FINANCIAL ASPECTS ..................................... 340

71. FPF 1. Summary of Costs ..................................................................... 341

72. Scope of Work Summary Cost .............................................................. 342

73. Detailed Unit Price Analysis .................................................................. 359

208

Letter of Technical Bid

Date: [insert date of bid submission] Loan Agreement No.: [insert No. of

loan] IFB No.: [insert number] Alternative No.: [insert identification No. if this is a Bid for an alternative]

To: [insert full name of Employer]

We, the undersigned, declare that: (a) We have examined and have no reservations to the Bidding Documents, including

addenda for the Contract [insert name of contract]; (b) We, including subcontractors meet the eligibility requirements in accordance with ITB 8;

(c) We, including subcontractors have no conflict of interest in accordance with ITB 8;

(d) We offer to execute in conformity with the Bidding Documents the following Works:

[insert a brief description of the Works]; (e) Our Bid shall be valid for a period of [specify the number of calendar days] 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;

(f) We are not participating, as a Bidder or as a subcontractor, in more than one Bid in this bidding process in accordance with ITB 4, other than alternative Bids submitted in

accordance with ITB 14; and

(g) We hereby certify that we have taken steps to ensure that no person acting for us or on behalf will engage in any type of fraud and corruption.

Name of the Bidder* [insert complete name of person signing the Bid] Name of the person duly authorized to sign the Bid on behalf of the Bidder**[insert complete name of person duly authorized to sign the Bid]

Title of the person signing the Bid [insert complete title of the person signing the Bid]

Signature of the person named above [insert signature of person whose name and capacity are shown above]

Date signed [insert date of signing] day of [insert month] , [insert year]

209

*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture as Bidder

**: Person signing the Bid shall have the power of attorney given by the Bidder to be attached with the Bid.

210

Letter of Price Bid

Date: [insert date of bid submission] Loan Agreement No.: [insert No. of

loan] IFB No.: [insert number] Alternative No.: [insert identification No. if this is a Bid for an alternative]

To: [insert full name of Employer] We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including

addenda for the Contract [insert name of contract]; (b) We offer to execute Works for this Contract in accordance with the Bid and Bid Data

Sheet, General and Special Conditions of Contract accompanying this Bid;

(c) The total price of our Bid, excluding any discounts offered in item (d) below is: In case of only one lot, total price of the Bid [insert the total price of the Bid in words and figures, indicating the various amounts and the respective currencies]

[In case of multiple lots, insert the total price of each lot] [In case of multiple lots, insert the total price of all lots (sum of all lots)]; (d) The discounts offered and the methodology for their application are:

The discounts offered are: [specify in detail each discount offered.]

The exact method of calculations to determine the net price after application of discounts is shown below: [specify in detail the method that shall be used to apply the discounts.]; (e) Our Bid shall be valid for a period of [Specify the number of calendar days] 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;

(f) If our Bid is accepted, we commit to obtain a Performance Security in accordance with the Bidding Documents;

(g) We understand that this Bid, together with your written acceptance thereof included in your Letter of Acceptance, shall constitute a binding contract between us, until a formal

contract is prepared and executed; and

(h) We understand that you are not bound to accept the lowest evaluated Bid or any other Bid that you may receive.

Name of the Bidder* [insert complete name of person signing the Bid]

211

Name of the person duly authorized to sign the Bid on behalf of the Bidder** [insert complete name of person duly authorized to sign the Bid] Title of the person signing the Bid [insert complete title of the person signing the Bid] Signature of the person named above [insert signature of person whose name and capacity are shown above] Date signed [insert date of signing] day of [insert month] , [insert year]

*: In the case of the Bid submitted by joint venture specify he name of the Joint Venture as

Bidder **: Person signing the Bid shall have the power of attorney given by the Bidder to be

attached with the Bid.

212

FORM OF BID SECURITY (BANK GUARANTEE)

WHEREAS, [insert name of Bidder] (hereinafter called the “Bidder”) has submitted his bid dated [insert date] for the [insert name of contract] (hereinafter called the “Bid”).

KNOW ALL MEN by these presents that We [insert name of Bank] of [insert name of Country] having our registered office at [insert address] (hereinafter called the “Bank” are

bound unto [insert name of PROCURING ENTITY] (hereinafter called the “Entity”) in the sum

of [insert amount]1 for which payment well and truly to be made to the said Entity the Bank binds himself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this _____ day of _________ 20___.

THE CONDITIONS of this obligation are:

1. If the Bidder:

(a) withdraws his Bid during the period of bid validity specified in the Form

of Bid; or

(b) does not accept the correction of arithmetical errors of his bid price in accordance with the Instructions to Bidder; or

2. If the Bidder having been notified of the acceptance of his bid by the Employer during the period of bid validity:

(a) fails or refuses to execute the Form of Agreement in accordance with

the Instructions to Bidders, if required; or

(b) fails or refuses to furnish the Performance Security in accordance with

the Instructions to Bidders.

We undertake to pay to the Entity up to the above amount upon receipt of his first

written demand, without the Entity having to substantiate his demand, provided that in his demand the Entity will note that the amount claimed by him is due to him owing to the occurrence of one or both of the TWO (2) conditions, specifying the occurred condition or

conditions.

The Guarantee will remain in force up to and including the date [insert days]2 days

after the deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the Entity, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later

than the above date.

1 The Bidder should insert the amount of the guarantee in words and figures, denominated in the currency of the

Entity’s country or an equivalent amount in a freely convertible currency. This figure should be the same as

shown of the Instructions to Bidders.

2If the Funding Source is ADB, JBIC, or WB, usually 28 days after the end of the validity period of the Bid. Date

should be inserted by the Entity before the Bidding Documents are issued.

213

DATE_________________ SIGNATURE OF THE BANK ___________________________

WITNESS ______________________________ SEAL ___________________________

______________________________________ (Signature, Name and Address)

214

QUALIFICATION INFORMATION

NOTES: The information to be filled in by Bidders in the following pages will be used for purposes of qualification as provided for in Part I, Section II. Eligibility Documents. This information will not be incorporated in the Contract. Attach additional pages as necessary.

1. Individual Bidders or Individual Members of Joint Ventures

1.1 Constitution or legal status of Bidder: [attach copy]

Place of registration: [insert] Principal place of business: [insert]

Power of attorney of signatory of Bid: [attach]

1.2* Total annual volume of construction work performed in the past five years as listed in the

Eligibility Data Sheet, reflected using the currency specified for the Bid.

Annual turnover data (construction only)

Year Turnover in (specified currency)

1.

2.

3.

4.

5.

1.3 Work performed as prime contractor on works of a similar nature and volume over the last ten

years. Proof of completion, e.g. Certificate of Completion signed by the Employer or Owner, shall be submitted. Also list details of work under way or committed, including expected completion date.

Project Name

and Country

Name of Employer

and contact person

Type of work

performed and year of completion

TotalValueof

Contract(in specified currency)

1.

2.

1.4 Major items of contractor’s Equipment proposed for carrying out the Works. List all information

requested below.

Item of equipment Description, make, and age(years)

Owned, leased (from whom?), or to be purchased (from whom?)

1. [Employer to specify]

2.

3.

215

1.5* Qualifications and experience of Contract Manager proposed for administration and execution of the Contract. Attach bio-data.

Name(primary

candidate and alternate)

Years of experience in

similar works

Years of experience as

Contract Manager

1.

2.

1.6* Financial statements for the last five (5) years. Attach audited financial statements.

1.7 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, etc. List below and attaché copies of support documents.

Source of financing Amount in (specified currency)

1.

2.

3.

1.8 Name, address, and telephone and facsimile numbers of banks that may provide references if

contacted by the Entity.

1.9 Proposed Program of Work (work method and schedule). Attach descriptions, drawings and charts, as necessary, to comply with the requirements of the Bidding Documents.

1.10* Proposed subcontracts and firms involved. Refer to GCC Clause 8.

Section of the Works

Value of subcontract

Subcontractor (Name and address)

Experience in similar work

2. Joint Ventures*

2.1 The information listed in 1.1 - 1.9 above shall be provided for each partner of the joint venture. 2.2 Attach the power of attorney of the signatory(ies) of the Bid authorizing signature of the Bid on

behalf of the joint venture.

2.3 Attach the Agreement among all partners of the joint venture (and which is legally binding on all partners), which shows that:

(a) all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms;

(b) one of the partners will be nominated as being in charge, authorized to incur liabilities, and

receive instructions for and on behalf of any and all partners of the joint venture; and

(c) the execution of the entire Contract, including payment, shall be done exclusively with the

partner in charge.

216

LETTER OF ACCEPTANCE

[Letterhead of the Entity]

Date: [insert date] To: [Name and address of Contractor] This is to notify you that your Bid dated [insert date] for execution of the [insert name of Contract and identification number as given in the ITB] for the Contract Price of [insert amount in specified

currency], as corrected and/or modified3 if applicable, in accordance with the Instructions to Bidders, is hereby accepted by our Agency.

You are hereby instructed to come to our office located at [insert address] to sign the formal agreement on [date] at [time].

Authorized Signature: Name: Designation:

3 Delete “corrected and” or “corrected and modified” if not applicable.

217

FORM OF CONTRACT AGREEMENT PROPOSED DESIGN-AND-BUIILD WORKS ON (Name of Project)

KNOW ALL MEN BY THESE PRESENTS:

This CONTRACT AGREEMENT, made this _____day of __month__, _year_, by and between:

The GOVERNMENT OF THE REPUBLIC OF THE PHILIPPINES through the Department of Public Works and Highways (DPWH) represented herein by __________________________________, duly authorized for this purpose,

with main office address at Bonifacio Drive, Port Area, Manila, hereinafter referred to as the “ENTITY”;

-and-

______________________________, a corporation organized and existing under and by virtue of laws of the Republic of the Philippines, with main office

address at ______________________________, represented herein by ______________________________, duly authorized for this purpose, hereinafter referred to as the “CONTRACTOR;”

WITNESSETH:

WHEREAS, the ENTITY is desirous that the CONTRACTOR execute the Works under Contract ID and Name, hereinafter called “the Works,” and the ENTITY has accepted the Calculated Bid of

the CONTRACTOR for the execution and completion of the Works at the calculated unit bid prices shown in the attached Bill of Quantities, or a total Contract price of amount in words and numbers.

NOW, THEREFORE, for and consideration of the foregoing premises, the parties hereto agree

as follows:

1. In this CONTRACT 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 CONTRACT AGREEMENT:

1. This Contract Agreement 2. Documents forming part of the Contract Agreement:

a. Bidding Documents for the Contract (Annex “A”)

(1) General Conditions of Contract (GCC) (2) Special Conditions of Contract (SCC)

(3) Drawings (4) Specifications

(5) Invitation to Bid (IB) (6) Instructions to Bidders (ITB)

218

(7) Bid Data Sheet (BDS) (8) Bid Bulletins (Addenda)

b. Contractor’s Calculated Bid in the Form of Bid, including the Technical and

Financial Proposals (Annex “B”) c. Contractor’s Registration Certificate (CRC) with Contractor’s Information from

the DPWH Registry (Annex “C”)

d. Notice of Award with the Contractor’s “Conforme” (Annex “D”)

e. Performance Security (Annex “E”)

f. Construction Schedule in the form of PERT/CPM Diagram and Bar Chart with

S-curve (Annex “F”)

h. Manpower Schedule (Annex “G”)

i. Construction Methods (Annex “H”)

j. Equipment Utilization Schedule (Annex “I”)

k. Construction Safety and Health Program initially approved by the DPWH Procuring Entity (Annex “J”)

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 AGREEMENT in all respects.

4. In consideration of the execution and completion of the Works by the CONTRACTOR, the ENTITY hereby covenants to pay the CONTRACTOR the unit prices in the CONTRACTOR’s Calculated Bid, as applied to the actual quantities accomplished as certified by the

PROCURING ENTITY under the provisions of this CONTRACT AGREEMENT, at the times and in the manner prescribed by this CONTRACT AGREEMENT.

5. Once a contract is awarded to a winning contractor, the IA and contractor shall finalize

and sign the contract agreement. The IA and Chinese contractor shall expressly stipulate

in the contract that the effectivity thereof is contingent upon the effectivity of the loan

agreement for the project and that no liability shall attach on the part of the IA in case

the loan agreement is not perfected or declared effective.

6. Any issue or dispute arising out of the interpretation or implementation of these

procedures shall be settled through friendly consultations and subject to the mutual

understanding between the parties.

219

IN WITNESS WHEREOF, the parties hereto set their respective hands on the day, month and year first above written.

ENTITY (GOVERNMENT OF THE CONTRACTOR

OF THE PHILIPPINES, THRU THE DEPARTMENT OF PUBLIC WORKS

AND HIGHWAYS)

Represented by: Represented by:

_______________________ ________________________

Witnessed by:

______________________ ________________________

APPROVED:

____________________ Date of Approval: __________

220

FORM OF PERFORMANCE SECURITY (BANK GUARANTEE)

To : [Name of PROCURING ENTITY] [Address of PROCURING ENTITY]

WHEREAS, [name and address of contractor] (hereinafter called the “Contractor”) has undertaken, in pursuance of Contract No. [insert number] dated [insert date] to execute [name of Contract and brief description of Works] (hereinafter called the “Contract”);

WHEREAS, it has been stipulated by you in the said Contract that the contractor shall

furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract; and

AND WHEREAS, we have agreed to give the contractor such a Bank Guarantee;

NOW THEREFORE, we hereby affirm that we are the Guarantor and responsible to you, on behalf of the contractor, up to a total of [insert amount of Guarantee in numbers and in

words]4such sum being payable in the types and proportions of currencies in which the Contract

Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of [amount of Guarantee] as aforesaid without

your needing to prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of demand of the said debt from the contractor before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the

Contract or of the Works to be performed there under or of any of the Contract documents which

may be made between you and the contractor shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any such change, addition, or modification.

This Guarantee shall be valid until a date twenty eight (28) days from the date of issue of the Certificate of Completion.

Signature and seal of the Guarantor

Name of Bank Address

Date

4 An amount is to be inserted by the Guarantor, representing the percentage of the Contract Price specified

in the Contract, and denominated in the specified currency.

221

Contract ID: Contract Name: Location of the Contract:

----------------------------------------------------------------------------------------

REPUBLIC OF THE PHILIPPINES )

CITY OF _______________________ ) S.S.

x-------------------------------------------------------x

BID-SECURING DECLARATION

Invitation to Bid: [Insert reference number]

Contract ID:

Contract Name:

To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid

Security, which may be in the form of a Bid-Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract

with any procuring entity for a period of two (2) years upon receipt of your Blacklisting

Order; and, (b) I/we will pay the applicable fine provided under Section 6 of the

Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from receipt

of the written demand by the Procuring Entity for the commission of acts resulting to the

enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1,

except 69.1(f), of the IRR of RA 9184; without prejudice to other legal action the

government may undertake.

3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the

following circumstances:

(a) Upon expiration of the bid validity period, or any extension thereof pursuant to your

request;

(b) I am/we are declared ineligible or post-disqualified upon receipt of your notice to such

effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a

waiver to avail of said right;

(c) I am/we are declared as the bidder with the Lowest Calculated and Responsive Bid,

and I/we have furnished the performance security and signed the Contract.

222

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

223

BANK GUARANTEE FOR ADVANCE PAYMENT

To: [name and address of PROCURING ENTITY] [name of Contract]

Gentlemen:

In accordance with the provisions of the GCC Clause 39 of the above-mentioned Contract, [name and address of contractor] (hereinafter called “the contractor”) shall deposit with [name of PROCURING ENTITY] a Bank Guarantee to guarantee his proper and faithful performance under the

said Clause of the Contract in an amount of [amount of Guarantee] [amount in words]5

We, the [Bank or Financial Institution], as instructed by the contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to [name of PROCURING ENTITY] on his first demand without whatsoever right of objection on our part and

without his first claim to the contractor, in the amount not exceeding [amount of Guarantee] [amount

in words]6

We further agree that no change or addition to or other modification of the terms of the Contract or of Works to be performed there under or of any of the Contract documents which may be made

between [name of PROCURING ENTITY] and the contractor, shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any such change, addition, or modification.

This Guarantee shall remain valid and in full effect from the date of the advance payment under the

Contract until [name of PROCURING ENTITY] receives full repayment of the same amount from the contractor.

Yours truly, Signature and seal: _______________________________________________________

Name of Bank/Financial Institution: __________________________________________ Address: ________________________________________________________________

Date: ___________________________________________________________________

5 An amount is to be inserted by the Bank or Financial Institution representing the amount of the Advance Payment, and

denominated in the specified currency of the Advance Payment as specified in the Contract.

6 An amount is to be inserted by the Bank or Financial Institution representing the amount of the Advance Payment, and

denominated in the specified currency of the Advance Payment as specified in the Contract.

224

AFFIDAVIT OF DISCLOSURE OF NO RELATIONSHIP

[See ITB Clause 4.2 of the Bidding Documents]

I, [name of the affiant],[state nationality], of legal age, [state status], after having

been duly sworn in accordance with law, do hereby depose and state that:

1. I am the authorized representative of [insert name of Bidder] withoffice address at [insert address] an established and reputable Constructor of [insert name and/or description of the Works] for the bidding of [insert name of the Project] by the [insert name of PROCURING ENTITY] (hereinafter referred to as the “PROCURING ENTITY”);

2. None of the [officers / directors / controlling stockholders / members / owners]

of the [name of the Bidder] are related by consanguinity or affinity up to the

third civil degree to the Head of the PROCURING ENTITY or any of the PROCURING ENTITY’s officers or employees having direct access to information that may substantially affect the result of the bidding, such as, but

not limited to, the members of the Bids and Awards Committee (BAC), the members of the Central Procurement Office (CPO), the BAC Secretariat, the

members of the Project Management Office (PMO), and the designers of the project.

3. I am making this statement in compliance with Section 47 of the Implementing Rules and Regulations Part A of Republic Act 9184, and in accordance with the

requirements of the PROCURING ENTITY 4. I understand and accept that any false statement in this respect will render

[name of the Bidder], and its authorized officers liable for prosecution to the full extent of the law.

IN WITNESS WHEREOF, I have hereunto set my hand this _________________ day of __________________, 20__, in the City of __________________, Philippines.

______________________

Affiant

SUBSCRIBED AND SWORN to before me this ___________________________ day of

_____________________, Philippines. ______________________

Notary Public Doc. No. ___________;

Page No. ___________; Book No. __________; Series of 20__

225

CERTIFICATION ON BIDDER'S RESPONSIBILITIES

REPUBLIC OF THE PHILIPPINES)

CITY OF __________) S.S.

SWORN STATEMENT

I, _______(Representative of the Bidder)_______, of legal age, _____(civil status)____, residing at _____ (Address)_____, under oath, hereby depose and say:

1. I am the _____(Position)____of the____(Name of the Bidder)___ and am duly authorized to make this statement in behalf of ______(Name of the Bidder)_____;

2. With regard to the bidding of _____(Name of the Contract)_____of the____(Name of

the Procuring Entity)____, _____(Name of the Bidder)____is attesting that it is responsible for:

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

b) having acknowledged all conditions, local or otherwise affecting the implementation the contract;

c) having made an estimate of the facilities available and needed for the contract to be bid, if any; and

d) having complied with its responsibility as provided for under Section 22.5.1;

3. That I am making this statement as part of the bidding requirement for ____(Name of the Contract)____.

IN FAITH WHEREOF, I hereby affix my signature this _______day of_________, 20_______at _____, Philippines.

(Name of Representative of the Bidder) AFFIANT

SUBSCRIBED AND SWORN TO before me this____________, day of__________20__, affiant

exhibiting to me his/her Community Tax Certificate No. ____________issued on_____________ at___________, Philippines.

_____________________

(Notary Public)

Until _______

PTR No. _______ Date _______ Place _______

TIN _______

226

Doc. No. _______ Page No. _______

Book No. _______ Series of _______

227

CERTIFICATE OF AUTHENTICITY

I, _____(Representative of the Bidder)_____, of legal age, ___(civil status)___, Filipino residing at___ (Address of the Representative)___, under oath, hereby depose and say:

1. I am the ___(Position in the Bidder)___of the____(Name of the Bidder)___, with office at ___(Address of the Bidder)___ ;

2. That each of the documents submitted is an authentic and original copy or a true and faithful reproduction of the original, and complete and that all statements and information

provided therein are true and correct;

3. That I am making this statement as part of the eligibility requirement of ____(Name of the Bidder)____ for ___(Name of the Project Contract)___.

IN FAITH WHEREOF, I hereby affix my signature this _______day of_________, 20_______at _____, Philippines.

____________________ AFFIANT

SUBSCRIBED AND SWORN TO before me this___________, day of________20___, affiant

exhibiting to me his/her Community Tax Certificate No. ____________issued on_________ at_________, Philippines.

__________________

(Notary Public)

Until _______ PTR No. _______

Date _______ Place _______ TIN _______

Doc. No. _______ Page No. _______

Book No. _______ Series of _______

The prospective bidder or its duly authorized representative shall certify under oath that each of the documents submitted in satisfaction of the eligibility requirements is an authentic and original copy, or a true and faithful reproduction or copy of the original, and complete, and that all statements and information provided therein are true and correct. (IRR Section 23.8). This notarized certification shall be submitted as part of the eligibility envelopes.

228

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: 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;

229

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 activity.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________, Philippines.

_____________________________________ Bidder’s Representative/Authorized Signatory

* This form will not apply for WB-funded projects

230

FOR CIVIL WORKS

231

LETTER OF NOMINEE FOR PROJECT MANAGER

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (name of project and location), I/we have the honor to submit and certify

herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________,

hereinafter called the Project Manager, a registered Civil Engineer with Professional License Certificate No. _______ issued on __________ and who has paid his

Professional Tax for the current year, dated __________ and who was performed the same duties in the construction of the projects enumerated in his/her Certificate of Employment and Bio-Data:

2. That said Project Manager shall be appointed and designated by us as Project Manager

to personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Project Manager shall employ the best care, skills and ability in performing his duties in accordance with the Contract Agreement, Conditions of Contract, Plans, Specifications, Special Provisions and other provisions embodied in the proposed

Contract;

4. That said Project Manager shall be personally present at the jobsite to supervise the phase of construction work pertaining to his assignment as Project Manager all the time;

5. That, in order to guarantee that said Project Manager shall manage and supervise

properly and be personally present in the Project, he is hereby required to secure a certification of appearance from the DPWH Engineer at the end of every month. That I/we shall not start the work without the Project Manager at the jobsite;

6. That in the event that I/we elect or choose to replace the said Project Manager with

another Engineer, the Head, Implementing Office of the DPWH will be notified by us

accordingly in writing at least twenty-one (21) days before making replacement;

7. That the name of the proposed new Project Manager, his qualifications, his experience, list of projects undertaken and other relevant information, shall be submitted to the DPWH for prior approval; and

8. That any willful violation on my/our part of the herein conditions may prejudice my/our

standing as a reliable contractor in future bidding of the DPWH.

232

Very truly yours,

________________________ (Contractor)

CONCURRED IN:

________________________

(Project Manager) ________________________ (Address)

233

LETTER OF NOMINEE FOR PROJECT ENGINEER

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (name of project and location), I/we have the honor to submit and certify

herewith, to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr./Ms. ________________,

hereinafter called the Project Engineer, a registered Civil Engineer with Professional License Certificate No. _______ issued on __________ and who has paid his

Professional Tax for the current year, dated __________ and who was performed the same duties in the construction of the projects enumerated in his/her Certificate of Employment and Bio-Data:

2. That said Project Engineer shall be appointed and designated by us as Project Engineer

to personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Project Engineer shall employ the best care, skills and ability in performing his duties in accordance with the Contract Agreement, Conditions of Contract, Plans, Specifications, and other provisions embodied in the proposed Contract;

4. That said Project Engineer shall be personally present at the jobsite to supervise the

phase of construction work pertaining to his assignment as Project Engineer all the time;

5. That, in order to guarantee that said Project Engineer shall manage and supervise properly and be personally present in the Project, he is hereby required to secure

a certification of appearance from the DPWH Engineer at the end of every month. That I/we shall not start the work without the Project Engineer at the jobsite;

6. That in the event that I/we elect or choose to replace the said Project Engineer with another Engineer, the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty-one (21) days before making replacement;

7. That the name of the proposed new Project Engineer, his qualifications, his experience,

list of projects undertaken and other relevant information, shall be submitted to the DPWH for prior approval; and

8. That any willful violation on my/our part of the herein conditions may prejudice my/our standing as a reliable contractor in future bidding of the DPWH.

234

Very truly yours,

_______________________________ (Contractor)

CONCURRED IN: _______________________________

(Project Engineer) _______________________________

(Address)

235

LETTER OF NOMINEE FOR BRIDGE ENGINEER (SUPERSTRUCTURE)

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (project name and location), I/we have the honor to submit and certify

herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr./Ms. ________________,

hereinafter called the Bridge Engineer (Superstructure), a registered Civil Engineer with Professional License Certificate No. _______ issued on __________ and who

has paid his Professional Tax for the current year, dated __________ and who was performed the same duties in the construction of the projects enumerated in his/her Certificate of Employment and Bio-Data:

2. That said Bridge Engineer (Superstructure) shall be appointed and designated by us

as Bridge Engineer (Superstructure) to personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Bridge Engineer (Superstructure) shall employ the best care, skills and ability in performing his duties in accordance with the Contract Agreement, Conditions of Contract, Plans, Specifications, and other provisions embodied in the proposed

Contract;

4. That said Bridge Engineer (Superstructure) shall be personally present at the jobsite to supervise the phase of construction work pertaining to his assignment as Bridge Engineer (Superstructure) all the time;

5. That, in order to guarantee that said Bridge Engineer (Superstructure) shall manage

and supervise properly and be personally present in the Project, he is hereby required to secure a certification of appearance from the DPWH Engineer at the end of every month. That I/we shall not start the work without the Bridge Engineer

(Superstructure)at the jobsite; 6. That in the event that I/we elect or choose to replace the said Bridge Engineer

(Superstructure) with another Engineer, the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty-one (21) days

before making replacement; 7. That the name of the proposed new Bridge Engineer (Superstructure), his

qualifications, his experience, list of projects undertaken and other relevant information, shall be submitted to the DPWH for prior approval; and

8. That any willful violation on my/our part of the herein conditions may prejudice my/our

standing as a reliable contractor in future bidding of the DPWH.

236

Very truly yours,

_______________________________ (Contractor)

CONCURRED IN:

_______________________________

(Bridge Engineer (Superstructure)) ______________________________ (Address)

237

LETTER OF NOMINEE FOR BRIDGE ENGINEER (SUBSTRUCTURE)

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (name of project and location), I/we have the honor to submit and certify

herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________,

hereinafter called the Bridge Engineer (Substructure), who has performed the same duties in the construction of the projects enumerated in his/her Certificate

of Employment and Bio-Data; 2. That said Bridge Engineer (Substructure) shall be appointed and designated by us as

our Bridge Engineer (Substructure) to personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Bridge Engineer (Substructure) shall employ the best care, skills and ability

in performing his duties in accordance with the Contract Agreement, Conditions of

Contract, Plans, Specifications, and other provisions embodied in the proposed Contract;

4. That said Bridge Engineer (Substructure) shall be personally present at the jobsite to supervise the phase of construction work pertaining to his assignment as Bridge

Engineer (Substructure) all the time; 5. That, in order to guarantee that said Bridge Engineer (Substructure) shall manage and

supervise properly and be personally present in the Project, he is hereby required to secure a certification of appearance from the DPWH Engineer at the end of

every month. That I/we shall not start the work without the Bridge Engineer (Substructure) at the jobsite;

6. That in the event that I/we elect or choose to replace the said Bridge Engineer (Substructure), the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty-one (21) days before making replacement;

7. That the name of the proposed new Bridge Engineer (Substructure), his qualifications,

his experience, list of projects undertaken and other relevant information, shall be submitted to the DPWH for prior approval; and

8. That any willful violation on my/our part of the herein conditions may prejudice my/our

standing as a reliable contractor in future bidding of the DPWH.

238

Very truly yours,

_______________________________ (Contractor)

CONCURRED IN:

_______________________________

(Bridge Engineer (Substructure)) _______________________________ (Address)

239

LETTER OF NOMINEE FOR MATERIALS/QUALITY CONTROL ENGINEER

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (name of project and location), I/we have the honor to submit and certify

herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________,

hereinafter called the Materials/Quality Control Engineer, who has performed the same duties in the construction of the projects enumerated in his/her Certificate of

Employment and Bio-Data; 2. That said Materials/Quality Control Engineer shall be appointed and designated by us

as our Safety Officer to personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Materials/Quality Control Engineer shall employ the best care, skills and

ability in performing his duties in accordance with the Contract Agreement, Conditions

of Contract, Plans, Specifications, and other provisions embodied in the proposed Contract;

4. That said Materials/Quality Control Engineer shall be personally present at the jobsite to work pertaining to his assignment as Safety Officer all the time;

5. That, in order to guarantee that said Materials/Quality Control Engineer shall manage

and supervise properly and be personally present in the Project, he is hereby required

to secure a certification of appearance from the DPWH Engineer at the end of every month. That I/we shall not start the work without the Materials/Quality Control

Engineer at the jobsite; 6. That in the event that I/we elect or choose to replace the said Materials/Quality Control

Engineer, the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty-one (21) days before making replacement;

7. That the name of the proposed new Materials/Quality Control Engineer, his qualifications, his experience and other relevant information, shall be submitted to the

DPWH for prior approval; and

8. That any willful violation on my/our part of the herein conditions may prejudice my/our

standing as a reliable contractor in future bidding of the DPWH.

240

Very truly yours,

_______________________________ (Contractor)

CONCURRED IN:

_______________________________

(Materials/Quality Control Engineer) _______________________________ (Address)

241

LETTER OF NOMINEE FOR GEODETIC ENGINEER

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (name of project and location), I/we have the honor to submit and certify

herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________,

hereinafter called the Geodetic Engineer, who has performed the same duties in the construction of the projects enumerated in his/her Certificate of Employment and Bio-

Data; 2. That said Geodetic Engineer shall be appointed and designated by us as our Geodetic

Engineer to personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Geodetic Engineer shall employ the best care, skills and ability in performing

his duties in accordance with the Contract Agreement, Conditions of Contract, Plans,

Specifications, and other provisions embodied in the proposed Contract; 4. That said Geodetic Engineer shall be personally present at the jobsite to work

pertaining to his assignment as Safety Officer all the time;

5. That, in order to guarantee that said Geodetic Engineer shall manage and supervise properly and be personally present in the Project, he is hereby required to secure a certification of appearance from the DPWH Engineer at the end of every month. That

I/we shall not start the work without the Geodetic Engineer at the jobsite;

6. That in the event that I/we elect or choose to replace the said Geodetic Engineer, the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty-one (21) days before making replacement;

7. That the name of the proposed new Geodetic Engineer, his qualifications, his

experience and other relevant information, shall be submitted to the DPWH for prior

approval; and

8. That any willful violation on my/our part of the herein conditions may prejudice my/our

standing as a reliable contractor in future bidding of the DPWH.

242

Very truly yours,

_______________________________ (Contractor)

CONCURRED IN:

_______________________________

(Geodetic Engineer) _______________________________ (Address)

243

LETTER OF NOMINEE FOR PROFESSIONAL ELECTRICAL ENGINEER

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (name of project and location), I/we have the honor to submit and certify

herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________,

hereinafter called the Professional Electrical Engineer, who has performed the same duties in the construction of the projects enumerated in his/her Certificate of

Employment and Bio-Data; 2. That said Professional Electrical Engineer shall be appointed and designated by us as

our Professional Electrical Engineer to personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Professional Electrical Engineer shall employ the best care, skills and ability

in performing his duties in accordance with the Contract Agreement, Conditions of

Contract, Plans, Specifications, and other provisions embodied in the proposed Contract;

4. That said Professional Electrical Engineer shall be personally present at the jobsite to work pertaining to his assignment as Safety Officer all the time;

5. That, in order to guarantee that said Professional Electrical Engineer shall manage and

supervise properly and be personally present in the Project, he is hereby required to

secure a certification of appearance from the DPWH Engineer at the end of every month. That I/we shall not start the work without the Professional Electrical Engineer

at the jobsite; 6. That in the event that I/we elect or choose to replace the said Professional Electrical

Engineer, the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty-one (21) days before making replacement;

7. That the name of the proposed new Professional Electrical Engineer, his qualifications, his experience and other relevant information, shall be submitted to the DPWH for

prior approval; and

8. That any willful violation on my/our part of the herein conditions may prejudice my/our

standing as a reliable contractor in future bidding of the DPWH.

244

Very truly yours,

_______________________________

(Contractor)

CONCURRED IN:

_______________________________ (Professional Electrical Engineer)

_______________________________ (Address)

245

LETTER OF NOMINEE FOR TRAFFIC ENGINEER

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways

___________________________ (Address) Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed

Construction of (name of project and location), I/we have the honor to submit and certify herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________, hereinafter called the Traffic Engineer, who has performed the same duties in the

construction of the projects enumerated in his/her Certificate of Employment and Bio-Data;

2. That said Traffic Engineer shall be appointed and designated by us as our Traffic Engineer to personally perform the same duties in the above-mentioned Project, if and

when the same is awarded in our favor; 3. That said Traffic Engineer shall employ the best care, skills and ability in performing

his duties in accordance with the Contract Agreement, Conditions of Contract, Plans, Specifications, and other provisions embodied in the proposed Contract;

4. That said Traffic Engineer shall be personally present at the jobsite to work pertaining to his assignment as Safety Officer all the time;

5. That, in order to guarantee that said Traffic Engineer shall manage and supervise

properly and be personally present in the Project, he is hereby required to secure a

certification of appearance from the DPWH Engineer at the end of every month. That I/we shall not start the work without the Traffic Engineer at the jobsite;

6. That in the event that I/we elect or choose to replace the said Traffic Engineer, the

Head, Implementing Office of the DPWH will be notified by us accordingly in writing

at least twenty-one (21) days before making replacement; 7. That the name of the proposed new Traffic Engineer, his qualifications, his experience

and other relevant information, shall be submitted to the DPWH for prior approval; and

8. That any willful violation on my/our part of the herein conditions may prejudice my/our

standing as a reliable contractor in future bidding of the DPWH.

246

Very truly yours,

_______________________________ (Contractor)

CONCURRED IN:

_______________________________

(Traffic Engineer) _______________________________ (Address)

247

LETTER OF NOMINEE FOR SAFETY ENGINEER

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (name of project and location), I/we have the honor to submit and certify

herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________,

hereinafter called the Safety Engineer, who has performed the same duties in the construction of the projects enumerated in his/her Certificate of Employment and Bio-

Data; 2. That said Safety Engineer shall be appointed and designated by us as our Safety

Engineer to personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Safety Engineer shall employ the best care, skills and ability in performing

his duties in accordance with the Contract Agreement, Conditions of Contract, Plans,

Specifications, and other provisions embodied in the proposed Contract; 4. That said Safety Engineer shall be personally present at the jobsite to work pertaining

to his assignment as Safety Officer all the time;

5. That, in order to guarantee that said Safety Engineer shall manage and supervise properly and be personally present in the Project, he is hereby required to secure a certification of appearance from the DPWH Engineer at the end of every month. That

I/we shall not start the work without the Safety Engineer at the jobsite;

6. That in the event that I/we elect or choose to replace the said Safety Engineer, the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty-one (21) days before making replacement;

7. That the name of the proposed new Safety Engineer, his qualifications, his experience

and other relevant information, shall be submitted to the DPWH for prior approval;

and

8. That any willful violation on my/our part of the herein conditions may prejudice my/our

standing as a reliable contractor in future bidding of the DPWH.

248

Very truly yours,

_______________________________ (Contractor)

CONCURRED IN:

_______________________________

(Safety Engineer) _______________________________ (Address)

249

LETTER OF NOMINEE FOR ENVIRONMENTAL SPECIALIST

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (name of project and location), I/we have the honor to submit and certify

herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________,

hereinafter called the Environmental Specialist, who has performed the same duties in the construction of the projects enumerated in his/her Certificate of Employment and

Bio-Data; 2. That said Environmental Specialist shall be appointed and designated by us as our

Environmental Specialist to personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Environmental Specialist shall employ the best care, skills and ability in

performing his duties in accordance with the Contract Agreement, Conditions of

Contract, Plans, Specifications, and other provisions embodied in the proposed Contract;

4. That said Environmental Specialist shall be personally present at the jobsite to work pertaining to his assignment as Safety Officer all the time;

5. That, in order to guarantee that said Environmental Specialist shall manage and

supervise properly and be personally present in the Project, he is hereby required to

secure a certification of appearance from the DPWH Engineer at the end of every month. That I/we shall not start the work without the Environmental Specialist at the

jobsite; 6. That in the event that I/we elect or choose to replace the said Environmental Specialist,

the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty-one (21) days before making replacement;

7. That the name of the proposed new Environmental Specialist, his qualifications, his experience and other relevant information, shall be submitted to the DPWH for prior

approval; and

8. That any willful violation on my/our part of the herein conditions may prejudice my/our

standing as a reliable contractor in future bidding of the DPWH.

250

Very truly yours,

_______________________________

(Contractor)

CONCURRED IN:

_______________________________ (Environmental Specialist)

_______________________________ (Address)

251

LETTER OF NOMINEE FOR FOREMAN (SUPERSTRUCTURE)

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (name of project and location), I/we have the honor to submit and certify

herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________,

hereinafter called the Foreman (Superstructure), who has performed the same duties in the construction of the projects enumerated in his/her Certificate of Employment

and Bio-Data; 2. That said Foreman (Superstructure) shall be appointed and designated by us as our

Foreman (Superstructure) to personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Foreman (Superstructure) shall employ the best care, skills and ability in

performing his duties in accordance with the Contract Agreement, Conditions of

Contract, Plans, Specifications, and other provisions embodied in the proposed Contract;

4. That said Foreman (Superstructure) shall be personally present at the jobsite to supervise the phase of construction work pertaining to his assignment as Foreman

(Superstructure) all the time 5. That, in order to guarantee that said Foreman (Superstructure) shall manage and

supervise properly and be personally present in the Project, he is hereby required to secure a certification of appearance from the DPWH Engineer at the end of every

month. That I/we shall not start the work without the Environmental Specialist at the jobsite;

6. That in the event that I/we elect or choose to replace the said Foreman (Superstructure), the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty-one (21) days before making replacement;

7. That the name of the proposed new Foreman (Superstructure), his qualifications, his

experience and other relevant information, shall be submitted to the DPWH for prior approval; and

8. That any willful violation on my/our part of the herein conditions may prejudice my/our

standing as a reliable contractor in future bidding of the DPWH.

252

Very truly yours,

_______________________________ (Contractor)

CONCURRED IN:

_______________________________

(Foreman (Superstructure)) _______________________________ (Address)

253

LETTER OF NOMINEE FOR FOREMAN (SUB-STRUCTURE)

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (name of project and location), I/we have the honor to submit and certify

herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________,

hereinafter called the Foreman (Substructure), who has performed the same duties in the construction of the projects enumerated in his/her Certificate of Employment and

Bio-Data; 2. That said Foreman (Substructure) shall be appointed and designated by us as our

Foreman (Substructure) to personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Foreman (Substructure) shall employ the best care, skills and ability in

performing his duties in accordance with the Contract Agreement, Conditions of

Contract, Plans, Specifications, and other provisions embodied in the proposed Contract;

4. That said Foreman (Substructure) shall be personally present at the jobsite to supervise the phase of construction work pertaining to his assignment as Foreman

(Substructure) all the time; 5. That, in order to guarantee that said Foreman (Substructure) shall manage and

supervise properly and be personally present in the Project, he is hereby required to secure a certification of appearance from the DPWH Engineer at the end of every

month. That I/we shall not start the work without the Foreman (Substructure) at the jobsite;

6. That in the event that I/we elect or choose to replace the said Foreman (Substructure), the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty-one (21) days before making replacement;

7. That the name of the proposed new Foreman (Substructure), his qualifications, his

experience and other relevant information, shall be submitted to the DPWH for prior approval; and

8. That any willful violation on my/our part of the herein conditions may prejudice my/our

standing as a reliable contractor in future bidding of the DPWH.

254

Very truly yours,

_______________________________ (Contractor)

CONCURRED IN:

_______________________________

(Foreman (Substructure)) _______________________________ (Address)

255

PROJECT MANAGER’S CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways

__________________________________________ (Address) Sir:

I am a licensed Civil Engineer with Professional License No. ___________ issued on

_________ at _____________. I hereby certify that ___________________ contracted my services as Project Manager on

the _________________________________________, if awarded to him.

The following projects had been supervised by me as Project Manager (mention only projects of same nature as aforesaid Contract);

NAME OF OWNER COST DATE STARTED - PROJECT DATE COMPLETED

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST % PROJECT ACCOMPLISHED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ In case of my separation for any reason whatsoever from the above-mentioned Contractor, I

shall notify the Department of Public Works and Highways at least twenty-one (21) days before the effective date of my separation.

I have read carefully and will abide by the conditions required of me in the Contractor’s Confidential Application Statement for Pre-qualification of the above Contractor.

As Project Manager, I know I will have to stay in the Project all the time to supervise and manage the Project to the best of my ability, and am aware that I am authorized to handle

only ONE (1) project at a time.

I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to qualify for the Project without any firm intention on my part to assume the post as Project Manager if the Project is awarded to him since I understand that to do so will be a

sufficient ground for my disqualification as Project Manager in any future bidding or employment for any Contractor doing business with the Department of Public Works and Highways.

256

___________________________ (Signature of Project Manager)

REPUBLIC OF THE PHILIPPINES) CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting to me his Residence Tax Certificate No. _____________ issued on ____________ at

_____________.

_______________________ Notary Public

PTR No. _________________ Until _________________

Doc. No. _______ Page No. _______ Book No. _______

Series of _______

257

PROJECT ENGINEER’S CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways

__________________________________________ (Address) Sir:

I am a licensed Civil Engineer with Professional License No. ________ issued on

____________ at _____________. I hereby certify that ___________________ contracted my services as Project Engineer on

the _________________________________________, if awarded to him.

The following projects had been supervised by me as Project Engineer (mention only projects of same nature as aforesaid Contract);

NAME OF OWNER COST DATE STARTED - PROJECT DATE COMPLETED

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST % PROJECT ACCOMPLISHED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ In case of my separation for any reason whatsoever from the above-mentioned Contractor, I

shall notify the Department of Public Works and Highways at least twenty-one (21) days before the effective date of my separation.

I have read carefully and will abide by the conditions required of me in the Contractor’s Confidential Application Statement for Pre-qualification of the above Contractor.

As Project Engineer, I know I will have to stay in the Project all the time to supervise and manage the Project to the best of my ability, and am aware that I am authorized to handle

only ONE (1) project at a time.

I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to qualify for the Project without any firm intention on my part to assume the post as Project Engineer if the Project is awarded to him since I understand that to do so will be a

sufficient ground for my disqualification as Project Engineer in any future bidding or employment for any Contractor doing business with the Department of Public Works and Highways.

258

__________________________ (Signature of Project Engineer)

REPUBLIC OF THE PHILIPPINES) CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting to me his Residence Tax Certificate No. _____________ issued on ____________ at

_____________.

______________________

Notary Public

PTR No. _______ Until __________ Doc. No. _______

Page No. _______ Book No. _______

Series of _______

259

BRIDGE ENGINEER’S (SUPERSTRUCTURE) CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways

__________________________________________ (Address) Sir:

I am a licensed Civil Engineer with Professional License No. ______________ issued on

____________ at _____________. I hereby certify that ___________________ contracted my services as Bridge Engineer

(Superstructure) on the _________________________________________, if awarded to him.

The following projects had been supervised by me as Project Bridge Engineer (Superstructure) (mention only projects of same nature as aforesaid Contract);

NAME OF OWNER COST DATE STARTED -

PROJECT DATE COMPLETED _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST % PROJECT ACCOMPLISHED

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the Department of Public Works and Highways at least TWENTY-ONE (21) days before the effective date of my separation.

I have read carefully and will abide by the conditions required of me in the Contractor’s

Confidential Application Statement for Pre-qualification of the above Contractor. As Bridge Engineer (Superstructure), I know I will have to stay in the Project all the time to

supervise and manage the Project to the best of my ability, and am aware that I am authorized to handle only ONE (1) project at a time.

I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to qualify for the Project without any firm intention on my part to assume the post

as Bridge Engineer (Superstructure) if the Project is awarded to him since I understand that to do so will be a sufficient ground for my disqualification as Bridge Engineer (Superstructure) in any future bidding or employment for any Contractor doing business with the Department

of Public Works and Highways.

260

_______________________________________

(Signature of Bridge Engineer (Superstructure))

DRY SEAL

REPUBLIC OF THE PHILIPPINES) CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting

to me his Residence Tax Certificate No. _____________ issued on ____________ at _____________.

______________________

Notary Public ______________________

PTR No. ________________________

Until

Doc. No. _______

Page No. _______ Book No. _______ Series of _______

261

BRIDGE ENGINEER’S (SUBSTRUCTURE) CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways

__________________________________________ (Address) Sir:

I am a licensed Civil Engineer with Professional License No. ________ issued on

____________ at _____________. I hereby certify that ___________________ contracted my services as Bridge Engineer

(Substructure) on the _________________________________________, if awarded to him.

The following projects had been supervised by me as Bridge Engineer (Substructure) (mention only projects of same nature as aforesaid Contract);

NAME OF OWNER COST DATE STARTED - PROJECT DATE COMPLETED

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST % PROJECT ACCOMPLISHED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ I have read carefully and will abide by the conditions required of me in the Contractor’s

Confidential Application Statement for Pre-qualification of the above Contractor. As Bridge Engineer (Substructure), I know I will have to stay in the Project all the time to

supervise and manage the Project to the best of my ability, and am aware that I am authorized to handle only one (1) project at a time.

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the Department of Public Works and Highways at least twenty-one (21) days

before the effective date of my separation.

I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to qualify for the Project without any firm intention on my part to assume the post as Bridge Engineer (Substructure) if the Project is awarded to him since I understand that to

do so will be a sufficient ground for my disqualification as Bridge Engineer (Substructure) in any future bidding or employment for any Contractor doing business with the Department of Public Works and Highways.

262

____________________________________

(Signature of Bridge Engineer (Substructure))

REPUBLIC OF THE PHILIPPINES) CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting to me his Residence Tax Certificate No. _____________ issued on ____________ at

_____________.

______________________ Notary Public

PTR No. __________ Until ______________

Doc. No. _______

Page No. _______ Book No. _______ Series of _______

263

MATERIALS/QUALITY CONTROL ENGINEER’S CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways

__________________________________________ (Address) Sir:

I hereby certify that Contractor ________________________ has engaged my services as

Materials/Quality Control Engineer on the ______________________________________________, if awarded to him.

The following projects had been supervised by me as Materials/Quality Control Engineer (mention only projects of same nature as aforesaid Contract);

NAME OF OWNER COST DATE STARTED - PROJECT DATE COMPLETED

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST % PROJECT ACCOMPLISHED

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________

I have read carefully and will abide by the conditions required of me in the Contractor’s Confidential Application Statement for Pre-qualification of the above Contractor.

As Materials/Quality Control Engineer, I know I will have to stay in the Project all the time to supervise and manage the Project to the best of my ability, and am aware that I am authorized to handle only one (1) project at a time.

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I

shall notify the Department of Public Works and Highways at least twenty-one (21) days before the effective date of my separation.

I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to qualify for the Project without any firm intention on my part to assume the post

as Materials/Quality Control Engineer if the Project is awarded to him since I understand that to do so will be a sufficient ground for my disqualification as Materials/Quality Control Engineer in any future bidding or employment for any Contractor doing business with the Department

of Public Works and Highways.

264

_______________________________________

(Signature of Materials/Quality Control Engineer)

REPUBLIC OF THE PHILIPPINES) CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting to me his Residence Tax Certificate No. _____________ issued on ____________ at

_____________.

______________________ Notary Public

PTR No. __________ Until ______________

Doc. No. _______

Page No. _______ Book No. _______ Series of _______

265

GEODETIC ENGINEER’S CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways __________________________________________ (Address)

Sir:

I am a licensed Geodetic Engineer with Professional License No. ________ issued on ____________ at _____________.

I hereby certify that ___________________ contracted my services as Geodetic Engineer on the _________________________________________, if awarded to him.

The following projects had been supervised by me as Geodetic Engineer (mention only

projects of same nature as aforesaid Contract); NAME OF OWNER COST DATE STARTED -

PROJECT DATE COMPLETED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST %

PROJECT ACCOMPLISHED _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

I have read carefully and will abide by the conditions required of me in the Contractor’s Confidential Application Statement for Pre-qualification of the above Contractor.

As Geodetic Engineer, I know I will have to stay in the Project all the time to supervise and manage the Project to the best of my ability, and am aware that I am authorized to handle

only one (1) project at a time.

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the Department of Public Works and Highways at least twenty-one (21) days before the effective date of my separation.

I did not allow the use of my name for the purpose only of enabling the above-mentioned

Contractor to qualify for the Project without any firm intention on my part to assume the post as Geodetic Engineer if the Project is awarded to him since I understand that to do so will be a sufficient ground for my disqualification as Geodetic Engineering any future bidding or

employment for any Contractor doing business with the Department of Public Works and Highways.

266

________________________

(Geodetic Engineer)

REPUBLIC OF THE PHILIPPINES) CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting to me his Residence Tax Certificate No. _____________ issued on ____________ at

_____________.

______________________ Notary Public

PTR No. __________ Until ______________

Doc. No. _______

Page No. _______ Book No. _______ Series of _______

267

PROFESSIONAL ELECTRICAL ENGINEER’S CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways __________________________________________ (Address)

Sir:

I am a licensed professional Electrical Engineer with Professional License No. ________ issued on ____________ at _____________.

I hereby certify that ___________________ contracted my services as licensed professional Electrical Engineer on the _________________________________________, if awarded to

him.

The following projects had been supervised by me as Professional Electrical Engineer (mention only projects of same nature as aforesaid Contract);

NAME OF OWNER COST DATE STARTED - PROJECT DATE COMPLETED

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST % PROJECT ACCOMPLISHED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ I have read carefully and will abide by the conditions required of me in the Contractor’s

Confidential Application Statement for Pre-qualification of the above Contractor. As Professional Electrical Engineer, I know I will have to stay in the Project all the time to

supervise and manage the Project to the best of my ability, and am aware that I am authorized to handle only one (1) project at a time.

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the Department of Public Works and Highways at least twenty-one (21) days

before the effective date of my separation.

I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to qualify for the Project without any firm intention on my part to assume the post as Professional Electrical Engineer if the Project is awarded to him since I understand that to

do so will be a sufficient ground for my disqualification as Professional Electrical Engineer in any future bidding or employment for any Contractor doing business with the Department of Public Works and Highways.

268

_____________________________________

(Signature of Professional Electrical Engineer)

REPUBLIC OF THE PHILIPPINES) CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting to me his Residence Tax Certificate No. _____________ issued on ____________ at

_____________.

______________________ Notary Public

PTR No. __________ Until ______________

Doc. No. _______

Page No. _______ Book No. _______ Series of _______

269

TRAFFIC ENGINEER’S CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways __________________________________________ (Address)

Sir:

I am a licensed Civil Engineer with Professional License No. ________ issued on ____________ at _____________.

I hereby certify that ___________________ contracted my services as licensed Civil Engineer on the _________________________________________, if awarded to him.

The following projects had been supervised by me as Traffic Engineer (mention only projects

of same nature as aforesaid Contract); NAME OF OWNER COST DATE STARTED -

PROJECT DATE COMPLETED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST %

PROJECT ACCOMPLISHED _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

I have read carefully and will abide by the conditions required of me in the Contractor’s Confidential Application Statement for Pre-qualification of the above Contractor.

As Traffic Engineer, I know I will have to stay in the Project all the time to supervise and manage the Project to the best of my ability, and am aware that I am authorized to handle

only one (1) project at a time.

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the Department of Public Works and Highways at least twenty-one (21) days before the effective date of my separation.

I did not allow the use of my name for the purpose only of enabling the above-mentioned

Contractor to qualify for the Project without any firm intention on my part to assume the post as Traffic Engineer if the Project is awarded to him since I understand that to do so will be a sufficient ground for my disqualification as Traffic Engineer in any future bidding or

employment for any Contractor doing business with the Department of Public Works and Highways.

270

________________________

(Signature of Traffic Engineer)

REPUBLIC OF THE PHILIPPINES) CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting to me his Residence Tax Certificate No. _____________ issued on ____________ at

_____________.

______________________ Notary Public

PTR No. __________ Until ______________

Doc. No. _______

Page No. _______ Book No. _______ Series of _______

271

SAFETY ENGINEER’S CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways __________________________________________ (Address)

Sir:

I hereby certify that Contractor ________________________ has engaged my services as Safety Engineer on the ______________________________________________, if awarded

to him. The following projects had been supervised by me as Safety Engineer (mention only projects

of same nature as aforesaid Contract);

NAME OF OWNER COST DATE STARTED - PROJECT DATE COMPLETED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects: NAME OF OWNER COST %

PROJECT ACCOMPLISHED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

I have read carefully and will abide by the conditions required of me in the Contractor’s

Confidential Application Statement for Pre-qualification of the above Contractor. As Safety Engineer, I know I will have to stay in the Project all the time to supervise and

manage the Project to the best of my ability, and am aware that I am authorized to handle only one (1) project at a time.

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the Department of Public Works and Highways at least twenty-one (21) days

before the effective date of my separation. I did not allow the use of my name for the purpose only of enabling the above-mentioned

Contractor to qualify for the Project without any firm intention on my part to assume the post as Safety Engineer if the Project is awarded to him since I understand that to do so will be a

sufficient ground for my disqualification as Safety Engineer in any future bidding or employment for any Contractor doing business with the Department of Public Works and Highways.

272

________________________

(Signature of Safety Engineer)

REPUBLIC OF THE PHILIPPINES) CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting to me his Residence Tax Certificate No. _____________ issued on ____________ at

_____________.

______________________ Notary Public

PTR No. __________ Until ______________

Doc. No. _______

Page No. _______ Book No. _______ Series of _______

273

ENVIRONMENTAL SPECIALIST’S CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways

__________________________________________ (Address) Sir:

I hereby certify that Contractor ________________________ has engaged my services as

Environmental Specialist on the ______________________________________________, if awarded to him.

The following projects had been supervised by me as Environmental Specialist (mention only projects of same nature as aforesaid Contract);

NAME OF OWNER COST DATE STARTED - PROJECT DATE COMPLETED

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST % PROJECT ACCOMPLISHED

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________

I have read carefully and will abide by the conditions required of me in the Contractor’s Confidential Application Statement for Pre-qualification of the above Contractor.

As Environmental Specialist, I know I will have to stay in the Project all the time to supervise and manage the Project to the best of my ability, and am aware that I am authorized to handle only one (1) project at a time.

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I

shall notify the Department of Public Works and Highways at least twenty-one (21) days before the effective date of my separation.

I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to qualify for the Project without any firm intention on my part to assume the post

as Environmental Specialist if the Project is awarded to him since I understand that to do so will be a sufficient ground for my disqualification as Environmental Specialist in any future bidding or employment for any Contractor doing business with the Department of Public Works

and Highways.

274

________________________

(Signature of Environmental Specialist)

REPUBLIC OF THE PHILIPPINES) CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting to me his Residence Tax Certificate No. _____________ issued on ____________ at

_____________.

______________________ Notary Public

PTR No. __________ Until ______________

Doc. No. _______

Page No. _______ Book No. _______ Series of _______

275

FOREMAN’S (SUPERSTRUCTURE) CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways __________________________________________ (Address)

Sir:

I hereby certify that Contractor ________________________ has engaged my services as Foreman (Superstructure) on the ______________________________________________, if

awarded to him. The following projects had been supervised by me as Foreman (Superstructure) (mention only

projects of same nature as aforesaid Contract);

NAME OF OWNER COST DATE STARTED - PROJECT DATE COMPLETED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects: NAME OF OWNER COST %

PROJECT ACCOMPLISHED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

I have read carefully and will abide by the conditions required of me in the Contractor’s

Confidential Application Statement for Pre-qualification of the above Contractor. As Foreman (Superstructure), I know I will have to stay in the Project all the time to supervise

and manage the Project to the best of my ability, and am aware that I am authorized to handle only one (1) project at a time.

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the Department of Public Works and Highways at least twenty-one (21) days

before the effective date of my separation. I did not allow the use of my name for the purpose only of enabling the above-mentioned

Contractor to qualify for the Project without any firm intention on my part to assume the post Foreman (Superstructure) if the Project is awarded to him since I understand that to do so

will be a sufficient ground for my disqualification as Foreman (Superstructure) in any future bidding or employment for any Contractor doing business with the Department of Public Works and Highways.

276

________________________

(Signature of Foreman (Superstructure))

REPUBLIC OF THE PHILIPPINES) CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting to me his Residence Tax Certificate No. _____________ issued on ____________ at

_____________.

______________________ Notary Public

PTR No. __________ Until ______________

Doc. No. _______

Page No. _______ Book No. _______ Series of _______

277

FOREMAN’S (SUBSTRUCTURE) CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways __________________________________________ (Address)

Sir:

I hereby certify that Contractor ________________________ has engaged my services as Foreman (Substructure) on the ______________________________________________, if

awarded to him. The following projects had been supervised by me as Foreman (Substructure) (mention only

projects of same nature as aforesaid Contract);

NAME OF OWNER COST DATE STARTED - PROJECT DATE COMPLETED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects: NAME OF OWNER COST %

PROJECT ACCOMPLISHED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

I have read carefully and will abide by the conditions required of me in the Contractor’s

Confidential Application Statement for Pre-qualification of the above Contractor. As Foreman (Substructure), I know I will have to stay in the Project all the time to supervise

and manage the Project to the best of my ability, and am aware that I am authorized to handle only one (1) project at a time.

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the Department of Public Works and Highways at least twenty-one (21) days

before the effective date of my separation. I did not allow the use of my name for the purpose only of enabling the above-mentioned

Contractor to qualify for the Project without any firm intention on my part to assume the post as Foreman (Substructure) if the Project is awarded to him since I understand that to do so

will be a sufficient ground for my disqualification as Foreman (Substructure) in any future bidding or employment for any Contractor doing business with the Department of Public Works and Highways.

278

________________________

(Signature of Foreman (Substructure))

REPUBLIC OF THE PHILIPPINES) CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting to me his Residence Tax Certificate No. _____________ issued on ____________ at

_____________.

______________________ Notary Public

PTR No. __________ Until ______________

Doc. No. _______

Page No. _______ Book No. _______ Series of _______

279

BIO-DATA

Proposed Position:

Name of Firm:

Name of Staff:

Profession:

Date of Birth:

Years with Firm/Entity: Nationality:

Membership in Professional Societies:

Detailed Tasks Assigned:

Key Qualifications:

[Give an outline of staff member’s experience and training most pertinent to tasks on project.

Describe degree of responsibility held by staff member on relevant previous projects and give

dates and locations. Use about half a page.] Training attended to be supported by

Certificate of Training or equivalent document.

Education:

[Summarize college/university and other specialized education of staff members, giving

names of schools, dates attended, and degrees obtained. Use about one quarter of a page.]

To be supported by Diploma or equivalent document.

Employment Record:

[Starting with present position, list in reverse order every employment held. List all positions

held by staff member since graduation, giving dates, names of employing organizations, titles

of positions held, and locations of projects. For experience in last ten years, also give types

of activities performed and client references, where appropriate. Use about two pages.]

280

Languages:

[For each language, indicate proficiency: excellent, good, fair, or poor in speaking, reading,

and writing.]

Certification:

I, the undersigned, certify that to the best of my knowledge and belief, these data correctly

describe me, my qualifications, and my experience.

Date:

[Signature of staff member and authorized representative of the firm] Day/Month/Year

Full name of staff member: _______________________________________________

Full name of authorized representative: ______________________________________

281

FOR DESIGN SERVICES

282

LETTER OF NOMINEE FOR TEAM LEADER

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (name of project and location), I/we have the honor to submit and certify

herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr./Ms.

________________, hereinafter called the Team Leader, a registered Civil Engineer with Professional License Certificate No. _______ issued on __________

and who has paid his Professional Tax for the current year, dated __________ and who has performed the same duties in the design of the projects enumerated in his/her Certificate of Employment and Bio-Data:

2. That said Engineer shall be appointed and designated by us as Team Leader to

personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Engineer shall employ the best care, skills and ability in performing his duties in accordance with the Contract Agreement, Conditions of Contract, Plans, Specifications, and other provisions embodied in the proposed Contract;

4. That said Engineer shall be personally present during the Design Phase and any

time and as the need arises at the jobsite during Construction Phase pertaining to his assignment as Team Leader;

5. That in the event that I/we elect or choose to replace the said Team Leader with another Engineer, the Head, Implementing Office of the DPWH will be notified by

us accordingly in writing at least twenty-one (21) days before making replacement;

6. That the name of the proposed new Team Leader, his qualifications, his

experience, list of projects undertaken and other relevant information, shall be submitted to the DPWH for prior approval; and

7. That any willful violation on my/our part of the herein conditions may prejudice

my/our standing as a reliable contractor in future bidding of the DPWH.

283

Very truly yours,

________________________

(Contractor)

CONCURRED IN:

________________________ (Team Leader)

________________________ (Address)

284

LETTER OF NOMINEE FOR BRIDGE DESIGN ENGINEER (SUPERSTRUCTURE)

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways

___________________________ (Address) Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed

Construction of (name of project), I/we have the honor to submit and certify herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________, hereinafter called the Bridge Design Engineer (Superstructure), a registered Civil

Engineer with Professional License Certificate No. _______ issued on __________ and who has paid his Professional Tax for the current year, dated __________ and who has performed the same duties in the design of the projects enumerated in his/her

Certificate of Employment and Bio-Data:

2. That said Engineer shall be appointed and designated by us as Bridge Design Engineer (Superstructure) to personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Engineer shall employ the best care, skills and ability in performing his duties

in accordance with the Contract Agreement, Conditions of Contract, Plans,

Specifications, and other provisions embodied in the proposed Contract;

4. That said Engineer shall be personally present during the Design Phase and any time and as the need arises at the jobsite during Construction Phase pertaining to his assignment as Bridge Design Engineer (Superstructure);

5. That in the event that I/we elect or choose to replace the said Bridge Design Engineer

(Superstructure) with another Engineer, the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty-one (21) days before making replacement;

6. That the name of the proposed new Bridge Design Engineer (Superstructure), his

qualifications, his experience, list of projects undertaken and other relevant

information, shall be submitted to the DPWH for prior approval; and

7. That any willful violation on my/our part of the herein conditions may prejudice my/our standing as a reliable contractor in future bidding of the DPWH.

285

Very truly yours,

__________________________________ (Contractor)

CONCURRED IN:

__________________________________ (Bridge Design Engineer (Superstructure))

__________________________________ (Address)

286

LETTER OF NOMINEE FOR BRIDGE DESIGN ENGINEER (SUBSTRUCTURE)

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (name of project and location), I/we have the honor to submit and certify

herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________,

hereinafter called the Bridge Design Engineer (Substructure), a registered Civil Engineer with Professional License Certificate No. _______ issued on __________ and

who has paid his Professional Tax for the current year, dated __________ and who has performed the same duties in the design of the projects enumerated in his/her Certificate of Employment and Bio-Data:

2. That said Engineer shall be appointed and designated by us as Bridge Design Engineer

(Substructure) to personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Engineer shall employ the best care, skills and ability in performing his duties in accordance with the Contract Agreement, Conditions of Contract, Plans, Specifications, and other provisions embodied in the proposed Contract;

4. That said Engineer shall be personally present during the Design Phase and any time

and as the need arises at the jobsite during Construction Phase pertaining to his assignment as Bridge Design Engineer (Substructure);

5. That in the event that I/we elect or choose to replace the said Bridge Design Engineer (Substructure) with another Engineer, the Head, Implementing Office of the DPWH

will be notified by us accordingly in writing at least twenty-one (21) days before making replacement;

6. That the name of the proposed new Bridge Design Engineer (Substructure), his qualifications, his experience, list of projects undertaken and other relevant information, shall be submitted to the DPWH for prior approval; and

7. That any willful violation on my/our part of the herein conditions may prejudice my/our

standing as a reliable contractor in future bidding of the DPWH.

287

Very truly yours,

__________________________________

(Contractor)

CONCURRED IN:

__________________________________ (Bridge Design Engineer (Substructure))

__________________________________ (Address)

288

LETTER OF NOMINEE FOR HYDRAULIC/DRAINAGE ENGINEER

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (name of project and location), I/we have the honor to submit and certify

herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________,

hereinafter called the Hydraulic/Drainage Engineer, a registered Civil Engineer with Professional License Certificate No. _______ issued on __________ and who has paid

his Professional Tax for the current year, dated __________ and who has performed the same duties in the design of the projects enumerated in his/her Certificate of Employment and Bio-Data:

2. That said Engineer shall be appointed and designated by us as Hydraulic/Drainage

Engineer to personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Engineer shall employ the best care, skills and ability in performing his duties in accordance with the Contract Agreement, Conditions of Contract, Plans, Specifications, and other provisions embodied in the proposed Contract;

4. That said Engineer shall be personally present during the Design Phase and any time

and as the need arises at the jobsite during Construction Phase pertaining to his assignment as Hydraulic/Drainage Engineer;

5. That in the event that I/we elect or choose to replace the said Hydraulic/Drainage Engineer with another Geologist, the Head, Implementing Office of the DPWH will be

notified by us accordingly in writing at least twenty-one (21) days before making replacement;

6. That the name of the proposed new Hydraulic/Drainage Engineer, his qualifications, his experience, list of projects undertaken and other relevant information, shall be submitted to the DPWH for prior approval; and

7. That any willful violation on my/our part of the herein conditions may prejudice my/our

standing as a reliable contractor in future bidding of the DPWH.

289

Very truly yours,

__________________________

(Contractor)

CONCURRED IN:

__________________________ (Hydraulic/Drainage Engineer)

__________________________ (Address)

290

LETTER OF NOMINEE FOR GEODETIC ENGINEER

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (name of project and location), I/we have the honor to submit and certify

herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________,

hereinafter called the Geodetic Engineer, a registered Geodetic Engineer with Professional License Certificate No. _______ issued on __________ and who has paid

his Professional Tax for the current year, dated __________ and who was performed the same duties in the design of the projects enumerated in his/her Certificate of Employment and Bio-Data:

2. That said Engineer shall be appointed and designated by us as Geodetic Engineer to

personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Engineer shall employ the best care, skills and ability in performing his duties in accordance with the Contract Agreement, Conditions of Contract, Plans, Specifications, and other provisions embodied in the proposed Contract;

4. That said Engineer shall be personally present during the Design Phase and any time

and as the need arises at the jobsite during Construction Phase pertaining to his assignment as Geodetic Engineer;

5. That in the event that I/we elect or choose to replace the said Geodetic Engineer with another Engineer, the Head, Implementing Office of the DPWH will be notified by us

accordingly in writing at least twenty-one (21) days before making replacement;

6. That the name of the proposed new Geodetic Engineer, his qualifications, his

experience, list of projects undertaken and other relevant information, shall be submitted to the DPWH for prior approval; and

7. That any willful violation on my/our part of the herein conditions may prejudice my/our standing as a reliable contractor in future bidding of the DPWH.

291

Very truly yours,

__________________________

(Contractor)

CONCURRED IN:

__________________________ (Geodetic Engineer)

__________________________ (Address)

292

LETTER OF NOMINEE FOR GEOTECHNICAL ENGINEER

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways

___________________________ (Address) Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed

Construction of (name of project and location), I/we have the honor to submit and certify herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________, hereinafter called the Geotechnical Engineer, a registered Civil Engineer with

Professional License Certificate No. _______ issued on __________ and who has paid his Professional Tax for the current year, dated __________ and who was performed the same duties in the design of the projects enumerated in his/her Certificate of

Employment and Bio-Data:

2. That said Engineer shall be appointed and designated by us as Geotechnical Engineer to personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Engineer shall employ the best care, skills and ability in performing his duties

in accordance with the Contract Agreement, Conditions of Contract, Plans,

Specifications, Special Provisions and other provisions embodied in the proposed Contract;

4. That said Engineer shall be personally present during the Design Phase and any time

and as the need arises at the jobsite during Construction Phase pertaining to his

assignment as Geotechnical Engineer;

5. That in the event that I/we elect or choose to replace the said Geotechnical Engineer with another Engineer, the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty-one (21) days before making replacement;

6. That the name of the proposed new Geotechnical Engineer, his qualifications, his

experience, list of projects undertaken and other relevant information, shall be

submitted to the DPWH for prior approval; and

7. That any willful violation on my/our part of the herein conditions may prejudice my/our standing as a reliable contractor in future bidding of the DPWH.

293

Very truly yours,

__________________________ (Contractor)

CONCURRED IN:

__________________________

(Geotechnical Engineer) __________________________

(Address)

294

LETTER OF NOMINEE FOR QUANTITY COST ENGINEER

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (name of project and location), I/we have the honor to submit and certify

herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________,

hereinafter called the Quantity Cost Engineer, a registered Civil Engineer with Professional License Certificate No. _______ issued on __________ and who has paid

his Professional Tax for the current year, dated __________ and who was performed the same duties in the design of the projects enumerated in his/her Certificate of Employment and Bio-Data:

2. That said Engineer shall be appointed and designated by us as Quantity Cost Engineer

to personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Engineer shall employ the best care, skills and ability in performing his duties in accordance with the Contract Agreement, Conditions of Contract, Plans, Specifications, Special Provisions and other provisions embodied in the proposed

Contract;

4. That said Engineer shall be personally present during the Design Phase and any time and as the need arises at the jobsite during Construction Phase pertaining to his assignment as Quantity Cost Engineer;

5. That in the event that I/we elect or choose to replace the said Quantity Cost Engineer

with another Engineer, the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty-one (21) days before making replacement;

6. That the name of the proposed new Quantity Cost Engineer, his qualifications, his experience, list of projects undertaken and other relevant information, shall be submitted to the DPWH for prior approval; and

7. That any willful violation on my/our part of the herein conditions may prejudice my/our

standing as a reliable contractor in future bidding of the DPWH.

295

Very truly yours,

__________________________

(Contractor)

CONCURRED IN:

__________________________ (Quantity Cost Engineer)

__________________________ (Address)

296

LETTER OF NOMINEE FOR HIGHWAY ENGINEER

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (name of project and location), I/we have the honor to submit and certify

herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________,

hereinafter called the Highway Engineer, a registered Civil Engineer with Professional License Certificate No. _______ issued on __________ and who has paid his

Professional Tax for the current year, dated __________ and who was performed the same duties in the design of the projects enumerated in his/her Certificate of Employment and Bio-Data:

2. That said Engineer shall be appointed and designated by us as Highway Engineer to

personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Engineer shall employ the best care, skills and ability in performing his duties in accordance with the Contract Agreement, Conditions of Contract, Plans, Specifications, Special Provisions and other provisions embodied in the proposed

Contract;

4. That said Engineer shall be personally present during the Design Phase and any time and as the need arises at the jobsite during Construction Phase pertaining to his assignment as Highway Engineer;

5. That in the event that I/we elect or choose to replace the said Highway Engineer with

another Engineer, the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty-one (21) days before making replacement;

6. That the name of the proposed new Highway Engineer, his qualifications, his experience, list of projects undertaken and other relevant information, shall be submitted to the DPWH for prior approval; and

7. That any willful violation on my/our part of the herein conditions may prejudice my/our

standing as a reliable contractor in future bidding of the DPWH.

297

Very truly yours,

__________________________

(Contractor)

CONCURRED IN:

__________________________ (Highway Engineer)

__________________________ (Address)

298

LETTER OF NOMINEE FOR ENVIRONMENTAL SPECIALIST

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (name of project and location), I/we have the honor to submit and certify

herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________,

hereinafter called the Environmental Specialist, a registered Civil Engineer with Professional License Certificate No. _______ issued on __________ and who has paid

his Professional Tax for the current year, dated __________ and who was performed the same duties in the design of the projects enumerated in his/her Certificate of Employment and Bio-Data:

2. That said Environmental Specialist shall be appointed and designated by us as

Environmental Specialist to personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Environmental Specialist shall employ the best care, skills and ability in performing his duties in accordance with the Contract Agreement, Conditions of Contract, Plans, Specifications, Special Provisions and other provisions embodied in

the proposed Contract;

4. That said Environmental Specialist shall be personally present during the Design Phase and any time and as the need arises at the jobsite during Construction Phase pertaining to his assignment as Environmental Specialist;

5. That in the event that I/we elect or choose to replace the said Environmental Specialist

with another Engineer, the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty one (21) days before making replacement;

6. That the name of the proposed new Environmental Specialist, his qualifications, his experience, list of projects undertaken and other relevant information, shall be submitted to the DPWH for prior approval; and

7. That any willful violation on my/our part of the herein conditions may prejudice my/our

standing as a reliable contractor in future bidding of the DPWH.

299

Very truly yours,

__________________________

(Contractor)

CONCURRED IN:

__________________________ (Environmental Specialist)

__________________________ (Address)

300

LETTER OF NOMINEE FOR SPECIFICATIONS WRITER

_________________ (Date)

The Honorable Secretary Department of Public Works and Highways ___________________________ (Address)

Sir:

Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (name of project and location), I/we have the honor to submit and certify

herewith to be true and correct, the following pertinent information:

1. That I/we have engaged and contracted the services of Mr. ________________,

hereinafter called the Specifications Writer, a registered Civil Engineer with Professional License Certificate No. _______ issued on __________ and who has paid

his Professional Tax for the current year, dated __________ and who was performed the same duties in the design of the projects enumerated in his/her Certificate of Employment and Bio-Data:

2. That said Specifications Writer shall be appointed and designated by us as

Specifications Writer to personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Specifications Writer shall employ the best care, skills and ability in performing his duties in accordance with the Contract Agreement, Conditions of Contract, Plans, Specifications, Special Provisions and other provisions embodied in

the proposed Contract;

4. That said Specifications Writer shall be personally present during the Design Phase and any time and as the need arises at the jobsite during Construction Phase pertaining to his assignment as Specifications Writer;

5. That in the event that I/we elect or choose to replace the said Specifications Writer

with another Engineer, the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty one (21) days before making replacement;

6. That the name of the proposed new Specifications Writer, his qualifications, his experience, list of projects undertaken and other relevant information, shall be submitted to the DPWH for prior approval; and

7. That any willful violation on my/our part of the herein conditions may prejudice my/our

standing as a reliable contractor in future bidding of the DPWH.

301

Very truly yours,

__________________________

(Contractor)

CONCURRED IN:

__________________________ (Environmental Specialist)

__________________________ (Address)

302

TEAM LEADER’S CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways

__________________________________________ (Address) Sir:

I am a licensed Civil Engineer with Professional License No. ______________ issued

on ____________ at _____________.

I hereby certify that ___________________ contracted my services as Team Leader

on the _________________________________________, if awarded to him.

The following projects had been designed by me as Team Leader (mention only projects of same nature as aforesaid Contract);

NAME OF OWNER COST DATE STARTED - PROJECT DATE COMPLETED

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST % PROJECT ACCOMPLISHED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ In case of my separation for any reason whatsoever from the above-mentioned Contractor, I

shall notify the Department of Public Works and Highways at least twenty-one (21) days before the effective date of my separation.

I have read carefully and will abide by the conditions required of me in the Contractor’s Confidential Application Statement for Pre-qualification of the above Contractor.

As Team Leader, I know I will have to stay in the Project during the Design Phase and any time during the construction phase of the project with the best of my ability as Team Leader.

I did not allow the use of my name for the purpose only of enabling the above-mentioned

Contractor to qualify for the Project without any firm intention on my part to assume the post as Team Leader if the Project is awarded to him since I understand that to do so will be a sufficient ground for my disqualification as Team Leader in any future bidding or employment

for any Contractor doing business with the Department of Public Works and Highways.

303

____________________________________

(Signature of Team Leader)

REPUBLIC OF THE PHILIPPINES) CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting

to me his Residence Tax Certificate No. _____________ issued on ____________ at _____________.

Notary Public

PTR No. ________

Until ___________

Doc. No. _______

Page No. _______ Book No. _______

Series of _______

304

BRIDGE DESIGN ENGINEER’S (SUPERSTRUCTURE) CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways

__________________________________________ (Address) Sir:

I am a licensed Civil Engineer with Professional License No. ______________ issued

on ____________ at _____________.

I hereby certify that ___________________ contracted my services as Bridge Design

Engineer (Superstructure) on the _________________________________________, if awarded to him.

The following projects had been designed by me as Bridge Design Engineer (Superstructure) (mention only projects of same nature as aforesaid Contract);

NAME OF OWNER COST DATE STARTED -

PROJECT DATE COMPLETED _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST % PROJECT ACCOMPLISHED

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the Department of Public Works and Highways at least twenty-one (21) days before the effective date of my separation.

I have read carefully and will abide by the conditions required of me in the Contractor’s

Confidential Application Statement for Pre-qualification of the above Contractor. As Bridge Design Engineer (Superstructure), I know I will have to stay in the Project during

the Design Phase and any time during the construction phase of the project with the best of my ability as Bridge Design Engineer (Superstructure).

I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to qualify for the Project without any firm intention on my part to assume the post

as Bridge Design Engineer (Superstructure) if the Project is awarded to him since I understand

305

that to do so will be a sufficient ground for my disqualification as Bridge Design Engineer (Superstructure) in any future bidding or employment for any Contractor doing business with

the Department of Public Works and Highways.

___________________________________

(Signature of Bridge Design Engineer (Superstructure))

REPUBLIC OF THE PHILIPPINES)

CITY OF _____________________) S.S. SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting

to me his Residence Tax Certificate No. _____________ issued on ____________ at _____________.

Notary Public

PTR No. ________ Until ___________

Doc. No. _______

Page No. _______ Book No. _______ Series of _______

306

BRIDGE DESIGN ENGINEER’S (SUBSTRUCTURE) CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways

__________________________________________ (Address) Sir:

I am a licensed Civil Engineer with Professional License No. ______________ issued

on ____________ at _____________.

I hereby certify that ___________________ contracted my services as Bridge Design

Engineer (Substructure) on the _________________________________________, if awarded to him.

The following projects had been designed by me as Bridge Design Engineer (Substructure) (mention only projects of same nature as aforesaid Contract);

NAME OF OWNER COST DATE STARTED -

PROJECT DATE COMPLETED _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST % PROJECT ACCOMPLISHED

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the Department of Public Works and Highways at least twenty-one (21) days

before the effective date of my separation.

I have read carefully and will abide by the conditions required of me in the Contractor’s Confidential Application Statement for Pre-qualification of the above Contractor.

As Bridge Design Engineer (Substructure), I know I will have to stay in the Project during the Design Phase and any time during the construction phase of the project with the best of my

ability as Bridge Design Engineer (Substructure). I did not allow the use of my name for the purpose only of enabling the above-mentioned

Contractor to qualify for the Project without any firm intention on my part to assume the post

307

as Bridge Design Engineer (Substructure) if the Project is awarded to him since I understand that to do so will be a sufficient ground for my disqualification as Bridge Design Engineer

(Substructure) in any future bidding or employment for any Contractor doing business with the Department of Public Works and Highways.

___________________________________ (Signature of Bridge Design Engineer (Substructure))

REPUBLIC OF THE PHILIPPINES) CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting to me his Residence Tax Certificate No. _____________ issued on ____________ at

_____________.

Notary Public

PTR No. ________

Until ___________

Doc. No. _______ Page No. _______ Book No. _______

Series of _______

308

HYDRAULIC/DRAINAGE ENGINEER’S CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways

__________________________________________ (Address) Sir:

I am a licensed Civil Engineer with Professional License No. ______________ issued

on ____________ at _____________.

I hereby certify that ___________________contracted my services as

Hydraulic/Drainage Engineer on the _________________________________________, if awarded to him.

The following projects had been designed by me as Hydraulic/Drainage Engineer (mention only projects of same nature as aforesaid Contract);

NAME OF OWNER COST DATE STARTED -

PROJECT DATE COMPLETED _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST % PROJECT ACCOMPLISHED

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the Department of Public Works and Highways at least twenty-one (21) days before the effective date of my separation.

I have read carefully and will abide by the conditions required of me in the Contractor’s

Confidential Application Statement for Pre-qualification of the above Contractor. As Hydraulic/Drainage Engineer, I know I will have to stay in the Project during the Design

Phase and any time during the construction phase of the project with the best of my ability as Hydraulic/Drainage Engineer.

I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to qualify for the Project without any firm intention on my part to assume the post

as Hydraulic/Drainage Engineer if the Project is awarded to him since I understand that to do

309

so will be a sufficient ground for my disqualification as Hydraulic/Drainage Engineer in any future bidding or employment for any Contractor doing business with the Department of Public

Works and Highways.

______________________________________

(Signature of Hydraulic/Drainage Engineer)

DRY SEAL

REPUBLIC OF THE PHILIPPINES) CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting

to me his Residence Tax Certificate No. _____________ issued on ____________ at _____________.

Notary Public PTR No._________

Until ___________________

Doc. No. _______ Page No. _______ Book No. _______

Series of _______

310

GEODETIC ENGINEER’S CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways

__________________________________________ (Address) Sir:

I am a licensed Geodetic Engineer with Professional License No. ______________ issued on

____________ at _____________. I hereby certify that ___________________ contracted my services as Geodetic Engineer on

the _________________________________________, if awarded to him.

The following projects had been designed by me as Geodetic Engineer (mention only projects of same nature as aforesaid Contract);

NAME OF OWNER COST DATE STARTED - PROJECT DATE COMPLETED

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST % PROJECT ACCOMPLISHED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ In case of my separation for any reason whatsoever from the above-mentioned Contractor, I

shall notify the Department of Public Works and Highways at least twenty-one (21) days before the effective date of my separation.

I have read carefully and will abide by the conditions required of me in the Contractor’s Confidential Application Statement for Pre-qualification of the above Contractor.

As Geodetic Engineer, I know I will have to stay in the Project during the Design Phase and any time during the construction phase of the project with the best of my ability as Geodetic

Engineer.

I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to qualify for the Project without any firm intention on my part to assume the post as Geodetic Engineer if the Project is awarded to him since I understand that to do so will be

a sufficient ground for my disqualification as Geodetic Engineer in any future bidding or

311

employment for any Contractor doing business with the Department of Public Works and Highways.

_____________________________________ (Signature of Geodetic Engineer)

REPUBLIC OF THE PHILIPPINES)

CITY OF _____________________) S.S. SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting

to me his Residence Tax Certificate No. _____________ issued on ____________ at _____________.

Notary Public

PTR No. _________ Until ____________

Doc. No. _______

Page No. _______ Book No. _______ Series of _______

312

GEOTECHNICAL ENGINEER’S CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways __________________________________________ (Address)

Sir:

I am a licensed Civil Engineer with Professional License No. ______________ issued on ____________ at _____________.

I hereby certify that ___________________ contracted my services as Geotechnical Engineer on the _________________________________________, if awarded to him.

The following projects had been designed by me as Geotechnical Engineer (mention only

projects of same nature as aforesaid Contract); NAME OF OWNER COST DATE STARTED -

PROJECT DATE COMPLETED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST %

PROJECT ACCOMPLISHED _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the Department of Public Works and Highways at least twenty-one (21) days

before the effective date of my separation. I have read carefully and will abide by the conditions required of me in the Contractor’s

Confidential Application Statement for Pre-qualification of the above Contractor.

As Geotechnical Engineer, I know I will have to stay in the Project during the Design Phase and any time during the construction phase of the project with the best of my ability as Geotechnical Engineer.

I did not allow the use of my name for the purpose only of enabling the above-mentioned

Contractor to qualify for the Project without any firm intention on my part to assume the post as Geotechnical Engineer if the Project is awarded to him since I understand that to do so will be a sufficient ground for my disqualification as Geotechnical Engineer in any future bidding

313

or employment for any Contractor doing business with the Department of Public Works and Highways.

____________________________________________ (Signature of Geotechnical Engineer)

REPUBLIC OF THE PHILIPPINES) CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting to me his Residence Tax Certificate No. _____________ issued on ____________ at

_____________.

Notary Public

PTR No. _________

Until ____________l

Doc. No. _______ Page No. _______ Book No. _______

Series of _______

314

QUANTITY/COST ENGINEER’S CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways __________________________________________ (Address)

Sir:

I am a licensed Civil Engineer with Professional License No. ______________ issued on ____________ at _____________.

I hereby certify that ___________________ contracted my services as Quantity/Cost Engineer on the _________________________________________, if awarded to him.

The following projects had been designed by me as Quantity/Cost Engineer (mention only

projects of same nature as aforesaid Contract); NAME OF OWNER COST DATE STARTED -

PROJECT DATE COMPLETED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST %

PROJECT ACCOMPLISHED _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the Department of Public Works and Highways at least twenty-one (21) days

before the effective date of my separation. I have read carefully and will abide by the conditions required of me in the Contractor’s

Confidential Application Statement for Pre-qualification of the above Contractor.

As Quantity/Cost Engineer, I know I will have to stay in the Project during the Design Phase and any time during the construction phase of the project with the best of my ability as Quantity/Cost Engineer.

I did not allow the use of my name for the purpose only of enabling the above-mentioned

Contractor to qualify for the Project without any firm intention on my part to assume the post as Quantity/Cost Engineer if the Project is awarded to him since I understand that to do so will be a sufficient ground for my disqualification as Quantity/Cost Engineer in any future

315

bidding or employment for any Contractor doing business with the Department of Public Works and Highways.

__________________________________________ (Signature of Quantity/Cost Engineer)

REPUBLIC OF THE PHILIPPINES)

CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting to me his Residence Tax Certificate No. _____________ issued on ____________ at _____________.

Notary Public

PTR No. ____________

Until _______________

Doc. No. _______

Page No. _______ Book No. _______

Series of _______

316

HIGHWAY ENGINEER’S CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways __________________________________________ (Address)

Sir:

I am a licensed Civil Engineer with Professional License No. ______________ issued on ____________ at _____________.

I hereby certify that ___________________ contracted my services as Highway Engineer on the _________________________________________, if awarded to him.

The following projects had been designed by me as Highway Engineer (mention only projects

of same nature as aforesaid Contract); NAME OF OWNER COST DATE STARTED -

PROJECT DATE COMPLETED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST %

PROJECT ACCOMPLISHED _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the Department of Public Works and Highways at least twenty-one (21) days

before the effective date of my separation. I have read carefully and will abide by the conditions required of me in the Contractor’s

Confidential Application Statement for Pre-qualification of the above Contractor.

As Highway Engineer, I know I will have to stay in the Project during the Design Phase and any time during the construction phase of the project with the best of my ability as Highway Engineer.

I did not allow the use of my name for the purpose only of enabling the above-mentioned

Contractor to qualify for the Project without any firm intention on my part to assume the post as Highway Engineer if the Project is awarded to him since I understand that to do so will be a sufficient ground for my disqualification as Highway Engineer in any future bidding or

317

employment for any Contractor doing business with the Department of Public Works and Highways.

__________________________________________ (Signature of Highway Engineer)

REPUBLIC OF THE PHILIPPINES)

CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting to me his Residence Tax Certificate No. _____________ issued on ____________ at _____________.

Notary Public

PTR No. ____________

Until _______________

Doc. No. _______

Page No. _______ Book No. _______

Series of _______

318

ENVIRONMENTAL SPECIALIST’S CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways __________________________________________ (Address)

Sir:

I am a licensed Civil Engineer with Professional License No. ______________ issued on ____________ at _____________.

I hereby certify that ___________________ contracted my services as Environmental Specialist on the _________________________________________, if awarded to him.

The following projects had been designed by me as Environmental Specialist (mention only

projects of same nature as aforesaid Contract); NAME OF OWNER COST DATE STARTED -

PROJECT DATE COMPLETED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST %

PROJECT ACCOMPLISHED _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the Department of Public Works and Highways at least twenty-one (21) days

before the effective date of my separation. I have read carefully and will abide by the conditions required of me in the Contractor’s

Confidential Application Statement for Pre-qualification of the above Contractor.

As Environmental Specialist, I know I will have to stay in the Project during the Design Phase and any time during the construction phase of the project with the best of my ability as Environmental Specialist.

I did not allow the use of my name for the purpose only of enabling the above-mentioned

Contractor to qualify for the Project without any firm intention on my part to assume the post as Environmental Specialist if the Project is awarded to him since I understand that to do so will be a sufficient ground for my disqualification as Environmental Specialist in any future

319

bidding or employment for any Contractor doing business with the Department of Public Works and Highways.

__________________________________________ (Signature of Environmental Specialist)

REPUBLIC OF THE PHILIPPINES)

CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting to me his Residence Tax Certificate No. _____________ issued on ____________ at _____________.

Notary Public

PTR No. ____________

Until _______________

Doc. No. _______

Page No. _______ Book No. _______

Series of _______

320

SPECIFICATIONS WRITER’S CERTIFICATE OF EMPLOYMENT

____________________ (Date)

The Honorable Secretary Department of Public Works and Highways __________________________________________ (Address)

Sir:

I am a licensed Civil Engineer with Professional License No. ______________ issued on ____________ at _____________.

I hereby certify that ___________________ contracted my services as Specifications Writer on the _________________________________________, if awarded to him.

The following projects had been designed by me as Specifications Writer (mention only

projects of same nature as aforesaid Contract); NAME OF OWNER COST DATE STARTED -

PROJECT DATE COMPLETED _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

At present, I am supervising the following on-going projects:

NAME OF OWNER COST %

PROJECT ACCOMPLISHED _______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

_______________ _______________ _______________ _______________ _______________ _______________ _______________ _______________

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the Department of Public Works and Highways at least twenty-one (21) days

before the effective date of my separation. I have read carefully and will abide by the conditions required of me in the Contractor’s

Confidential Application Statement for Pre-qualification of the above Contractor.

As Specifications Writer, I know I will have to stay in the Project during the Design Phase and any time during the construction phase of the project with the best of my ability as Environmental Specialist.

I did not allow the use of my name for the purpose only of enabling the above-mentioned

Contractor to qualify for the Project without any firm intention on my part to assume the post as Specifications Writer if the Project is awarded to him since I understand that to do so will be a sufficient ground for my disqualification as Environmental Specialist in any future bidding

321

or employment for any Contractor doing business with the Department of Public Works and Highways.

_____________________________________ (Signature of Specifications Writer)

REPUBLIC OF THE PHILIPPINES)

CITY OF _____________________) S.S.

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of, affiant exhibiting to me his Residence Tax Certificate No. _____________ issued on ____________ at _____________.

Notary Public

PTR No. ____________

Until _______________

Doc. No. _______

Page No. _______ Book No. _______

Series of _______

322

Department of Public Works and Highways (DPWH)

Contract ID: Contract Name:

Location of the Contract:

CONTRACTOR’S CERTIFICATION ON KEY PERSONNEL FOR THE CONTRACT

Date of Issuance: Name of Head of Procuring Entity:

Position: Name of Procuring Entity:

Address: Dear Sir/Madame:

Supplementing our Organizational chart for the above stated Contract, we submit, and certify as true and correct, the following information:

1. We have engaged the services of the following key personnel to perform the duties of

the position indicated in the above stated Contract if it is awarded to us:

a. For Design Services

Proposed Position Name Years of Experience

in Similar Position

Team Leader

Bridge Design Engineer (Superstructure)

Bridge Design Engineer (Substructure)

Hydraulic/Drainage Engineer

Geotechnical Engineer

Geodetic Engineer

Quantity/Cost Engineer

Highway Engineer

Environmental Specialist

Specifications Writer

b. Civil Works

Proposed Position Name Years of Experience in Similar Position

Project Manager

Project Engineer

Bridge Engineer (Superstructure)

Bridge Engineer (Substructure)

Materials/Quality Control Engineer

Geodetic Engineer

Professional Electrical Engineer

Traffic Engineer

Safety Engineer

Environmental Specialist

323

Foreman (Superstructure)

Foreman (Sub-Structure)

2. We submit the enclosed affidavits of Commitment to work on the Contract of these key personnel.

3. We ensure that the abovementioned personnel shall employ their best care, skill, and ability in performing the duties of their respective positions in accordance with the

provision of the contract, including the Conditions of Contract, specifications, and Drawings, and that they shall be personally present it the jobsite during the period of their assignment in the contract.

4. In event that we choose to replace any of the abovementioned key personnel, we shall

submit to you in writing at least fourteen (14) days before making the replacement, for your approval, the name and bio data of the proposed replacement whose experience shall be equal to or better than the person to be replaced.

5. We understand that any violation of the above stated conditions shall be a sufficient ground

for us to be disqualified from this Contract and future biddings of the DPWH.

Very Truly Yours,

Name and Signature of Bidder’s Authorized Representative

324

Department of Public Works and Highways Contract ID No.:

Contract Name: Location of the Contract:

__________________

KEY PERSONNEL’S AFFIDAVIT OF COMMITMENT TO WORK ON THE CONTRACT

Date of Issuance Name of Head of Procuring Entity Position Name of Procuring Entity Address

Dear Sir/Madame:

1. I confirm that Name of Contractor has engaged my services for the position of ________ in the above stated Contract if it is awarded to the Contractor.

2. I, therefore, commit to assume the said position in the above stated Contract once it is awarded to the Contractor, and I shall employ the best care, skill, and ability to perform

the duties of such position in accordance with the Conditions of Contract, Specifications, Drawings, and other provisions of the Contract Agreement. I am aware that I have to stay in the jobsite for the duration of my assignment.

3. I do not allow the use of my name to enable the Contractor to qualify for the above

stated Contract without my commitment to assume the said position, since I

understand that to do so shall be a sufficient ground for my disqualification from this Contract and future biddings of the DPWH.

1. I submit, and certify as true and correct, my bio-data as follows:

a. Name : ____________________________________________

b. Date of Birth : ____________________________________________

c. Nationality :

____________________________________________ d. Educational Attainment :

____________________________________________

e. Specialty : ____________________________________________

f. PRC License No. and Date : ____________________________________________

g. Tax Information No. (TIN) :

__________________________________________ h. Employment Record :

____________________________________________

325

Name & Address of Employer

Position From Mo./Yr.

To Mo./Yr.

Total Period

Yrs. & Mos.

i. Work Experience (Projects Handled):

i. Proj. Name & Location

ii. Owner’s Name & Address iii. My Position

i. Proj. Description

(Scope of Work and Length)

ii. Total Proj. Cost

i. Part of Proj. I

Handled ii. Cost of Part

i. Start Date

ii. Compl. Date

Completed Projects:

On-going Projects:

(use another sheet, if necessary)

Very truly yours,

Name and Signature of Personnel Noted by:

Name and Signature of Contractor’s Authorized Representative REPUBLIC OF THE PHILIPPINES) CITY OF __________________ )

SUBSCRIBED and SWORN TO before me this _____ day of ______________, 20 ___ at __________________, affiant exhibiting to me his/her Residence Certificate No. __________

issued at __________________________ on _______________________.

__________________ Notary Public

Doc. No. ___________________ Until __________________

Page No. ___________________ PTR No. __________________

Book No. ___________________ Issued at __________________

Series No. ___________________ Issued on __________________

326

327

FOR DESIGN AND CONSTRUCTION SERVICES:

TECHNICAL ASPECTS (To be included as Supporting Documents in the First Envelope)

328

TPF 1. DESIGNER’S REFERENCES

Relevant Services Carried Out That Best Illustrate Qualifications

Using the format below, provide information on each project for which your firm/entity, either individually, as a corporate entity, or as one of the major companies within an

association, was legally contracted.

Project Name:

Country:

Location within Country:

Professional Staff Provided by Your

Firm/Entity(profiles):

Name of Client:

No of Staff:

Address:

No of Staff-Months; Duration of

Project:

Start Date (Month/Year):

Completion Date (Month/Year):

Approx. Value of Services (in Current US$):

Name of Associated Consultants, if any:

No of Months of Professional Staff Provided by Associated Consultants:

Name of Senior Staff (Project Director/Coordinator, Team Leader) Involved and Functions

Performed:

Narrative Description of Project:

Description of Actual Services Provided by Your Staff:

Consultant’s Name:

329

TPF 2. COMMENTS AND SUGGESTIONS OF DESIGNER ON THE TERMS OF REFERENCE, MINIMUM PERFORMANCE STANDARDS AND SPECIFICATIONS

(MPSS), AND DATA PROVIDED BY THE PROCURING ENTITY

Terms of Reference

1.

2.

3.

Minimum Performance Specifications and Parameters:

1.

2. 3.

Data Provided by the Procuring Entity:

1.

2.

3.

330

TPF 3a. DESCRIPTION OF METHODOLOGY AND WORK PLAN FOR PERFORMING THE PROJECT

The Bidder shall submit a design methodology which addresses the key items identified in the Employer’s Requirements, which include, inter alia, the following:

(a) Organizational arrangements for the design, including: team structure, roles and

responsibilities, design works plan, interface arrangements, design review and

approval procedures, and quality assurance arrangements;

(b) Proposed design deliverables (Per TOR requirements);

(c) Design statement to describe the approach and methodology that demonstrate

the capability in the design of the Project, as described in the Employer’s

Requirements, which the design statement shall cover the following aspects:

i. Topographic and Hydrographic Survey

ii. Geotechnical Investigation

iii. Hydrologic and Hydraulic Study

iv. Alignment and Earthworks Design

v. Design of Bridge Structures

vi. Design of Approach Roads

vii. Design of Drainage and Slope Protection Works

viii. Design of Miscellaneous Structures

ix. Design Specifications of Materials

x. Traffic Management Plan

(d) Any added value the Bidder will bring or examples of innovative aspects of the

design;

(e) Details of the approach to managing risks, stakeholder engagement,

consultation, and environmental permits/consents; and

(f) Value Engineering

331

TPF 3b. CONSTRUCTION MANAGEMENT STRATEGY AND METHOD STATEMENT FOR CONSTRUCTION INCLUDING PERT-CPM

The Bidder shall submit a construction management strategy as per Employer’s

Requirements, which address, inter alia, the following:

(a) Organizational arrangements for construction management, including team

structure, roles and responsibilities, interface arrangements, and quality

assurance arrangements;

(b) Subcontractor selection and management;

(c) Support from the Employer in obtaining and managing consents, permits, and

approvals from third parties;

(d) Site setup proposals, including access, accommodation, welfare facilities and

arrangement for plant and material storage;

(e) Construction phasing proposals, including sequence of work methodology and

management of conflicting activities which shall cover the following aspects:

i. Construction of Foundation

ii. Construction of Substructure

iii. Construction of Superstructure

iv. Construction of Pylon

v. Construction of Approach

vi. Construction of Drainage and Slope Protection Structures

vii. Construction of Miscellaneous Structures

(f) Risk management approach for geotechnical and subsurface aspects of the

Works;

(g) Quality management system, including a draft of the Quality Management

Plan;

332

(h) Preparation, approval, and implementation for the Contractor’s

Environmental and Social Management Plan;

(i) Preparation, approval, and implementation for the Contractor’s Health and

Safety Management Plan;

(j) Reporting arrangements;

(k) Arrangements for site handover, including completion of As-Built Drawings,

preparation of operating and maintenance manuals, and any other relevant

aspects, and;

(l) Appreciation of any key construction constraints or difficulties of the Project

and the technical solutions.

333

TPF 4. TEAM COMPOSITION AND TASKS

Design

1. Technical/Managerial Staff

Name Position Task

2. Support Staff

Name Position Task

Construction

1. Technical/Managerial Staff

Name Position Task

334

2. Support Staff

Name Position Task

335

TPF 5. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF

Proposed Position:

Name of Firm:

Name of Staff:

Profession:

Date of Birth: Years with Firm/Entity: Nationality:

Membership in Professional Societies:

Detailed Tasks Assigned:

Key Qualifications: [Give an outline of staff member’s experience and training most pertinent to tasks on project. Describe degree of responsibility held by staff member on relevant previous projects and give dates and locations. Use about half a page.] Training should be

supported with Certificate of Training or equivalent document.

Education:

[Summarize college/university and other specialized education of staff members, giving names of schools, dates attended, and degrees obtained. Use about one quarter of a page.] To be supported with Diploma or equivalent document.

336

Employment Record:

[Starting with present position, list in reverse order every employment held. List all positions held by staff member since graduation, giving dates, names of employing organizations, titles of positions held, and locations of projects. For experience in last ten years, also give types of activities performed and client references, where appropriate. Use about two pages.]

Languages:

[For each language, indicate proficiency: excellent, good, fair, or poor in speaking, reading, and writing.]

Certification:

I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe me, my qualifications, and my experience.

Date:

[Signature of staff member and authorized representative of the firm]Day/Month/Year Full name of staff member: ________________________________________

Full name of authorized representative: ______________________________

Commitment:

I, the undersigned, hereby confirm that I am exclusively committed with [Name of Consultant]. I firmly commit to assume the post of {Propose Position] for the [Name of Project], and that I will fully be available to undertake the complete assignment in

the Technical Proposal.

________________________ Signature over Printed Name

SUBSCRIBED AND SWORN to before me this [Date] at [Place] affiant having exhibited to

me his Community Tax No. _______________ issued on [Date] at [Place].

Doc. No________; Page No ________; Book No ________;

Series________

337

TPF 6. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL

Months (in the Form of a Bar Chart)

Name Position Reports Due/Activities

1 2 3 4 5 6 7 8 9 10

11

12

Number of Months

Design

Subtotal (1)

Subtotal (2)

Construction

Subtotal (3)

Subtotal (4)

Full-time: Part-time:

Reports Due: Activities Duration:

Location Signature: (Authorized representative)

Full Name: Title:

Address:

338

TPF 7a. ACTIVITY (WORK) SCHEDULE (Design)

A. Field Investigation and Study Items

[1st, 2nd, etc. are months from the start of project.]

1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10t

h

11t

h

12t

h

Activity (Work)

_____________

____

_____________

____

_____________

____

_____________

____

B. Completion and Submission of Reports

Reports Date

1. Inception Report

2. Interim Progress Report

(a) First Status Report

(b) Second Status Report

3. Draft Report

4. Final Report

339

TPF 7b. ACTIVITY (WORK) SCHEDULE (Construction)

Bar Chart/PERT-CPM

340

FOR DESIGN SERVICES: FINANCIAL ASPECTS

(TO BE INCLUDED AS SUPPORTING DOCUMENTS IN THE SECOND ENVELOPE)

341

FPF 1. SUMMARY OF COSTS

Detailed Engineering Design

Quantity Unit Amount

Total Cost

1.00

l.s.

___________________

342

SCOPE OF WORK SUMMARY COST

343

SCOPE OF WORK SUMMARY COST (EARTHWORKS)

Part: C

Scope of Work: Earthworks

Quantity Unit: Lump sum

Item Spec No. Description Unit Qty. Unit Cost Total Cost (Peso)

344

Total Cost

Unit Cost

345

SCOPE OF WORK SUMMARY COST (SUBBASE AND BASE COURSE)

Part: D

Scope of Work: Subbase and Base Course

Quantity Unit: Lump sum

Item Spec No. Description Unit Qty. Unit Cost Total Cost (Peso)

346

Total Cost

Unit Cost

347

SCOPE OF WORK SUMMARY COST (SURFACE COURSE)

Part: E

Scope of Work: Surface Course

Quantity Unit: Lump sum

Item Spec No. Description Unit Qty. Unit Cost Total Cost (Peso)

348

Total Cost

Unit Cost

349

SCOPE OF WORK SUMMARY COST (BRIDGE CONSTRUCTION, MAIN BRIDGE)

Part: F1

Scope of Work: Bridge Construction (Main Bridge)

Quantity Unit: Lump Sum

Item Spec No. Description Unit Qty. Unit Cost Total Cost (Peso)

350

Total Cost

Unit Cost

351

SCOPE OF WORK SUMMARY COST (BRIDGE CONSTRUCTION, APPROACH BRIDGE)

Part: F2

Scope of Work: Bridge Construction (Approach Bridge)

Quantity Unit: Lump Sum

Item Spec No. Description Unit Qty. Unit Cost Total Cost (Peso)

352

Total Cost

Unit Cost

353

SCOPE OF WORK SUMMARY COST (DRAINAGE AND SLOPE PROTECTION STRUCTURES)

Part: G

Scope of Work: Drainage and Slope Protection Structures

Quantity Unit: Lump sum

Item Spec No. Description Unit Qty. Unit Cost Total Cost (Peso)

354

Total Cost

Unit Cost

355

SCOPE OF WORK SUMMARY COST (MISCELLANEOUS STRUCTURES)

Part: H

Scope of Work: Miscellaneous Structures

Quantity Unit: Lump sum

Item Spec No. Description Unit Qty. Unit Cost Total Cost (Peso)

356

Total Cost

Unit Cost

357

SCOPE OF WORK SUMMARY COST (ELECTRICAL)

Part: I

Scope of Work: Electrical

Quantity Unit: Lump sum

Item Spec No. Description Unit Qty. Unit Cost Total Cost (Peso)

358

Total Cost

Unit Cost

359

DETAILED UNIT PRICE ANALYSIS

Project:_______________________________________________________________________________________________________________________________________________

Item:_____________________________________________

Description:________________________________________

1)Quantity:________________________________________

2) Name and Capacity of Equipment (Operated)

No. of Unit

No. of Hours

Unit Rate

Total Cost

(Pesos)

Total Equipment Cost

3) Designation of Personnel No. of Men

No. of Hours

Unit Rate

Total Cost

(Pesos)

360

Total Labor Cost

4) Description of Materials Quantity

Unit Unit Price

Total Cost

(Pesos)

Total Material Cost

5)

6)

7)

8)

9)

Estimated Direct Cost (2+3+4)

Mark-Up (__ % of 5)

Value Added Tax 5% of (5+6)

Total Cost of Item (5+6+7)

Unit Cost of Item (8/1)

361

APPENDIX A. Schedule of Minimum Test

Requirement for Construction

362

MPSS Section VI. Schedule of Minimum Test

Requirement for Construction

SCHEDULE OF MINIMUM TEST REQUIREMENTS FOR CONSTRUCTION

For the information of the Bidders and the Winning Bidder, below is the schedule of minimum test requirements of the DPWH Bureau of Research and Standards based on the DPWH Standard Specifications for Highways, Bridges and Airports, Volume II, 2013, otherwise known

as the Blue Book. These test requirements will be used for the applicable items of work and materials in the Winning Bidder’s Construction Works under the Priority Bridges Crossing

Pasog-Marikina River and Manggahan Floodway Bridges Construction Project, under China Government Financing Facility, Contract Package 1 – North & South Harbor Bridge (Design and Build)

If any Construction items of work or materials proposed by the Winning Bidder are not covered

by the Blue Book, these items of work or materials, together with the corresponding technical test requirements, must first be certified by the Project Consultant and approved by the DPWH before they are used in the Project.

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

PART C – EARTHWORK

Item 100 – Clearing and Grubbing None

Item 101 – Removal of Structures and Obstruction

None

Item 103 – Structure Excavation If excavated materials are

wasted, the volume involved shall be reported so that

Quality control requirements may

be adjusted accordingly. Submit Project Engineer’s

Certificate of Waste

If excavated materials are incorporated into the work: For every 1,500 cu. m or fraction thereof:

1-G, Grading Test 1-P, Plasticity Test 1-C, Laboratory Compaction Test

For every 150 mm layer in uncompacted depth: 1-D, Field Density

Item 104 - Embankment

Item 105 – Sub-grade Preparation Same tests as for Item 104.

Item 106 – Compaction Equipment

and Density Control Strips

Same tests as for Item 104, 105, 200, 201, 202, 203,

204, 205, 206 and 300.

Item 107 - Overhaul None

PART D – SUBBASE AND BASE COURSE

Item 200 – Aggregate Subbase Course

For every 300 cu. m or fraction thereof: 1-G, Grading Test

1-P, Plasticity Test

363

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

For every 1,500 cu. m or fraction thereof:

1-C, Laboratory Compaction Test For every 2,500 cu. m or fraction thereof:

1-CBR, California Bearing Ratio Test For every layer of 150 mm of compacted depth/based on the results of compaction trials:

At least one group of three in-situ density tests for each 500 sq. m or fraction thereof.

Item 201 – Aggregate Base Course For every 300 cu. m or fraction thereof:

1-G, Grading Test 1-P, Plasticity Test (LL, PL, PI)

For every 1,500 cu. m or fraction thereof: 1-Q, Quality Test for Grading, Plasticity and Abrasion 1-C, Laboratory Compaction Test

For every 2,500 cu. m or fraction thereof: 1-CBR, California Bearing Ratio Test For every layer of 150 mm of compacted depth/based

on the results of compaction trials: At least one group of three in-situ density tests for

each 500 sq. m or fraction thereof.

Item 202 – Crushed Aggregate Base Course

Same tests as for Item 201. For every 1,500 cu. m or fraction thereof” 1-F, Fractured Face

Item 203 – Lime Stabilized Road Mix

Base Course

A. Soil Aggregate

For every 300 cu. m or fraction thereof: 1-G, Grading Test 1-P, Plasticity Test (LL, PL, PI)

For every 1,500 cu. m or fraction thereof: 1-Q, Quality Test for Grading, Plasticity and Abrasion B. Mix

For every 300 cu. m or fraction thereof: 1-C, Laboratory Compaction Test

1-UC, Unconfined Compression Test 1-CBR, California Bearing Ratio Test C. Compacted Base Course

For every layer of 150 mm of compacted depth: 1-D, Field Density Test fr every 150 m or fraction

thereof. D. Hydrated Lime For every 100 toms or fraction thereof

1-Q, Quality Test

Item 204 – Portland Cement Stabilized Road Mix Base Course Amount of Cement to be

added : 6-10 mass % of dry soil aggregate.

A. Soil Aggregate: Same tests as for Item 203. B. Cement: 1-Q, Quality Test for every 2,000 bags or fraction

thereof. C. Water

1-Q, Quality Test/Project Engineer’s Certificate D. Mix For every 300 cu. m or fraction thereof:

1-C, Laboratory Compaction Test

364

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

1-UC, Unconfined Compression Test

1-CBR, California Bearing Ratio Test C. Compacted Base Course

For every layer of 150 mm of compacted depth: 1-D, Field Density Test fr every 150 m or fraction thereof.

1-T, thickness determination for every 150 m or fraction thereof.

Item 205 – Asphalt Stabilized Road

Mix Base Course.

A. Soil Aggregate: Same tests as for Item 203.

B. Emulsified Asphalt: 1-Q, Quality Test for every 40 to 200 drums or

fraction thereof. C. Mix: same tests as for Item 203.

D. Compacted Base Course: Same tests as for Item 203.

Item 206 – Portland Cement Treated Plant Mix Base Course

A. Soil Aggregate: Same tests as for Item 203. B. Cement: For every 2,000 bags or fraction thereof.

1-Q, Quality Test C. Water

1-Q, Quality Test/Project Engineer’s Certificate D. Mix: Same tests as for Item 204/ C. Compacted Base Course

For every layer of 150 mm of compacted depth: 1-D, Field Density Test for every 150 m or fraction thereof.

1-T, thickness determination for every 150 m or fraction thereof.

Item 207 – Aggregate Stockpile Same tests as specified I Item No. of the Specs.

PART E – SURFACE COURSE

Item 300 – Aggregate Surface Course For every 300 cu. m or fraction thereof: 1-G, Grading Test

1-P, Plasticity Test (LL, PL, PI) For every 1,500 cu. m or fraction thereof: 1-C, Compaction Test for Grading, Plasticity and

Abrasion For every layer of 150 mm of compacted depth/based on the results of compaction trials:

At least one group of three in-situ density tests for each 500 sq. m or fraction thereof.

For Crushed Gravel or Crushed Stone, 1,500 cu. m of fraction thereof: 1-F, Fractured Face

Item 301 – Bituminous Prime Coat Quantity: 1 to 2 liters/sq. m

1-Q, Quality Test for every 40 tons or 200 drums

Item 302 – Bituminous Tack Coat Quantity: 0.2 to 0.7 liter/sq. m 1-Q, Quality Test for every 40 tons or 200 drums

Item 303 – Bituminous Seal Coat A. Bituminous Materials Quantity: 0.2 to 1.5 liters/sq. m

365

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

1-Q, quality Test for every 40 tons or 200 drums

B. Cover Aggregates Quantity: From 5 to 14 kg/sq. m

For every 75 cu. m/200 kg or fraction thereof: 1-G, Grading Test

Item 304 – Bituminous Surface Treatment

A. Aggregates Quantity:

Using Cut-Back Asphalt or Asphalt Cement – 13.6 to 38.0 kg/sq. m Using Emulsified Asphalt – 13.6 to 19.04 kg/sq. m

For every 75 cu. m/200 kg or fraction thereof: 1-G, Grading Test

1-P, Plasticity Test (PL, LL, PI) For every 1,500 cu. m or fraction thereof; 1-Q, Quality Test for Grading, Plasticity, Abrasion,

Stripping and Bulk Specific Gravity 1-F, Fractured Face B. Bituminous Materials

Quantity: Using Cut-Back Asphalt or Asphalt Cement – 1.58 to

2.04 liters/sq. m Using Emulsified Asphalt – 1.58 to 2.04 liters/sq. m. Same test as for Item 301.

Item 305 – Bituminous Penetration

Macadam Pavement

A. Aggregates

Quantity: 1. Using Asphalt Cement or Rapid Curing Course (Crushed) – 90 kg/sq. m

Key (Crushed) – (13 & 11) – 24 kg/sq. m Cover (Crushed & Screened) – 8 kg/sq. m

2. Using Emulsified Asphalt – 13.6 to 19.04 kg/sq. m Course (Crushed) – 90 kg/sq. m Choker (Crushed) – 10 kg/sq. m

Key (Crushed) – 18 kg/sq. m Cover (Crushed & Screened) – 8 kg/sq. m

Same test as for Item 304 B. Bituminous Materials Quantity: 7.2 to 11 liters/sq. m

Same test as for Item 301

Item 306 – Bituminous Road Mix Surface Course

A. Aggregates Same tests as for Item 304 B. Bituminous Materials

Quantity: 1. Using Cut-Back Asphalt – 4.5 to 7.0 mass % of

total dry aggregate 2. Using Emulsified Asphalt – 6.0 to 10.0 mass % of

total dry aggregate. Same test as for Item 301 C. Mix

Tests: For every 75 cu. m/130 tons or fraction thereof:

366

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

1-G, Grading Test

1-Extr., Extraction 1-Sty., Stability

1-C, Laboratory Compaction D. Hydrated Lime For every 100 tons or fraction thereof:

Tests: 1-Q, Quality Test E. Compacted Pavement For each full day’s operation:

Tests: D & T, Density and Thickness Tests – at least 1 but not more than 3 samples shall be taken.

Item 307 – Bituminous Plant Mix

Surface Course General

A. Aggregates

For every 75 cu. m/200 tons or fraction thereof: 1-G & P, Grading and Plasticity Tests For every 1,500 cu. m or fraction thereof:

1-Q, Quality Test for Grading, Plasticity, Abrasion, Stripping and Bulk Specific Gravity 1-F, Fractured Face

B. Bituminous Materials Quantity: 5.0 to 8.0 mass % of total dry aggregate

Tests: 1-Q, Quality Test for each 40 tons or fraction thereof. C. Mix

For every 75 cu. m/130 tons or fraction thereof: 1-G, Grading Test

1-Extr., Extraction 1-Sty., Stability 1-C, Laboratory Compaction

D. Hydrated Lime For every 100 tons or fraction thereof: Tests: 1-Q, Quality Test

E. Mineral Filler For every 75 cu. m or fraction thereof:

1-G & P, Grading and Plasticity Tests (LL, PL, PI) For each full day’s operation: D & T, Density and Thickness Tests – at least 1 but

not more than 3 samples shall be taken.

Item 308 – Cold Asphalt Plant Mix A. Aggregates Same tests as for Item 307 B. Bituminous Materials

Quantity: Using Cut-Back Asphalt – 4.5 to 7.0 mass % of total

dry aggregate Using Emulsified Asphalt – 6.0 to 10.0 mass % of total dry aggregate.

Tests: 1-Q, Quality Test for each 40 tons or 200 drums or fraction thereof.

C. Mix Same tests as for item 307 D. Hydrated Lime

Same tests as for item 307

367

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

E. Mineral Filler

For every 75 cu. m or fraction thereof: 1-G & P, Grading and Plasticity Tests (LL, PL, PI)

F. Compacted Pavement Same tests as for item 307

Item 309 – Bituminous Plant Mix (Stockpile Maintenance

Mixture)

A. Aggregates Same tests as for Item 307

B. Bituminous Materials Quantity: 4 to 10 mass % of total mix Tests: 1-Q, Quality Test for each 40 tons or 200

drums or fraction thereof.

C. Mix Same tests as for item 307 D. Hydrated Lime

Same tests as for item 307 E. Mineral Filler Same tests as for item 307

F. Compacted Pavement Same tests as for item 307

Item 310- Bituminous Concrete

Surface Course, Hot Laid

A. Aggregates

Same tests as for Item 307 B. Bituminous Materials Quantity: 5 to 8 mass % of total dry aggregates

Tests: 1-Q, Quality Test for each 40 tons or 200 drums or fraction thereof. C. Mix

Same tests as for item 307 D. Hydrated Lime

Same tests as for item 307 E. Mineral Filler Same tests as for item 307

F. Compacted Pavement Same tests as for item 307

Item 311 – Portland Cement Concrete Pavement

A. Cement Quantity: 9.00 bags/cu. m (40 kg/bag)

Tests: for every 2,000 bags or fraction thereof 1-Q, Quality Test

B. Fine Aggregate Quantity: 1. 0.5 cu. m/cu. m of concrete if rounded coarse

aggregate is used. 2. 0.54 cu. m/cu. m of concrete if angular coarse

aggregate is used. Tests: for every 1,500 cu. m or fraction thereof

a. a. For a source not yet tested or that failed in previous

quality tests:

1-Q, Quality Test for Grading, Elutriation (Wash),Bulk Specific Gravity, Absorption, Mortar

368

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

Strength, Soundness, Organic Impurities, Unit

Weight, %Clay Lumps and Shale b. For a source previously tested and that passed

quality test: 1-Q, Quality Test for Grading, Elutriation (Wash), Bulk Specific Gravity, Absorption, and Mortar

Strength. For every 75 cu. m or fraction thereof:

1-G, Grading Test

C. Coarse Aggregate Quantity:

1. 0.77 cu. m/cu. m of concrete if rounded coarse aggregate is used. 2. 0.68 cu. m/cu. m of concrete if angular coarse

aggregate is used. Tests: for every 1,500 cu. m or fraction thereof

a. a. For a source not yet tested or that failed in

previous quality test:

1-Q, Quality Test for Grading, Bulk Specific

Gravity, Absorption, Abrasion, and Unit Weight. b. For a source previously tested and that passed

quality test:

1-Q, Quality Test for Grading, Absorption, Bulk Specific Gravity, and Abrasion.

For every 75 cu. m or fraction thereof: 1-G, Grading Test

D. Water

Tests: 1-Certificate from Project Engineer

1-Q, Quality Test, if source is questionable. E. Joint Filler 1. Poured Joint Filler

1-Q, Quality Test on each type of ingredient for each shipment.

2. Premolded Joint Filler

1-Q, Quality Test on each thickness of filler for each shipment.

F. Special Curing Agents 1-Q, Quality Test for each shipment G. Steel Bars

For every 10,000 kg or fraction thereof for each size: 1-Q, Quality Test for Bending, Tension and

Chemical Analysis. G. Concrete Flexular Strength Test on Concrete Beam Sample

1-set consisting of 3 beam samples shall represent a 330 sq. m of pavement, 230 mm depth or fraction

thereof

369

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

placed each day. Volume of concrete not more than

75 cu. m.

I. Completed Pavement Thickness determination by concrete core drilling on a

lot basis. 5 holes per km per lane or 5 holes per 500 m when 2

lanes are poured concurrently.

PART F – BRIDGE CONSTRUCTION

Item 400 - Piling A. Concrete Piles 1. Concrete: Same tests as for Item 405.

2. Reinforcing Steel: Same tests as for Item 404. B. Structural Piles 1-Q, Quality Test/Mill Test Certificate

1-IR, Inspection Report

Item 401 - Railings A. Concrete: same tests as for Item, 405, Class C B. Reinforcing Steel: same tests as for Item 404.

Item 403 – Metal Structures 1-Q, Quality Test/Mill Test Certificate for each type of material used

1-IR, Inspection Report for each type and shipment of Metal used

Item 404 – Reinforcing Steel A. Bar Reinforcement for Concrete for every 10,000 kg or fraction thereof for each size:

1-Q, Quality Test for Bending, Tension and Chemical Analysis

B. Wire and Wire Mesh 1-Q, Quality Test

Item 405 – Structural Concrete

A. Cement Quantity: (40 kg/bag)

Class A --------- 9.0 bags/cu. m of concrete Class B --------- 8.0 bags/cu. m of concrete Class C --------- 9.5 bags/cu. m of concrete

Class P --------- 11.0 bags/cu. m of concrete Tests: for every 2,000 bags or fraction thereof

1-Q, Quality Test B. Fine Aggregate Quantity: cu. m/cu. m of concrete

For Rounded For Angular Class A --------- 0.50 ----------------- 0.54

Class B --------- 0.45 ----------------- 0.52 Class C --------- 0.53 ----------------- 0.50 Class P --------- 0.44 ----------------- 0.47

Tests: for every 1,500 cu. m or fraction thereof b. For a source not yet tested or that

failed in previous

quality tests:

370

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

1-Q, Quality Test for Grading, Elutriation (Wash),

Bulk Specific Gravity, Absorption, Mortar Strength, Soundness, Organic Impurities, Unit Weight, %

Clay Lumps and Shale b. For a source previously tested and that passed quality test:

1-Q, Quality Test for Grading, Elutriation (Wash), Bulk Specific Gravity, Absorption, and Mortar Strength.

For every 75 cu. m or fraction thereof: 1-G, Grading Test

C. Coarse Aggregate Quantity: cu. m/cu. m of concrete For Rounded For Angular

Class A --------- 0.77 ----------------- 0.68 Class B --------- 0.82 ----------------- 0.73

Class C --------- 0.70 ----------------- 0.68 Class P --------- 0.68 ----------------- 0.65 Tests: for every 1,500 cu. m or fraction thereof

b. For a source not yet tested or that

failed in previous

quality test:

1-Q, Quality Test for Grading, Bulk Specific Gravity, Absorption, Abrasion, and Unit Weight.

b. For a source previously tested and that passed quality test: 1-Q, Quality Test for Grading, Absorption, Bulk

Specific Gravity, and Abrasion. For every 75 cu. m or fraction thereof:

1-G, Grading Test D. Water 1-Certificate from Project Engineer

1-Q, Quality Test, if source is questionable. E. Premolded Filler for expansion joints 1-Q, Quality Test on each thickness of filler for each

shipment. F. Steel Reinforcement

1-Q, Quality Test for every 10,000 kg or fraction thereof. G. Concrete

Compressive strength on concrete cylinder samples. 1

set consisting of 3 concrete cylinder samples shall be taken from each day’s pouring and to represent not

more than 75 cu. m or fraction thereof.

Item 406 – Prestressed Concrete Structures

A. Concrete: Same tests as for Item 405, Class P B. Reinforcing Steel: Same tests as for Item 404. C. Wire Strand

1-Q, for every 20 tons or fraction thereof.

371

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

Item 407 – Concrete Structures Same tests as for Items 403, 404, 405 and 411.

Elastomeric Bearing Pad will be tested to determine its quality.

Item 408 – Steel Bridges Same tests as for Items 403 and 411. Painting:

1-Q, One 20-liter can for every 100 cans or fraction thereof, or

1-Q, One 4-liter can for every 100 cans or fraction thereof.

Item 409 – Welded Structural Steel Same tests as for Item 403 and Inspection Report.

Item 411 - Paint 1-Q, One 20-liter can for every 100 cans or fraction thereof, or

1-Q, One 4-liter can for every 100 cans or fraction thereof.

PART G – DRAINAGE AND SLOPE PROTECTION

Item 500 – Pipe Culverts and Storm Drains

A. Pipes Pipe for every 50 pieces: Strength, Absorption and

Dimension. Alternative Requirements:

1-set consisting of 3 concrete cylinder samples for not more than 25 pipes cast in the field and 1-Inspection

Report for each size for not more than 25 pipes cast in the field.

B. Mortar for Joint Cement, Fine Aggregates and Water – Same tests as

for Item 405.

Item 501 – Underdrains A. Concrete Pipe (Non-Reinforced) 0.5% of the number of pies of each size but not less

than 2, for Strength, Absorption and Dimension. Alternative Requirements: 1-set consisting of 3 concrete cylinder samples for

not more than 25 pipes cast in the field and 1-Inspection

Report for each size for not more than 25 pipes cast in the field.

B. Clay Pipe 1-Pipe for every 200 pieces each size, with a

minimum of 2 specimens for Strength, Absorption and Dimension.

Item 502 – Manholes, Inlets and

Catch Basins

A. Concrete

Same tests as for Item 405, Class A. B. Lids, Cast Iron Frames and Grating Inspection Report

372

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

Item 503 - Cleaning and

Reconditioning Existing Drainage Structures

Inspection Report

Item 504 – Riprap and Grouted

Riprap

Same tests as for Item 505

Item 505 – Stone Masonry A. Cement

Quantity: 2 bags/cu. m of concrete Tests: For every 2,000 bags or fraction thereof

1-Q, Quality Tests B. Fine Aggregate Quantity: 0.17 cu. m/cu. m of concrete.

Tests: For every 2,000 bags or fraction thereof 1-Q, Quality Test - same as for Item 405.

For every 75 cu. m or fraction thereof/ C. Stone Inspection Report

D. Water 1-Certificate from Project Engineer

1-Q, Quality Test, if source is questionable.

Item 506 – Hand-Laid Rock

Embankment

Inspection Report

Item 507 – Sheet Piles A. Concrete Sheet Piles

Same tests as for Item 404. B. Steel Sheet Piles

Same tests as for Item 403.

Item 508 – Concrete Slope Protection A. Bed Course

Same tests as for Item 200. B. Steel Reinforcement

Same tests as for Item 404. C. Concrete Same tests as for Item 404.

Item 509 – Gabions 1-Q, Quality Test for each shipment

PART H – MISCELLANEOUS

STRUCTURES

Item 600 – Curb and Gutter A. Concrete

Quantity: 0.078 cu. m/m (Curb only) 0.092 cu. m/m (Curb and Gutter, Type A)

0.149 cu. m/m (Curb and Gutter, Type B) 0.074 cu. m/m (Curb and Gutter, Type C)

Same tests as for Item 405. B. Joint Filler Same tests as for Item 311.

373

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

Item 601 - Sidewalk A. Concrete

Same tests as for Item 405, Class A. B. Premolded Expansion Joint Filler

Same tests as for Item 311.

Item 602 – Monuments, Markers and

Guide Posts

A. Concrete

Same tests as for Item 405. B. Reinforcing Steel

Same tests as for Item 404. C. Paint Same tests as for Item 411.

Item 604 - Fencing A. Barbed Wire, Chain Link Fabric

1-Q, Quality Test B. Concrete Post

Same tests as for Item 405. Steel Reinforcement: Same tests as for item 404.

Item 605 – Road Sign Inspection Report

Item 606 - Pavement Markings Inspection Report

Item 607 – Reflective Pavement Studs

Inspection Report

Item 608 - Topsoil Inspection Report

Item 609 - Sprigging Inspection Report

Item 610 - Sodding Inspection Report

Item 611 – Tree Planting Inspection Report

PART I – MATERIAL DETAILS

Item 700 – Hydraulic Cement Same tests as for Item 405.

Item 701 – Construction Lime (Hydrated)

1-Q, Quality Test for every 100 tons or fraction thereof.

Item 702 – Bituminous Materials Same tests as for Items 301, 302, 303, 306, 307, 308,

309 and 310.

Item 703 – Aggregates Same tests as for Items of work specified in the Bill of Quantities.

Item 703A–Mineral Filter Same tests as for Item 405.

Item 704 – Masonry Units 1-Q, Quality Test for every 10,000 units or fraction

thereof.

Item 705 – Joint Materials Same tests as for Items 311 and 500.

Item 706 – Concrete, Clay, Plastic and Fiber Materials

A. Concrete Pipes Same tests as for Item 500.

B. Clay and Other Types of Pipes Refer to applicable requirements of AASHTO Tests

and Specifications.

Item 707 – Metal Pipe Same tests as for Item 400.

Item 708 – Chemical Admixtures for Concrete

1-Q, Quality Test for each shipment.

Item 709 – Paints Same tests as for Item 411.

374

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

Item 710 – Reinforcing Steel and Wire

Rope

A. Reinforcing Steel

Same tests as for Item 404. B. Wire Rope

Same tests as for Item 406.

Item 711 – Fence and Guardrail A. Fence Same tests as for Item 604.

B. Guardrail Same tests as for Item 603.

Item 712 – Structural Metal Same tests as for Items 403 and 409.

Item 713 – Water 1-Certificate from Project Engineer 1-Q, Quality Test, if source is questionable.