procurement of goods - dotrdotr.gov.ph/images/public_bidding/goods/2013/rail... · procurement of...
Post on 01-Apr-2020
19 Views
Preview:
TRANSCRIPT
PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners)
Procurement of
GOODS
MRT3 System Temporary Maintenance
Provider – One (1) Year
Government of the Republic of the Philippines
Fourth Edition
December 2010
TABLE OF CONTENTS
SECTION I. INVITATION TO BID ............................................................................3
SECTION II. INSTRUCTIONS TO BIDDERS .............................................................6
SECTION III. BID DATA SHEET ......................................................................... 35
SECTION IV. GENERAL CONDITIONS OF CONTRACT ....................................... 38
SECTION V. SPECIAL CONDITIONS OF CONTRACT ........................................... 61
SECTION VI. SCHEDULE OF REQUIREMENTS .................................................... 69
SECTION VII. TECHNICAL SPECIFICATIONS ..................................................... 70
SECTION VIII. BIDDING FORMS ...................................................................... 178
3
Section I. Invitation to Bid
4
Department of Transportation and Communications
INVITATION TO BID FOR MRT3 TEM. MAINTENANCE
PROVIDER
1. The Department of Transportation and Communications (DOTC), through the General
Appropriations Fund intends to apply the sum of Seven Hundred Twelve Million Seven
Hundred Sixty Seven Thousand Nine Hundred Ninety Eight and Thirty Four Centavos
(Php 712,767,998.34) being the Approved Budget for the Contract (ABC) to payments
under the contract for MRT3 System Temporary Maintenance Provider (1 Year). Bids
received in excess of the ABC shall be automatically rejected at bid opening.
2. The DOTC now invites bids for the MRT3 System Temporary Maintenance Provider (1
Year) (please see the Terms of Reference for detailed Specifications).1 Delivery of the
Goods is required within twelve (12) months from issuance of the Notice to Proceed.
Bidders should have completed, within ten (10) years from the date of submission and
receipt of bids, a contract similar to the Project. The description of an eligible bidder is
contained in the Bidding Documents, particularly, in Section II. Instructions to Bidders.
3. Bidding will be conducted through open competitive bidding procedures using a non-
discretionary “pass/fail” criterion as specified in the Implementing Rules and
Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the “Government
Procurement Reform Act”.
Bidding is open to all interested bidders, whether local or foreign, subject to the
conditions for eligibility provided in the IRR of RA 9184.
4. Interested bidders may obtain further information from DOTC Primary BAC and
inspect the Bidding Documents at the address given below during weekdays at 9:00AM
to 5:00PM.
A complete set of Bidding Documents may be purchased by interested Bidders on 26
March 2013 from the address below and upon payment of a nonrefundable fee for the
Bidding Documents in the amount of Php 75, 000.00.
It may also be downloaded free of charge from the website of the Philippine
Government Electronic Procurement System (PhilGEPS) and the website of the
Procuring Entity, provided that Bidders shall pay the nonrefundable fee for the Bidding
Documents not later than the submission of their bids.
5. The DOTC will hold a pre-bid on 02 April 2013 at 2:00 P.M. in the 16th
Floor, Unit
165, Conference Room, The Columbia Tower, Ortigas Avenue, Mandaluyong City
which shall be open to all interested parties.
1 A brief description of the type(s) of Goods should be provided, including quantities, location of project, and
other information necessary to enable potential bidders to decide whether or not to respond to the invitation.
6
Section II. Instructions to Bidders
7
TABLE OF CONTENTS
A. GENERAL .......................................................................................................... 9
1. Scope of Bid ............................................................................................................... 9
2. Source of Funds .......................................................................................................... 9
3. Corrupt, Fraudulent, Collusive, and Coercive Practices ............................................ 9
4. Conflict of Interest ................................................................................................... 10
5. Eligible Bidders ........................................................................................................ 12
6. Bidder‟s Responsibilities .......................................................................................... 13
7. Origin of Goods ........................................................................................................ 15
8. Subcontracts ............................................................................................................. 15
B. CONTENTS OF BIDDING DOCUMENTS .............................................................. 15
9. Pre-Bid Conference .................................................................................................. 15
10. Clarification and Amendment of Bidding Documents ............................................. 16
C. PREPARATION OF BIDS .................................................................................... 16
11. Language of Bid ....................................................................................................... 16
12. Documents Comprising the Bid: Eligibility and Technical Components ................ 17
13. Documents Comprising the Bid: Financial Component .......................................... 18
14. Alternative Bids ........................................................................................................ 19
15. Bid Prices ................................................................................................................. 19
16. Bid Currencies .......................................................................................................... 21
17. Bid Validity .............................................................................................................. 21
18. Bid Security .............................................................................................................. 21
19. Format and Signing of Bids ..................................................................................... 23
20. Sealing and Marking of Bids .................................................................................... 24
D. SUBMISSION AND OPENING OF BIDS ................................................................ 25
21. Deadline for Submission of Bids ............................................................................. 25
22. Late Bids .................................................................................................................. 25
23. Modification and Withdrawal of Bids ...................................................................... 25
24. Opening and Preliminary Examination of Bids ....................................................... 26
E. EVALUATION AND COMPARISON OF BIDS ....................................................... 27
25. Process to be Confidential ........................................................................................ 27
26. Clarification of Bids ................................................................................................. 27
27. Domestic Preference ................................................................................................ 27
8
28. Detailed Evaluation and Comparison of Bids .......................................................... 28
29. Post-Qualification ..................................................................................................... 30
30. Reservation Clause ................................................................................................... 31
F. AWARD OF CONTRACT .................................................................................... 32
31. Contract Award ........................................................................................................ 32
32. Signing of the Contract ............................................................................................ 32
33. Performance Security ............................................................................................... 33
34. Notice to Proceed ..................................................................................................... 34
9
A. General
1. Scope of Bid
1.1. The procuring entity named in the BDS (hereinafter referred to as the
“Procuring Entity”) wishes to receive bids for supply and delivery of
the goods as described in Section VII. Technical Specifications
(hereinafter referred to as the “Goods”).
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 28.
2. Source of Funds
The Procuring Entity has a budget or has applied for or received funds from the
Funding Source named in the BDS, and in the amount indicated in the BDS. It intends
to apply part of the funds received for the Project, as defined in the BDS, to cover
eligible payments under the contract.
3. Corrupt, Fraudulent, Collusive, and Coercive Practices
3.1. Unless otherwise specified in the BDS, the Procuring Entity as well as
the bidders and suppliers shall observe the highest standard of ethics
during the procurement and execution of the contract. In pursuance of
this policy, the Procuring Entity:
a) defines, for purposes of this provision, the terms set forth below as
follows:
(i) “corrupt practice” means behavior on the part of officials in the
public or private sectors by which they improperly and
unlawfully enrich themselves, others, or induce others to do so,
by misusing the position in which they are placed, and includes
the offering, giving, receiving, or soliciting of anything of value
to influence the action of any such official in the procurement
process or in contract execution; entering, on behalf of the
government, 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 RA 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.
10
(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.
(iv) “coercive practices” means harming or threatening to harm,
directly or indirectly, persons, or their property to influence
their participation in a procurement process, or affect the
execution of a contract;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or
concealing of evidence material to an administrative
proceedings or investigation or making false statements
to investigators in order to materially impede an
administrative proceedings or investigation of the
Procuring Entity or any foreign government/foreign or
international financing institution into allegations of a
corrupt, fraudulent, coercive or collusive practice;
and/or threatening, harassing or intimidating any party
to prevent it from disclosing its knowledge of matters
relevant to the administrative proceedings or
investigation or from pursuing such proceedings or
investigation; or
(bb) acts intended to materially impede the exercise of the
inspection and audit rights of the Procuring Entity or
any foreign government/foreign or international
financing institution herein.
b) will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in any of the practices mentioned
in this Clause for purposes of competing for the contract.
3.2. Further, the Procuring Entity will seek to impose the maximum civil,
administrative, and/or criminal penalties available under applicable laws
on individuals and organizations deemed to be involved in any of the
practices mentioned in ITB Clause 3.1.a).
3.3. Furthermore, the Funding Source and the Procuring Entity reserve the
right to inspect and audit records and accounts of a bidder or supplier in
the bidding for and performance of a contract themselves or through
independent auditors as reflected in the GCC Clause 2.
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
11
Bidder in any of the events described in paragraphs (a) through (c)
below and a general conflict of interest in any of the circumstances set
out in paragraphs (d) through (f) below:
a) A Bidder has controlling shareholders in common with another Bidder;
b) A Bidder receives or has received any direct or indirect subsidy from
any other Bidder;
c) A Bidder has the same legal representative as that of another Bidder
for purposes of this bid;
d) A Bidder has a relationship, directly or through third parties, that puts
them in a position to have access to information about or influence on
the bid of another Bidder or influence the decisions of the Procuring
Entity regarding this bidding process. This will include a firm or an
organization who lends, or temporarily seconds, its personnel to firms
or organizations which are engaged in consulting services for the
preparation related to procurement for or implementation of the project
if the personnel would be involved in any capacity on the same project;
e) A Bidder submits more than one bid in this bidding process. However,
this does not limit the participation of sub-Suppliers in more than one
bid; or
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.
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 Project Management Office (PMO) or the end-user unit, and the
project consultants, by consanguinity or affinity up to the third civil
degree. On the part of the Bidder, this Clause shall apply to the
following persons:
a) If the Bidder is an individual or a sole proprietorship, to the Bidder
himself;
b) If the Bidder is a partnership, to all its officers and members;
c) If the Bidder is a corporation, to all its officers, directors, and
controlling stockholders; and
d) If the Bidder is a joint venture (JV), the provisions of items (a), (b), or
(c) of this Clause shall correspondingly apply to each of the members
of the said JV, as may be appropriate.
12
Relationship of the nature described above or failure to comply with this
Clause will result in the automatic disqualification of a Bidder.
5. Eligible Bidders
5.1. Unless otherwise provided 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 sixty percent (60%) of the interest belongs to citizens of
the Philippines;
c) Corporations duly organized under the laws of the Philippines, and of
which at least sixty percent (60%) of the outstanding capital stock
belongs to citizens of the Philippines;
d) Cooperatives duly organized under the laws of the Philippines, and of
which at least sixty percent (60%) of the interest belongs to citizens of
the Philippines; and
e) Unless otherwise provided in the BDS, 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 Filipino ownership or
interest of the joint venture concerned shall be at least sixty percent
(60%).
5.2. Foreign bidders may be eligible to participate when any of the
following circumstances exist, as specified in the BDS:
a) When a Treaty or International or Executive Agreement as provided in
Section 4 of the RA 9184 and its IRR allow foreign bidders to
participate;
b) Citizens, corporations, or associations of a country, included in the list
issued by the GPPB, the laws or regulations of which grant reciprocal
rights or privileges to citizens, corporations, or associations of the
Philippines;
c) When the Goods sought to be procured are not available from local
suppliers; or
d) When there is a need to prevent situations that defeat competition or
restrain trade.
5.3. Government corporate entities may be eligible to participate only if they
can establish that they (a) are legally and financially autonomous, (b)
operate under commercial law, and (c) are not dependent agencies of
the GOP or the Procuring Entity.
13
5.4. Unless otherwise provided in the BDS, the Bidder must have completed
at least one contract similar to the Project the value of which, adjusted
to current prices using the National Statistics Office consumer price
index, must be at least equivalent to a percentage of the ABC stated in
the BDS. Completed project shall have a Certificate of Satisfactory
Performance as proof.
For this purpose, contracts similar to the Project shall be those described in the
BDS, and completed within the relevant period stated in the Invitation to Bid
and ITB Clause 12.1.a)(iii).
5.5. The Bidder must submit a computation of its Net Financial Contracting
Capacity (NFCC) or a commitment from a Universal or Commercial
Bank to extend a credit line in its favor if awarded the contract for this
Project (CLC).
The NFCC, computed using the following formula, must be at least equal to
the ABC to be bid:
NFCC = [(Current assets minus current liabilities) (K)] minus the value of
all outstanding or uncompleted portions of the projects under ongoing
contracts, including awarded contracts yet to be started coinciding with the
contract for this Project.
Where:
K = 10 for a contract duration of one year or less, 15 for a contract
duration of more than one year up to two years, and 20 for a contract
duration of more than two years.
The CLC must be at least equal to ten percent (10%) of the ABC for this
Project. If issued by a foreign bank, it shall be confirmed or authenticated by a
Universal or Commercial Bank. In the case of local government units (LGUs),
the Bidder may also submit CLC from other banks certified by the Bangko
Sentral ng Pilipinas (BSP) as authorized to issue such financial instrument.
6. Bidder’s Responsibilities
a. The Bidder or its duly authorized representative shall submit a sworn
statement in the form prescribed in Section VIII. Bidding Forms as required in
ITB Clause 12.1.b)(iii).
6.1. The Bidder is responsible for the following:
a) Having taken steps to carefully examine all of the Bidding
Documents;
b) Having acknowledged all conditions, local or otherwise, affecting the
implementation of the contract;
14
c) Having made an estimate of the facilities available and needed for the
contract to be bid, if any;
d) Having complied with its responsibility to inquire or secure
Supplemental/Bid Bulletin(s) as provided under ITB Clause 10.3.
e) Ensuring that it is not “blacklisted” or barred from bidding by the GOP
or any of its agencies, offices, corporations, or LGUs, including
foreign government/foreign or international financing institution whose
blacklisting rules have been recognized by the GPPB;
f) Ensuring that each of the documents submitted in satisfaction of the
bidding requirements is an authentic copy of the original, complete,
and all statements and information provided therein are true and
correct;
g) Authorizing the Head of the Procuring Entity or its duly authorized
representative/s to verify all the documents submitted;
h) Ensuring that the signatory is the duly authorized representative of the
Bidder, and granted full power and authority to do, execute and
perform any and all acts necessary and/or to represent the Bidder in the
bidding, with the duly notarized Secretary‟s Certificate attesting to
such fact, if the Bidder is a corporation, partnership, cooperative, or
joint venture;
i) Complying with the disclosure provision under Section 47 of RA 9184
in relation to other provisions of RA 3019; and
j) Complying with existing labor laws and standards, in the case of
procurement of services.
Failure to observe any of the above responsibilities shall be at the risk of the
Bidder concerned.
6.2. The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Documents.
6.3. It shall be the sole responsibility of the Bidder to determine and to
satisfy itself by such means as it considers necessary or desirable as to
all matters pertaining to the contract to be bid, including: (a) the
location and the nature of this Project; (b) climatic conditions; (c)
transportation facilities; and (d) other factors that may affect the cost,
duration, and execution or implementation of this Project.
6.4. 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.
6.5. The Bidder shall bear all costs associated with the preparation and
submission of his bid, and the Procuring Entity will in no case be
15
responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
6.6. Before submitting their bids, the Bidder is deemed to have become
familiar with all existing laws, decrees, ordinances, acts and regulations
of the Philippines which may affect this Project in any way.
6.7. The Bidder should note that the Procuring Entity will accept bids only
from those that have paid the nonrefundable fee for the Bidding
Documents at the office indicated in the Invitation to Bid.
7. Origin of Goods
Unless otherwise indicated in the BDS, there is no restriction on the origin of goods
other than those prohibited by a decision of the United Nations Security Council taken
under Chapter VII of the Charter of the United Nations, subject to ITB Clause 27.1.
8. Subcontracts
8.1. Unless otherwise specified in the BDS, the Bidder may subcontract portions of
the Goods 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. SubSuppliers must comply with the eligibility criteria and the documentary
requirements specified in the BDS. In the event that any subSupplier is found
by the Procuring Entity to be ineligible, the subcontracting of such portion of
the Goods shall be disallowed.
8.3. The Bidder may identify the subSupplier to whom a portion of the Goods will
be subcontracted at any stage of the bidding process or during contract
implementation. If the Bidder opts to disclose the name of the subSupplier
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 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
16
days before the deadline for the submission and receipt of bids, as specified in
the BDS.
9.2. Bidders are encouraged to attend the pre-bid conference to ensure that
they fully understand the Procuring Entity‟s requirements. Non-
attendance of the Bidder will in no way prejudice its bid; however, the
Bidder is expected to know the changes and/or amendments to the
Bidding Documents discussed during the pre-bid conference.
9.3. Any statement made at the pre-bid conference shall not modify the
terms of the Bidding Documents unless such statement is specifically
identified in writing as an amendment thereto and issued as a
Supplemental/Bid Bulletin.
10. Clarification and Amendment of Bidding Documents
10.1. Bidders who have purchased the Bidding Documents may request for
clarification on any part of the Bidding Documents for an interpretation.
Such request must be in writing and submitted to the Procuring Entity at
the address indicated in the BDS at least ten (10) calendar days before
the deadline set for the submission and receipt of bids.
10.2. Supplemental/Bid Bulletins may be issued upon the Procuring Entity‟s
initiative for purposes of clarifying or modifying any provision of the
Bidding Documents not later than seven (7) calendar days before the
deadline for the submission and receipt of bids. Any modification to
the Bidding Documents shall be identified as an amendment.
10.3. Any Supplemental/Bid Bulletin issued by the BAC shall also be posted
on the Philippine Government Electronic Procurement System
(PhilGEPS) and the website of the Procuring Entity concerned, if
available. 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 Bid
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.
17
12. Documents Comprising the Bid: Eligibility and Technical
Components
12.1. Unless otherwise indicated in the BDS, the first envelope shall contain the
following eligibility and technical documents:
a) Eligibility Documents –
Class “A” Documents:
(i) Registration certificate from the Securities and Exchange
Commission (SEC), Department of Trade and Industry (DTI)
for sole proprietorship, or Cooperative Development Authority
(CDA) for cooperatives, or any proof of such registration as
stated in the BDS;
(ii) Mayor‟s permit issued by the city or municipality where the
principal place of business of the prospective bidder is located;
(iii) Statement of all its ongoing and completed government and
private contracts within the period stated in the BDS, including
contracts awarded but not yet started, if any. The statement
shall include, for each contract, the following:
(iii.1) name of the contract;
(iii.2) date of the contract;
(iii.3) kinds of Goods;
(iii.4) amount of contract and value of outstanding contracts;
(iii.5) date of delivery; and
(iii.6) end user‟s acceptance or official receipt(s) issued for the
contract, if completed.
(iv) Audited financial statements, stamped “received” by the
Bureau of Internal Revenue (BIR) or its duly accredited and
authorized institutions, for the preceding calendar year, which
should not be earlier than two (2) years from bid submission;
(v) NFCC computation or CLC in accordance with ITB Clause
5.5; and
Class “B” Document:
(vi) If applicable, the JVA in case the joint venture is already in
existence, or duly notarized statements from all the potential
joint venture partners stating that they will enter into and abide
by the provisions of the JVA in the instance that the bid is
successful.
18
b) Technical Documents –
(i) Bid security in accordance with ITB Clause 18. If the Bidder
opts to submit the bid security in the form of:
(i.1) a bank draft/guarantee or an irrevocable letter of credit
issued by a foreign bank, it shall be accompanied by a
confirmation from a Universal or Commercial Bank; or
(i.2) a surety bond, it shall be accompanied by a certification
by the Insurance Commission that the surety or
insurance company is authorized to issue such
instruments;
(ii) Conformity with technical specifications, as enumerated and
specified in Sections VI and VII of the Bidding Documents;
and
(iii) Sworn statement in accordance with Section 25.2(a)(iv) of the
IRR of RA 9184 and using the form prescribed in Section VIII.
Bidding Forms
13. Documents Comprising the Bid: Financial Component
13.1. Unless otherwise stated in the BDS, the financial component of the bid
shall contain the following:
a) Financial Bid Form, which includes bid prices and the bill of quantities
and the applicable Price Schedules, in accordance with ITB Clauses
15.1 and 15.4;
b) If the Bidder claims preference as a Domestic Bidder or Domestic
Entity, a certification from the DTI, SEC, or CDA issued in accordance
with ITB Clause 27, unless otherwise provided in the BDS; and
c) Any other document related to the financial component of the bid as
stated in the BDS.
13.2. (a) Unless otherwise stated in the BDS, all bids that exceed the ABC
shall not be accepted.
(b) Unless otherwise indicated in the BDS, for foreign-funded
procurement, a ceiling may be applied to bid prices provided the
following conditions are met:
(i) Bidding Documents are obtainable free of charge on a freely
accessible website. If payment of Bidding Documents is required
by the procuring entity, payment could be made upon the
submission of bids.
(ii) The procuring entity has procedures in place to ensure that the
ABC is based on recent estimates made by the responsible unit of
19
the procuring entity and that the estimates reflect the quality,
supervision and risk and inflationary factors, as well as prevailing
market prices, associated with the types of works or goods to be
procured.
(iii) The procuring entity has trained cost estimators on estimating
prices and analyzing bid variances.
(iv) The procuring entity has established a system to monitor and
report bid prices relative to ABC and DOTC-MRT3
Engineer‟s/procuring entity‟s estimate.
(v) The procuring entity has established a system to monitor and
report bid prices relative to ABC and procuring entity‟s estimate.
The procuring entity has established a monitoring and evaluation
system for contract implementation to provide a feedback on
actual total costs of goods and works.
14. Alternative Bids
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.
15. Bid Prices
15.1. The Bidder shall complete the appropriate Price Schedules included
herein, stating the unit prices, total price per item, the total amount and
the expected countries of origin of the Goods to be supplied under this
Project.
15.2. The Bidder shall fill in rates and prices for all items of the Goods
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 considered as non-
responsive, but specifying a "0" (zero) for the said item would mean
that it is being offered for free to the Government.
15.3. The terms Ex Works (EXW), Cost, Insurance and Freight (CIF), Cost
and Insurance Paid to (CIP), Delivered Duty Paid (DDP), and other
trade terms used to describe the obligations of the parties, shall be
governed by the rules prescribed in the current edition of the
International Commercial Terms (INCOTERMS) published by the
International Chamber of Commerce, Paris.
15.4. Prices indicated on the Price Schedule shall be entered separately in the
following manner:
20
a) For Goods offered from within the Procuring Entity‟s country:
(i) The price of the Goods quoted EXW (ex works, ex factory, ex
warehouse, ex showroom, or off-the-shelf, as applicable),
including all customs duties and sales and other taxes already
paid or payable:
(i.1) on the components and raw material used in the
manufacture or assembly of Goods quoted ex works or
ex factory; or
(i.2) on the previously imported Goods of foreign origin
quoted ex warehouse, ex showroom, or off-the-shelf
and any Procuring Entity country sales and other taxes
which will be payable on the Goods if the contract is
awarded.
(ii) The price for inland transportation, insurance, and other local
costs incidental to delivery of the Goods to their final
destination.
(iii) The price of other (incidental) services, if any, listed in the
BDS.
b) For Goods offered from abroad:
(i) Unless otherwise stated in the BDS, the price of the Goods
shall be quoted DDP with the place of destination in the
Philippines as specified in the BDS. In quoting the price, the
Bidder shall be free to use transportation through carriers
registered in any eligible country. Similarly, the Bidder may
obtain insurance services from any eligible source country.
(ii) The price of other (incidental) services, if any, listed in the
BDS.
15.5. Prices quoted by the Bidder shall be fixed during the Bidder‟s
performance of the contract and not subject to variation or price
escalation on any account. A bid submitted with an adjustable price
quotation shall be treated as non-responsive and shall be rejected,
pursuant to ITB Clause 24.
All bid prices shall be considered as fixed prices, and therefore not subject to
price escalation during contract implementation, except under extraordinary
circumstances. Extraordinary circumstances refer to events that may be
determined by the National Economic and Development Authority in
accordance with the Civil Code of the Philippines, and upon the
recommendation of the Procuring Entity. 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
21
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. Prices shall be quoted in the following currencies:
a) For Goods that the Bidder will supply from within the Philippines, the
prices shall be quoted in Philippine Pesos.
b) For Goods that the Bidder will supply from outside the Philippines, the
prices may be quoted in the currency(ies) stated 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 as
published in the BSP reference rate bulletin on the day of the bid
opening.
16.2. If so allowed in accordance with ITB Clause 16.1, the Procuring Entity
for purposes of bid evaluation and comparing the bid prices will convert
the amounts in various currencies in which the bid price is expressed to
Philippine Pesos at the foregoing exchange rates.
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.
18. Bid Security
18.1. The bid security in the amount stated in the BDS shall be equal to the
percentage of the ABC in accordance with the following schedule:
Form of Bid Security Amount of Bid Security
(Equal to Percentage of the ABC)
a) Cash or cashier‟s/manager‟s
check issued by a Universal or
Commercial Bank. Two percent (2%)
22
b) Bank draft/guarantee or
irrevocable letter of credit issued
by a Universal or Commercial
Bank: Provided, however, that it
shall be confirmed or
authenticated by a Universal or
Commercial Bank, if issued by a
foreign bank.
c) Surety bond callable upon
demand issued by a surety or
insurance company duly certified
by the Insurance Commission as
authorized to issue such security.
Five percent (5%)
d) Any combination of the
foregoing.
Proportionate to share of form with
respect to total amount of security
For biddings conducted by LGUs, the Bidder may also submit bid securities in
the form of cashier‟s/manager‟s check, bank draft/guarantee, or irrevocable
letter of credit from other banks certified by the BSP as authorized to issue
such financial statement.
18.2. The bid security should be valid for the period specified in the BDS.
Any bid not accompanied by an acceptable bid security shall be rejected
by the Procuring Entity as non-responsive.
18.3. No bid securities shall be returned to bidders after the opening of bids
and before contract signing, except to those that failed or declared as
post-disqualified, upon submission of a written waiver of their right to
file a motion for reconsideration and/or protest. Without prejudice on
its forfeiture, bid securities shall be returned only after the bidder with
the Lowest Calculated and Responsive Bid 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 the ITB Clause
18.2.
18.5. The bid security may be forfeited:
a) if a Bidder:
(i) withdraws its bid during the period of bid validity specified in
ITB Clause 17;
(ii) does not accept the correction of errors pursuant to ITB Clause
28.3.b);
23
(iii) fails to submit the requirements within the prescribed period or
a finding against their veracity as stated in ITB Clause 29.2;
(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 Lowest
Calculated and Responsive Bid;
(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; or
(ii) fails to furnish performance security in accordance with ITB
Clause 33.
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 VIII.
Bidding Forms on or before the deadline specified in the ITB Clauses
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
24
Clause 12.1, and the second shall contain the financial component of the
bid.
19.2. Forms as mentioned in ITB Clause 19.1 must be completed without any
alterations to their format, and no substitute form shall be accepted. All
blank spaces shall be filled in with the information requested.
19.3. The Bidder shall prepare and submit an original of the first and second
envelopes as described in ITB Clauses 12 and 13. In the event of any
discrepancy between the original and the copies, the original shall
prevail.
19.4. The bid, except for unamended printed literature, shall be signed, and
each and every page thereof shall be initialed, by the duly authorized
representative/s of the Bidder.
19.5. Any interlineations, erasures, or overwriting shall be valid only if they
are signed or initialed by the duly authorized representative/s of the
Bidder.
20. Sealing and Marking of Bids
20.1. Bidders shall enclose their original eligibility and technical documents
described in ITB Clause 12 in one sealed envelope marked
“ORIGINAL - TECHNICAL COMPONENT”, and the original of their
financial component in another sealed envelope marked “ORIGINAL -
FINANCIAL COMPONENT”, sealing them all in an outer envelope
marked “ORIGINAL BID”.
20.2. Each copy of the first and second envelopes shall be similarly sealed
duly marking the inner envelopes as “COPY NO. ___ - TECHNICAL
COMPONENT” and “COPY NO. ___ – FINANCIAL COMPONENT”
and the outer envelope as “COPY NO. ___”, respectively. These
envelopes containing the original and the copies shall then be enclosed
in one single envelope.
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 in accordance with ITB
Clause 1.1;
d) bear the specific identification of this bidding process indicated in the
ITB Clause 1.2; and
25
e) bear a warning “DO NOT OPEN BEFORE…” the date and time for
the opening of bids, in accordance with ITB Clause 21.
20.5. If bids are not sealed and marked as required, the Procuring Entity will
assume no responsibility for the misplacement or premature opening of
the bid.
D. Submission and Opening of Bids
21. Deadline for Submission of Bids
Bids must be received by the Procuring Entity‟s BAC at the address and on or before
the date and time indicated in the BDS.
22. Late Bids
Any bid submitted after the deadline for submission and receipt of bids prescribed by
the Procuring Entity, pursuant to ITB Clause 21, shall be declared “Late” and shall
not be accepted by the Procuring Entity.
23. Modification and Withdrawal of Bids
23.1. The Bidder may modify its bid after it has been submitted; provided that
the modification is received by the Procuring Entity prior to the
deadline prescribed for submission and receipt of bids. The Bidder shall
not be allowed to retrieve its original bid, but shall be allowed to submit
another bid equally sealed, properly identified, linked to its original bid
marked as “TECHNICAL MODIFICATION” or “FINANCIAL
MODIFICATION” and stamped “received” by the BAC. Bid
modifications received after the applicable deadline shall not be
considered and shall be returned to the Bidder unopened.
23.2. A Bidder may, through a Letter of Withdrawal, withdraw its bid after it
has been submitted, for valid and justifiable reason; provided that the
Letter of Withdrawal is received by the Procuring Entity prior to the
deadline prescribed for submission and receipt of bids.
23.3. Bids requested to be withdrawn in accordance with ITB Clause 23.1
shall be returned unopened to the Bidders. A Bidder may also express
its intention not to participate in the bidding through a letter which
should reach and be stamped by the BAC before the deadline for
submission and receipt of bids. A Bidder that withdraws its bid shall not
be permitted to submit another bid, directly or indirectly, for the same
contract.
23.4. No bid may be modified after the deadline for submission of bids. No
bid may be withdrawn in the interval between the deadline for
submission of bids and the expiration of the period of bid validity
specified by the Bidder on the Financial Bid Form. Withdrawal of a bid
during this interval shall result in the forfeiture of the Bidder‟s bid
26
security, pursuant to ITB Clause 18.5, and the imposition of
administrative, civil and criminal sanctions as prescribed by RA 9184
and its IRR.
24. Opening and Preliminary Examination of Bids
24.1. The BAC shall open the first bid envelopes of Bidders in public as
specified in the BDS to determine each Bidder‟s compliance with the
documents prescribed in ITB Clause 12. For this purpose, the BAC
shall check the submitted documents of each bidder against a checklist
of required documents to ascertain if they are all present, using a non-
discretionary “pass/fail” criterion. If a bidder submits the required
document, it shall be rated “passed” for that particular requirement. In
this regard, bids that fail to include any requirement or are incomplete
or patently insufficient shall be considered as “failed”. Otherwise, the
BAC shall rate the said first bid envelope as “passed”.
24.2. Unless otherwise specified in the BDS, immediately after determining
compliance with the requirements in the first envelope, the BAC shall
forthwith open the second bid envelope of each remaining eligible
bidder whose first bid envelope was rated “passed”. The second
envelope of each complying bidder shall be opened within the same
day. In case one or more of the requirements in the second envelope of
a particular bid is missing, incomplete or patently insufficient, and/or if
the submitted total bid price exceeds the ABC unless otherwise
provided in ITB Clause 13.2, the BAC shall rate the bid concerned as
“failed”. Only bids that are determined to contain all the bid
requirements for both components shall be rated “passed” and shall
immediately be considered for evaluation and comparison.
24.3. Letters of withdrawal shall be read out and recorded during bid opening,
and the envelope containing the corresponding withdrawn bid shall be
returned to the Bidder unopened. If the withdrawing Bidder‟s
representative is in attendance, the original bid and all copies thereof
shall be returned to the representative during the bid opening. If the
representative is not in attendance, the bid shall be returned unopened
by registered mail. The Bidder may withdraw its bid prior to the
deadline for the submission and receipt of bids, provided that the
corresponding Letter of Withdrawal contains a valid authorization
requesting for such withdrawal, subject to appropriate administrative
sanctions.
24.4. If a Bidder has previously secured a certification from the Procuring
Entity to the effect that it has previously submitted the above-
enumerated Class “A” Documents, the said certification may be
submitted in lieu of the requirements enumerated in ITB Clause 12.1.a),
items (i) to (v).
24.5. In the case of an eligible foreign Bidder as described in ITB Clause 5,
the Class “A” Documents described in ITB Clause 12.1.a) may be
27
substituted with the appropriate equivalent documents, if any, issued by
the country of the foreign Bidder concerned.
24.6. Each partner of a joint venture agreement shall likewise submit the
requirements in ITB Clauses 12.1.a)(i) and 12.1.a)(ii). Submission of
documents required under ITB Clauses 12.1.a)(iii) to 12.1.a)(v) by any
of the joint venture partners constitutes compliance.
24.7. A Bidder determined as “failed” has three (3) calendar days upon
written notice or, if present at the time of bid opening, upon verbal
notification, within which to file a request or motion for reconsideration
with the BAC: Provided, however, that the motion for reconsideration
shall not be granted if it is established that the finding of failure is due
to the fault of the Bidder concerned: Provided, further, that the BAC
shall decide on the request for reconsideration within seven (7) calendar
days from receipt thereof. If a failed Bidder signifies his intent to file a
motion for reconsideration, the BAC shall keep the bid envelopes of the
said failed Bidder unopened and/or duly sealed until such time that the
motion for reconsideration or protest has been resolved.
24.8. The Procuring Entity shall prepare the minutes of the proceedings of the
bid opening that shall include, as a minimum: (a) names of Bidders,
their bid price, bid security, findings of preliminary examination; and
(b) attendance sheet. The BAC members shall sign the abstract of bids
as read.
E. Evaluation and Comparison of Bids
25. Process to be Confidential
25.1. Members of the BAC, including its staff and personnel, as well as its
Secretariat and TWG, are prohibited from making or accepting any kind
of communication with any bidder regarding the evaluation of their bids
until the issuance of the Notice of Award, unless otherwise allowed in
the case of ITB Clause 26.
25.2. Any effort by a bidder to influence the Procuring Entity in the Procuring
Entity‟s decision in respect of bid evaluation, bid comparison or
contract award will result in the rejection of the Bidder‟s bid.
26. Clarification of Bids
To assist in the evaluation, comparison, and post-qualification of the bids, the
Procuring Entity may ask in writing any Bidder for a clarification of its bid. All
responses to requests for clarification shall be in writing. Any clarification submitted
by a Bidder in respect to its bid and that is not in response to a request by the
Procuring Entity shall not be considered.
27. Domestic Preference
28
27.1. Unless otherwise stated in the BDS, the Procuring Entity will grant a
margin of preference for the purpose of comparison of bids in
accordance with the following:
a) The preference shall be applied when (i) the lowest Foreign Bid is
lower than the lowest bid offered by a Domestic Bidder, or (ii) the
lowest bid offered by a non-Philippine national is lower than the
lowest bid offered by a Domestic Entity.
b) For evaluation purposes, the lowest Foreign Bid or the bid offered by a
non-Philippine national shall be increased by fifteen percent (15%).
c) In the event that (i) the lowest bid offered by a Domestic Entity does
not exceed the lowest Foreign Bid as increased, or (ii) the lowest bid
offered by a non-Philippine national as increased, then the Procuring
Entity shall award the contract to the Domestic Bidder/Entity at the
amount of the lowest Foreign Bid or the bid offered by a non-
Philippine national, as the case may be.
d) If the Domestic Entity/Bidder refuses to accept the award of contract at
the amount of the Foreign Bid or bid offered by a non-Philippine
national within two (2) calendar days from receipt of written advice
from the BAC, the Procuring Entity shall award to the bidder offering
the Foreign Bid or the non-Philippine national, as the case may be,
subject to post-qualification and submission of all the documentary
requirements under these Bidding Documents.
27.2. A Bidder may be granted preference as a Domestic Entity subject to the
certification from the DTI (in case of sole proprietorships), SEC (in case
of partnerships and corporations), or CDA (in case of cooperatives) that
the (a) sole proprietor is a citizen of the Philippines or the partnership,
corporation, cooperative, or association is duly organized under the
laws of the Philippines with at least seventy five percent (75%) of its
interest or outstanding capital stock belonging to citizens of the
Philippines, (b) habitually established in business and habitually
engaged in the manufacture or sale of the merchandise covered by his
bid, and (c) the business has been in existence for at least five (5)
consecutive years prior to the advertisement and/or posting of the
Invitation to Bid for this Project.
27.3. A Bidder may be granted preference as a Domestic Bidder subject to the
certification from the DTI that the Bidder is offering unmanufactured
articles, materials or supplies of the growth or production of the
Philippines, or manufactured articles, materials, or supplies
manufactured or to be manufactured in the Philippines substantially
from articles, materials, or supplies of the growth, production, or
manufacture, as the case may be, of the Philippines.
28. Detailed Evaluation and Comparison of Bids
29
28.1. The Procuring Entity will undertake the detailed evaluation and
comparison of bids which have passed the opening and preliminary
examination of bids, pursuant to ITB Clause 24, in order to determine
the Lowest Calculated Bid.
28.2. The Lowest Calculated Bid shall be determined in two steps:
a) The detailed evaluation of the financial component of the bids, to
establish the correct calculated prices of the bids; and
b) The ranking of the total bid prices as so calculated from the lowest to
the highest. The bid with the lowest price shall be identified as the
Lowest Calculated Bid.
28.3. The Procuring Entity's BAC shall immediately conduct a detailed
evaluation of all bids rated “passed,” using non-discretionary pass/fail
criteria. Unless otherwise specified in the BDS, the BAC shall consider
the following in the evaluation of bids:
a) Completeness of the bid. Unless the ITB specifically allows partial
bids, bids not addressing or providing all of the required items in the
Schedule of Requirements including, where applicable, bill of
quantities, shall be considered non-responsive and, thus, automatically
disqualified. In this regard, where a required item is provided, but no
price is indicated, the same shall be considered as non-responsive, but
specifying a "0" (zero) for the said item would mean that it is being
offered for free to the Procuring Entity; and
b) Arithmetical corrections. Consider computational errors and omissions
to enable proper comparison of all eligible bids. It may also consider
bid modifications, if allowed in the BDS. Any adjustment shall be
calculated in monetary terms to determine the calculated prices.
28.4. Based on the detailed evaluation of bids, those that comply with the
above-mentioned requirements shall be ranked in the ascending order of
their total calculated bid prices, as evaluated and corrected for
computational errors, discounts and other modifications, to identify the
Lowest Calculated Bid. Total calculated bid prices, as evaluated and
corrected for computational errors, discounts and other modifications,
which exceed the ABC shall not be considered, unless otherwise
indicated in the BDS.
28.5. The Procuring Entity‟s evaluation of bids shall only be based on the bid
price quoted in the Financial Bid Form.
28.6. Bids shall be evaluated on an equal footing to ensure fair competition.
For this purpose, all bidders shall be required to include in their bids the
cost of all taxes, such as, but not limited to, value added tax (VAT),
income tax, local taxes, and other fiscal levies and duties which shall be
itemized in the bid form and reflected in the detailed estimates. Such
30
bids, including said taxes, shall be the basis for bid evaluation and
comparison.
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 13.
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:
a) Tax clearance per Executive Order 398, Series of 2005;
b) Latest income and business tax returns in the form specified in the
BDS;
c) Certificate of PhilGEPS Registration; and
d) Other appropriate licenses and permits required by law and stated in
the BDS.
Failure of the Bidder declared as Lowest Calculated Bid 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 and 13, 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.
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 Responsive Bid is determined for contract
award.
31
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. In the case
of GOCCs and GFIs, the period provided herein shall be fifteen (15)
calendar days.
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 GOP as follows:
(i) If the physical and economic conditions have significantly
changed so as to render the project no longer economically,
financially or technically feasible as determined by the head of
the procuring entity;
(ii) If the project is no longer necessary as determined by the head
of the procuring entity; and
(iii) If the source of funds for the project has been withheld or
reduced through no fault of the Procuring Entity.
32
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 (LCRB)
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 29, the Procuring Entity shall award the contract
to the Bidder whose bid has been determined to be the 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 Bidder with 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 valid JVA, if applicable, within ten (10) calendar
days from receipt by the Bidder of the notice from the BAC that the
Bidder has the LCRB;
b) Posting of the performance security in accordance with ITB Clause 33;
c) Signing of the contract as provided in ITB Clause 32; and
d) Approval by higher authority, if required.
31.4. At the time of contract award, the Procuring Entity shall not increase or
decrease the quantity of goods originally specified in Section VI.
Schedule of Requirements.
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 Bidder, which contract has been provided in the
33
Bidding Documents, incorporating therein all agreements between the
parties.
32.2. Within ten (10) calendar days from receipt of the Notice of Award, the
successful Bidder shall post the required performance security and sign
and date the contract and return it to the Procuring Entity.
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 from 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 performance security shall be denominated in Philippine Pesos and
posted in favor of the Procuring Entity in an amount equal to the
percentage of the total contract price in accordance with the following
schedule:
Form of Performance Security
Amount of Performance Security
(Equal to Percentage of the Total
Contract Price)
a) Cash or cashier‟s/manager‟s
check issued by a Universal or
Commercial Bank. Five percent (5%)
34
b) Bank draft/guarantee or
irrevocable letter of credit
issued by a Universal or
Commercial Bank: Provided,
however, that it shall be
confirmed or authenticated by a
Universal or Commercial Bank,
if issued by a foreign bank.
c) Surety bond callable upon
demand issued by a surety or
insurance company duly
certified by the Insurance
Commission as authorized to
issue such security; and/or
Thirty percent (30%)
d) Any combination of the
foregoing.
Proportionate to share of form with
respect to total amount of security
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 LCRB
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 three (3) calendar days from the date of approval of the contract
by the appropriate government approving authority, the Procuring
Entity shall issue its Notice to Proceed to the Bidder.
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.
35
Section III. Bid Data Sheet
ITB Clause
1.1 The PROCURING ENTITY is the Department of Transportation and
Communications (DOTC).
The name of the Project is MRT3 System Temporary Maintenance Provider-
One (1) Year
2
The Funding Source is:
The Government of the Philippines (GOP) through the General
Appropriations Act in the amount of Seven Hundred Twelve Million Seven
Hundred Sixty Seven Thousand Nine Hundred Ninety Eight and Thirty Four
Centavos (Php 712,767,998.34)
The name of the Project is MRT3 System Temporary Maintenance Provider-
One (1) Year
3.1 No further instructions.
5.2 Bidding is restricted to eligible bidders as defined in ITB Clause 5.2
5.4 The Bidder must have completed, within ten (10) years from the submission
of bids, a single contract that is similar to this Project, equivalent to at least
fifty percent (50%) of the ABC.
For this purpose, similar contracts shall refer to the Supply and Delivery of
Train System Maintenance Services.
7 No further instructions.
8.1 Subcontracting is not allowed
8.2 Not applicable
9.1 The Procuring Entity will hold a pre-bid conference for this Project on 02
April 2013, 2:00 P.M. at the 16th
Floor DOTC Conference Room, The
Columbia Tower, Ortigas Avenue, Brgy. Wack-Wack, Mandaluyong City.
10.1 The Procuring Entity‟s address is:
Department of Transportation and Communications
Usec. Jose Perpetuo M. Lotilla
Chairman
Bids and Awards Committee
Unit 165 16th
Floor, The Columbia Tower, Brgy. Wack-Wack, Ortigas
Avenue, 1555 Mandaluyong City
Email: dotcbacsec@yahoo.com
Fax No. (+632) 723-5004
Website: dotcmain.gov.ph
12 The first envelope shall contain the eligibility and technical documents
stated in the ITB Clause. However, if the Bidder maintains a current and
updated file of its Class “A” Documents with the Procuring Entity, a
certification to that effect issued by its BAC may be submitted in lieu of the
Class “A” Documents.
12.1(a)&(b) No other acceptable proof of registration is recognized.
12(a)(iii) No further instructions.
12(a)(iv) No further instructions.
13.1 No additional requirements
13.1 (b) No further instructions.
36
13.2 The ABC is Seven Hundred Twelve Million Seven Hundred Sixty Seven
Thousand Nine Hundred Ninety Eight and Thirty Four Centavos (Php
712,767,998.34). Any bid with a financial component exceeding this
amount shall not be accepted.
15.4 (a)(iii) No incidental services are required.
16.1 (b) The bid prices shall be quoted in Philippine Pesos.
16.3 Not applicable
17.1 Bids will be valid until One Hundred Twenty (120) calendar days from Bid
Opening.
18.1 The bid security shall be in the following amount:
1. 2% of ABC, or Fourteen Million Two Hundred Fifty Five Thousand
Three Hundred Fifty Nine and Ninety Seven Cents
(Php14,255,359.97) if bid security is in cash, cashier‟s/manager‟s
check, bank draft/guarantee or irrevocable letter of credit;
2. 5% of ABC, or Thirty Five Million Six Hundred Thirty Eight
Thousand Three Hundred Ninety Nine and Ninety Two Cents
(Php35,638,399.92) if bid security is in Surety Bond; or
3. Any combination of the foregoing proportionate to the share of form
with respect to total amount of security.
4. Bid Securing Declaration (GPPB Resolution No. 03.2012)
18.2 The bid security shall be valid until 120 days from date of opening of bids.
20.3 Each Bidder shall submit One (1) original and Four (4) copies of the first
and second components of its bid.
21 The address for submission of bids is Unit 165, 16th
Flr., Columbia Tower,
Brgy. Wack-Wack, Ortigas Ave. 1555 Mandaluyong City, Philippines.
The deadline for submission of bids is 15 April 2013, 3:00 P.M.
24.1 The place of bid opening is Unit 165, 16th
Flr., Columbia Tower, Brgy.
Wack-Wack, Ortigas Ave. 1555 Mandaluyong City, Philippines.
The date and time of bid opening is 15 April 2013, 3:00 P.M.
24.2 No further instructions.
27.1 No further instructions.
28.3 No further instructions.
28.3 (b) Bid modification is not allowed.
29.2 (b) Bidders have the option to submit manually filed tax returns or tax returns
filed through the Electronic Filling and Payments System (EFPS).
NOTE: The latest income and business tax returns are those within the last
six (6) months preceding the date of bid submission.
29.2 (d) No further instructions.
32.4 (g) The following documents should be submitted:
1. Bidder’s Technical Information
2. Outline Quality Plan
37
3. Outline System Safety Assurance Plan and Outline Site Safety Plan
4. Outline Environmental Plan
5. Outline Project Management Plan, Project Implementation,
Program (Works Program), Design Submission Program, Proposals
for use of Site (Land) and Site Management Plan
6. Structure of the Bidder and Providers of Guarantees and
Warranties,
7. Information on Eligibility Criteria and Post Qualification
8. Pricing Document (included in Financial Proposal only)
9. Bid Index
34.2 The effective date of the Contract is Ten (10) days from receipt by the
winning bidder of the Notice to Proceed (NTP) or the date provided in the
NTP.
38
Section IV. General Conditions of Contract
39
TABLE OF CONTENTS
1. DEFINITIONS .............................................................................................. 41
2. CORRUPT, FRAUDULENT, COLLUSIVE, AND COERCIVE
PRACTICES ................................................................................................. 45
3. INSPECTION AND AUDIT BY THE FUNDING SOURCE ................................. 47
4. GOVERNING LAW AND LANGUAGE ........................................................... 47
5. NOTICES ..................................................................................................... 47
6. SCOPE OF CONTRACT ................................................................................ 47
7. SUBCONTRACTING ..................................................................................... 47
8. PROCURING ENTITY’S RESPONSIBILITIES ................................................ 48
9. PRICES ....................................................................................................... 48
10. PAYMENT ................................................................................................... 48
11. ADVANCE PAYMENT AND TERMS OF PAYMENT ....................................... 49
12. TAXES AND DUTIES .................................................................................... 49
13. PERFORMANCE SECURITY ........................................................................ 52
14. USE OF CONTRACT DOCUMENTS AND INFORMATION .............................. 53
15. STANDARDS ................................................................................................ 53
16. INSPECTION AND TESTS ............................................................................. 53
17. WARRANTY ................................................................................................ 54
18. DELAYS IN THE SUPPLIER’S PERFORMANCE ............................................ 55
19. LIQUIDATED DAMAGES ............................................................................. 55
20. SETTLEMENT OF DISPUTES ....................................................................... 56
21. LIABILITY OF THE SUPPLIER ..................................................................... 56
22. FORCE MAJEURE ....................................................................................... 56
23. TERMINATION FOR DEFAULT .................................................................... 57
24. TERMINATION FOR INSOLVENCY .............................................................. 58
25. TERMINATION FOR CONVENIENCE ........................................................... 58
26. TERMINATION FOR UNLAWFUL ACTS ...................................................... 58
27. PROCEDURES FOR TERMINATION OF CONTRACTS ................................... 59
28. ASSIGNMENT OF RIGHTS ........................................................................... 60
40
29. CONTRACT AMENDMENT .......................................................................... 60
30. APPLICATION ............................................................................................. 60
41
1. Definitions
1.1. In this Contract, the following terms shall be interpreted as indicated:
“The Contract” means the agreement entered into between the Procuring Entity
and the Supplier, as recorded in the Contract Form signed by the parties,
including all attachments and appendices thereto and all documents
incorporated by reference therein.
“The Contract Price” means the price payable to the Supplier under the
Contract for the full and proper performance of its contractual obligations.
“The Goods” means all of the supplies, equipment, machinery, spare parts,
other materials and/or general support services which the Supplier is required
to provide to the Procuring Entity under the Contract.
“The Services” means those services ancillary to the supply of the Goods, such
as transportation and insurance, and any other incidental services, such as
installation, commissioning, provision of technical assistance, training, and
other such obligations of the Supplier covered under the Contract.
“GCC” means the General Conditions of Contract contained in this Section.
“SCC” means the Special Conditions of Contract.
“The Procuring Entity” means the organization purchasing the Goods, as
named in the SCC.
“The Procuring Entity‟s country” is the Philippines.
“The Supplier” means the individual Supplier, manufacturer distributor, or firm
supplying/manufacturing the Goods and Services under this Contract and
named in the SCC.
The “Funding Source” means the organization named in the SCC.
“The Project Site,” where applicable, means the place or places named in the
SCC.
“Day” means calendar day.
The “Effective Date” of the contract will be the date of receipt by the Supplier
of the Notice to Proceed or the date provided in the Notice to Proceed.
Performance of all obligations shall be reckoned from the Effective Date of the
Contract.
“Verified Report” refers to the report submitted by the Implementing Unit to
the Head of the Procuring Entity setting forth its findings as to the existence of
grounds or causes for termination and explicitly stating its recommendation for
the issuance of a Notice to Terminate.
42
“Agreement” means this Agreement and the exhibits, schedules and annexes
attached hereto, as amended, modified or supplemented from time to time by
the parties or by Variation Order.
“Applicable Law” means with respect to a Person any domestic or foreign
statute, law, ordinance, rule, administrative interpretation or guidance,
regulation, order, writ, injunction, directive, judgment, decree, or other
requirement of any Governmental Authority that is applicable to such Person or
any of its respective properties, assets, or Representatives (in connection with
any such Representative‟s activities on behalf of any such Person).
“Change in Law” means any amendment, modification, change, deletion or
addition to, or precedential change in the interpretation of, any Applicable Law
of any
Philippine Governmental Authority, or the enactment or issuance of any new
Applicable Law by any Philippine Governmental Authority, the imposition of
conditions or requirements of any Permit requiring a change in the Services, or
any other change in the specified standards or objective criteria of any Permit,
in each case occurring after the date hereof and which has an adverse effect on
Provider‟s rights or ability to perform any of its obligations under this
Agreement or which causes an increase in the cost of such performance.
“Confidential Information” means, with respect to a Person, such Person‟s or
any of its Subcontractor‟s, Representatives‟ or assigns‟, technical information,
drawings, technical documents, knowledge, know-how, data, formulae,
processes or trade secrets, which is, if in written or electronic form, marked as
confidential at the time of disclosure to the recipient Person, or, if in oral form,
was identified as confidential at the time of oral
disclosure and reduced to writing or electronic form within thirty (30) days
after oral
disclosure. Notwithstanding the foregoing, Confidential Information shall not
include information that (i) the recipient Person can show by documentary
evidence to have been in its possession prior to its receipt from the disclosing
Person, (ii) is now or later becomes generally available to the public other than
as a result of a disclosure by the recipient Person, any of its subcontractors, or
any of their respective Representatives, or (iii) is received separately by the
recipient Person in an unrestricted manner from a third party that is not known
by the recipient Person to be prohibited from disclosing such information under
any legal, contractual, or fiduciary obligation to the disclosing Person.
“Contract Period” means the period commencing on the date of “Notice to
Proceed” and ending after one year, unless otherwise renewed at the sole
discretion of the DOTC.
“Cost” means actual costs and expenses incurred in relation to the relevant
matter or thing.
“Depot” means the administrative building and maintenance and storage
facilities ancillary to the System.
“DOTC” is defined in the recitals.
43
“Emergency” means any occurrence requiring immediate action and
constituting a serious hazard to the safety of persons or property or materially
interfering with the safe or environmentally-sound operation of the System.
“Good Industry Practice” shall mean, at the time of the performance of the
relevant Service, any of the practices, methods, procedures and acts, engaged
in, approved or accepted by a significant portion of the rail transit system
maintenance industry at such time, or where no appropriate practices, methods,
procedures or acts of such nature have been so approved or accepted, any of the
practices, methods, procedures and acts which, in the exercise of reasonable
judgment in light of the facts known at the time the decision was made, could
reasonably have been expected to accomplish the desired result at reasonable
cost consistent with good business practices, reliability, safety and expedition.
“Good Industry Practice” is not intended to be limited to a single or optimum
practice, method, procedure or act to the exclusion of all others, but rather is to
include any of a number of possible practices, methods, procedures or acts.
“Governmental Authority” means any foreign or domestic national, provincial,
territorial, or local governmental authority, quasi-governmental authority,
court, governmental organization or commission, regulatory, administrative, or
other agency, or any political or other subdivision, department, or branch of
any of the foregoing.
“Key Personnel” means Provider‟s Representative, the Manager of
Engineering, the Manager of the Rail Vehicles, the Manager of Line Equipment
and the Manager of Administration.
“Maintenance” means an activity carried out on rolling stock, equipment,
system or subsystem to ensure acceptable operating condition and preserve
within designed tolerances.
“Maintenance Management System” means a computer-based maintenance
information system capable of maintaining inventory, generating work orders,
purchase orders, and requisitions, scheduling maintenance, and keeping
equipment and Spare Parts history and status.
“Maintenance Month” means each period of one month commencing on the
issuance of Notice to Proceed.
“Maintenance Period” means the period beginning on issuance and/ or date of
“Notice to Proceed” and ending at the end of one year, renewable for one year
at the sole discretion of the DOTC.
“Maintenance Specifications” means the specifications and procedures for
repair and maintenance of the System set forth in Section VII. Technical
Specifications attached hereto as the same may be modified or amended from
time to time by agreement of the parties or Variation Order.
“Maintenance Subcontract” means such Maintenance Subcontract regarding the
Rail Vehicles and other sub-systems as may be entered into by Provider to
44
other contractors, as such Maintenance Subcontract shall be entered by the
Provider with prior written consent from the DOTC-MRT3 if the needs arises.
“Maintenance Transition Team” refers to the team of experts and personnel
trained by DOTC and the previous maintenance provider to conduct
maintenance during the period.
“Operator” means DOTC and its assigned subsidiary DOTC-MRT3.
“Operator‟s Required Number” means the number of Rail Vehicles which
Operator requires to be in Revenue Service during a given Service Period.
“Permits” means all national, provincial, and local licenses, permits,
authorizations, and other approvals of Governmental Authorities, including
environmental permits and occupancy permits, and any agreement, consent or
approval from or with any Person required by Applicable Law or otherwise
necessary for performance by Owner and Provider of their respective
obligations under this Agreement.
“Rail Vehicles” means the rail vehicles more particularly detailed in the LRVs
Technical Specifications.
“Representative” means, with respect to a Person, any representative, director,
officer, employee, or agent of such Person.
“Services” means all obligations of Provider under this Agreement, including
the supply of Spare Parts and other materials.
“Site” means the land and other places on, under, in or through which the MRT
3 System is constructed, operated or maintained.
“Spare Parts” means equipment, machinery, supplies, hardware, software, parts
and other materials necessary for the maintenance and repair of the System.
“Special Repairs” means any repair of the System required as a result of any
damage thereto caused by any of the following:
a. Failure of Owner or Operator, or any of their respective
affiliates, contractors, subcontractors or Representatives, to operate
such Rail Vehicle or the System in accordance with the operating and
maintenance manuals and established operating rules;
b. Acts of passengers or trespassers other than Owner or
maintenance personnel resulting in failure or interruption of service;
c. Failure of Owner or Operator, or any of their respective
affiliates, contractors, subcontractors or Representatives, to make such
Rail Vehicle or the System or any portion thereof available to Provider
for scheduled maintenance in accordance with the requirements of the
approved Manuals and the Operating Assumptions;
d. Actions of unauthorized or unqualified persons, unless the
consequence of negligence of Provider;
45
e. Animals, birds or foreign objects, unless the consequence of
negligence of Provider;
f. An Event of Force Majeure;
g. Vandalism or other criminal activity;
h. Outside ambient conditions which exceed 38.6°C under shade
or 95% relative humidity;
i. High winds exceeding 175 kph; or
j. Flooding, unless the consequence of negligence of the Turnkey
Contractor or of Provider, such as improper provision or maintenance
of drainage by the Turnkey Contractor or Provider.
“Subcontractor” means any Person who carries out a portion of the Services
on behalf of Provider under a subcontract.
“System” is defined in the recitals.
“Taxes” means any taxes (including income taxes, withholding taxes, value
added taxes, business and real estate taxes and documentary stamp taxes),
duties (including customs duties), tariffs, fees, assessments, deductions or
charges whatsoever, assessed or collected by any Governmental Authority,
together with interest thereon and penalties with respect thereto.
“Terms of Reference” pertains to Section VII of this Agreement, which
includes, among others, the Maintenance Specification and Scope of Work as
defined herein.
“Transition Period” refers to the period prior to this Agreement‟s Termination,
during which time Provider shall implement the approved Transition Plan, the
parameters of which are defined in the Terms of Reference.
“Utilities” means any and all electrical power, water, gas, telephone and other
utilities necessary or desirable to perform the Services.
“Working Day” means a day (other than a Saturday or Sunday) when banks
are open for the transaction of business in the Republic of the Philippines.
2. Corrupt, Fraudulent, Collusive, and Coercive Practices
1.1. Unless otherwise provided in the SCC, the Procuring Entity as well as
the bidders, Suppliers, or suppliers shall observe the highest standard of
ethics during the procurement and execution of this Contract. In
pursuance of this policy, the Procuring Entity:
a) defines, for the 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 it
46
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 Government, 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.
(iv) “coercive practices” means harming or threatening to harm,
directly or indirectly, persons, or their property to influence
their participation in a procurement process, or affect the
execution of a contract;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or
concealing of evidence material to an administrative
proceedings or investigation or making false statements
to investigators in order to materially impede an
administrative proceedings or investigation of the
Procuring Entity or any foreign government/foreign or
international financing institution into allegations of a
corrupt, fraudulent, coercive or collusive practice;
and/or threatening, harassing or intimidating any party
to prevent it from disclosing its knowledge of matters
relevant to the administrative proceedings or
investigation or from pursuing such proceedings or
investigation; or
(bb) acts intended to materially impede the exercise of the
inspection and audit rights of the Procuring Entity or
any foreign government/foreign or international
financing institution herein.
b) will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in any of the practices mentioned
in this Clause for purposes of competing for the contract.
47
1.2. Further the Funding Source, Borrower or 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 any of the
practices mentioned in GCC Clause 1.1.a).
2. Inspection and Audit by the Funding Source
The Supplier shall permit the Funding Source to inspect the Supplier‟s accounts and
records relating to the performance of the Supplier and to have them audited by
auditors appointed by the Funding Source, if so required by the Funding Source.
3. Governing Law and Language
3.1. This Contract shall be interpreted in accordance with the laws of the
Republic of the Philippines.
3.2. 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 exchanged by the parties
shall be written in English.
4. Notices
4.1. Any notice, request, or consent required or permitted to be given or
made pursuant to this Contract shall be in writing. Any such notice,
request, or consent shall be deemed to have been given or made when
received by the concerned party, either in person or through an
authorized representative of the Party to whom the communication is
addressed, or when sent by registered mail, telex, telegram, or facsimile
to such Party at the address specified in the SCC, which shall be
effective when delivered and duly received or on the notice‟s effective
date, whichever is later.
4.2. A Party may change its address for notice hereunder by giving the other
Party notice of such change pursuant to the provisions listed in the SCC
for GCC Clause 4.1.
5. Scope of Contract
5.1. The GOODS and Related Services to be provided shall be as specified
in Section VI. Schedule of Requirements.
5.2. This Contract shall include all such items, although not specifically
mentioned, that can be reasonably inferred as being required for its
completion as if such items were expressly mentioned herein. Any
additional requirements for the completion of this Contract shall be
provided in the SCC.
6. Subcontracting
48
6.1. Subcontracting of any portion of the Goods, if allowed in the BDS, does
not relieve the Supplier of any liability or obligation under this
Contract. The Supplier will be responsible for the acts, defaults, and
negligence of any sub-Supplier, its agents, servants or workmen as fully
as if these were the Supplier‟s own acts, defaults, or negligence, or
those of its agents, servants or workmen.
6.2. Sub-Suppliers 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.
7. Procuring Entity’s Responsibilities
7.1. Whenever the performance of the obligations in this Contract requires
that the Supplier obtain permits, approvals, import, and other licenses
from local public authorities, the Procuring Entity shall, if so needed by
the Supplier, make its best effort to assist the Supplier in complying
with such requirements in a timely and expeditious manner.
7.2. The Procuring Entity shall pay all costs involved in the performance of
its responsibilities in accordance with GCC Clause 5.
8. Prices
8.1. For the given scope of work in this Contract as awarded, all bid prices
are considered fixed prices, and therefore not subject to price escalation
during contract implementation, except under extraordinary
circumstances and upon prior approval of the GPPB in accordance with
Section 61 of R.A. 9184 and its IRR or except as provided in this
Clause.
8.2. Prices charged by the Supplier for Goods delivered and/or services
performed under this Contract shall not vary from the prices quoted by
the Supplier in its bid, with the exception of any change in price
resulting from a Change Order issued in accordance with GCC Clause
0.
9. Payment
9.1. Payments shall be made only upon a certification by the Head of the
Procuring Entity to the effect that the Goods have been rendered or
delivered in accordance with the terms of this Contract and have been
duly inspected and accepted. Except with the prior approval of the
President no payment shall be made for services not yet rendered or for
supplies and materials not yet delivered under this Contract. Ten
percent (10%) of the amount of each payment shall be retained by the
Procuring Entity to cover the Supplier‟s warranty obligations under this
Contract as described in GCC Clause 0.
49
9.2. The Supplier‟s request(s) for payment shall be made to the Procuring
Entity in writing, accompanied by an invoice describing, as appropriate,
the Goods delivered and/or Services performed, and by documents
submitted pursuant to the SCC provision for GCC Clause 5.2, and upon
fulfillment of other obligations stipulated in this Contract.
9.3. Pursuant to GCC Clause 9.2, payments shall be made promptly by the
Procuring Entity, but in no case later than sixty (60) days after
submission of an invoice or claim by the Supplier.
9.4. Unless otherwise provided in the SCC, the currency in which payment
is made to the Supplier under this Contract shall be in Philippine Pesos.
10. Advance Payment and Terms of Payment
10.1. Advance payment shall be made only after prior approval of the
President, and shall not exceed fifteen percent (15%) of the Contract
amount, unless otherwise directed by the President or in cases allowed
under Annex “D” of RA 9184.
10.2. For Goods supplied from abroad, the terms of payment shall be as
follows:
a) On Contract Signature: Ten percent (10%) of the Contract Price shall
be paid within sixty (60) days from signing of the Contract and upon
submission of a claim and a bank guarantee for the equivalent amount
valid until the Goods are delivered and in the form provided in Section
VIII. Bidding Forms.
b) On Delivery: Seventy percent (70%) of the Contract Price shall be paid
to the Supplier within sixty (60) days after the date of receipt of the
Goods and upon submission of the documents (i) through (vi) specified
in the SCC provision on Delivery and Documents.
c) On Acceptance: The remaining twenty percent (20%) of the Contract
Price shall be paid to the Supplier within sixty (60) days after the date
of submission of the acceptance and inspection certificate for the
respective delivery issued by the Procuring Entity‟s authorized
representative. In the event that no inspection or acceptance certificate
is issued by the Procuring Entity‟s authorized representative within
forty five (45) days of the date shown on the delivery receipt the
Supplier shall have the right to claim payment of the remaining twenty
percent (20%) subject to the Procuring Entity‟s own verification of the
reason(s) for the failure to issue documents (vii) and (viii) as described
in the SCC provision on Delivery and Documents.
10.3. All progress payments shall first be charged against the advance
payment until the latter has been fully exhausted.
11. Taxes and Duties
50
A. VAT Allocation; Tax Exemptions. The parties agree that the portion of the
Base Fee for each Maintenance Year that is allocated to Services performed in
the Republic of the Philippines or for materials, equipment and other supplies
provided by Provider to Owner hereunder and purchased in Republic of the
Philippines (collectively, “Onshore Services and Equipment”) is 41% and the
portion that is allocated to the Services to be performed outside of the
Republic of the Philippines or for materials, equipment and other supplies
imported from outside of the Republic of the Philippines and provided by
Provider to Owner hereunder (collectively, “Offshore Services and Imported
Equipment”) is 59%. The compensation payable to Provider hereunder is net
of and does not include the following (“Owner-Responsible Levies”), which
shall be paid separately by Owner:
(a) VAT (including VAT both on payments to be made by
Provider to Subcontractors and by Subcontractors to their
subcontractors, if VAT is not
payable with respect to this Agreement, and including VAT only
on payments to be made by Subcontractors to their subcontractors,
if VAT is not payable both with respect to this
Agreement and with respect to payments to be made by Provider to
Subcontractors);
(b) taxes and fees imposed by any Governmental Authority in the
Philippines on the Rail Transit System (including real estate taxes
on the areas and improvements thereon, whether for the Depot or
the stations or otherwise);
(c) documentary stamp and similar taxes on this Agreement or any
related documents or instruments; and
(d) taxes, levies and duties on all importations of capital
equipment, machinery, Spare Parts and materials for use in the
performance of the Services.
B. Imposition of Owner-Responsible Levies; VAT for Special Repairs and
for Variations. The parties acknowledge that, as of the date hereof,
Applicable Law obligates Provider to pay VAT on payments to be made by
Owner to the Provider hereunder with respect to the Onshore Services and
Equipment. Each invoice submitted by Provider hereunder shall therefore
include as a separate item VAT due (which is currently equal to 12%) on the
amount to be paid pursuant to such invoice with respect to Onshore Services
and Equipment and Owner shall pay such VAT to Provider, together with the
payment paid pursuant to such invoice. In the event, whether as the result of a
Change in Law or otherwise, Applicable Law obligates or is interpreted to
obligate Provider to pay any VAT (“Offshore VAT”) on payments hereunder
of the portion of the Annual Maintenance Fee allocated to Offshore Services
and Imported Equipment that have not yet been made, or any VAT (“Other
VAT”) on (i) payments (or any portion thereof) of Cost for Special Repairs
required to be (but that have not yet been) made by Owner pursuant to Section
4.2 or (ii) payments (or any portion thereof) for Variations, required to be (but
51
that have not yet been) made by Owner pursuant to Section 10.1, then such
Offshore VAT or Other VAT, as the case may be, shall be added to the
invoice containing the amount with respect to which such Offshore VAT or
Other VAT, as the case may be, is payable, and Owner shall pay such VAT to
Provider, together with the payment paid pursuant to such invoice. In the
event, whether as the result of a Change in Law or otherwise, Applicable Law
obligates or is interpreted to obligate Provider to pay any Offshore VAT on
payments of the Annual Maintenance Fee that have been previously received
by Provider, or Other VAT on (i) payments (or any portion thereof) of Cost
for Special Repairs that have been previously made by Owner and received by
Provider pursuant to Section 4.2 or (ii) payments (or any portion thereof) for
Variations that have been previously made by Owner and received by Provider
pursuant to Section 10.1, then Owner shall pay such Offshore VAT or Other
VAT (and any penalties, surcharges and/or interest then due with respect to
such Offshore VAT or Other VAT except to the extent any such penalties,
surcharges and interest would not have accrued had Provider requested Owner
to pay such VAT promptly after Provider had received written notice from the
Philippine Bureau of Internal Revenue that Applicable Law obligated Provider
to pay such VAT) to Provider within fifteen (15) days after the date of a
statement from Provider for such amounts. In the event Applicable Law does
not obligate Provider to pay VAT on payments (or any portion thereof) to be
made by Owner to Provider hereunder with respect to Onshore Services and
Equipment and/or Offshore Services and Imported Equipment and/or Costs for
Special Repairs and/or Variations, either because Provider is zero rated or
exempt, but Applicable Law does require VAT to be paid (whether by
Provider, any Subcontractor or any subcontractor of a Subcontractor) on
payments (or any portion thereof) to be made by Provider to any
Subcontractor and/or by any Subcontractor to any of its subcontractors, then
Provider shall provide Owner a statement of such VAT on payments (or any
portion thereof) to be made by Provider to any such Subcontractor and/or by
any Subcontractor to any of its subcontractors and Owner shall pay such VAT
to Provider no later than the later of (i) the date such Person‟s obligation to the
relevant taxing authority is due or (ii) fifteen (15) days after receipt of such
statement. If as a result of a Change in Law or an assignment of this
Agreement to DOTC or any other Governmental Authority, any Philippine
Taxes are required to be withheld or deducted from any payment of VAT
required to be made by Owner pursuant to this section A and B then,
notwithstanding any provision hereof to the contrary, the amount so payable
shall be increased to the extent necessary to yield to the recipient Person (after
payment of all Taxes) the amount that would have been received had no such
Taxes been withheld or deducted. Except with respect to VAT as described
above in Section A or in this Section B, if, notwithstanding the foregoing,
Provider (or any of its Subcontractors) shall be required by Applicable Law to
pay any Owner -Responsible Levies, Provider shall invoice Owner for the
same and Owner shall pay Provider therefore no later than the later of (i) the
date Provider‟s (or Subcontractor‟s) obligation to the relevant taxing authority
is due or (ii) fifteen (15) days after receipt of such invoice.
C. Withholding Tax. If Owner shall be required by Applicable Law to deduct
any income or withholding taxes from any amount payable hereunder, (i)
52
Owner shall pay to the relevant taxation authority the appropriate amount
necessary to comply with the Applicable Law, (ii) Owner shall make such
payment prior to the date on which interest or penalty attaches thereto and (iii)
promptly after receipt thereof Owner shall deliver to Provider a copy of the
official tax receipt issued to it by the relevant taxation authority evidencing its
payment of such amount to such taxation authority.
D. Provider Taxes. Except to the extent otherwise provided in Sections A, B and
C above, all Taxes upon the production, manufacture, sale, shipment, or the
like of any equipment, machinery, materials, Spare Parts or other things to be
used or done in the performance of the Services shall be for the account of
Provider.
E. Circumstances When No Gross Up Required. Notwithstanding any other
provision of this Article, Provider shall not be entitled to the benefit of
Section B to the extent Provider is entitled to a tax benefit, including, without
limitation, any refund or credit, pursuant to any relevant tax law or tax treaty,
whether in Japan, the Republic of the Philippines, or elsewhere. If Provider
should derive any tax benefit, including, without limitation, any refund or
credit, in respect of any amount paid pursuant to Section B, Provider shall
promptly notify Owner of such benefit and shall, within fifteen (15) days of
receipt of such benefit, repay the amount of such benefit to Owner.
F. Cooperation. Owner and Provider shall cooperate reasonably (subject to
compliance with Applicable Law) to reduce or eliminate Taxes for which
either party is responsible under this Agreement, including, without limitation,
naming at either party‟s request Owner or DOTC as the consignee of goods,
equipment, and materials imported into the Republic of the Philippines by
Provider or its Subcontractor in connection with the Services. Title to (but not
risk of loss of) Spare Parts that are imported from outside of the Philippines
shall pass to Owner upon the date such Spare Parts are loaded on board a
vessel for export to the Philippines. Risk of loss for such Spare Parts and risk
of loss and title to all other Spare Parts shall pass to Owner upon incorporation
thereof into the System.
G. Interpretation; Survival. For the avoidance of doubt, the parties hereby agree
that in calculating any VAT required to be borne by Owner pursuant to this
Article, the amount of input VAT creditable against output VAT with respect
thereto pursuant to Applicable Law shall not be deducted. The parties hereby
further agree that the rights and obligations of the Parties under this Article
shall survive any termination or expiration of this Agreement.
12. Performance Security
12.1 Within ten (10) calendar days from receipt of the Notice of Award from
the Procuring Entity but in no case later than the signing of the contract
by both parties, the successful Bidder shall furnish the performance
security in any the forms prescribed in the ITB Clause 33.2.
53
12.2 The performance security posted in favor of the Procuring Entity shall
be forfeited in the event it is established that the winning bidder is in
default in any of its obligations under the contract.
12.3 The performance security shall remain valid until issuance by the
Procuring Entity of the Certificate of Final Acceptance.
12.4 The performance security may be released by the Procuring Entity and
returned to the Supplier after the issuance of the Certificate of Final
Acceptance subject to the following conditions:
a) There are no pending claims against the Supplier or the surety
company filed by the Procuring Entity;
b) The Supplier has no pending claims for labor and materials filed
against it; and
c) Other terms specified in the SCC.
12.5 In case of a reduction of the contract value, the Procuring Entity shall
allow a proportional reduction in the original performance security,
provided that any such reduction is more than ten percent (10%) and
that the aggregate of such reductions is not more than fifty percent
(50%) of the original performance security.
13. Use of Contract Documents and Information
13.1 The Supplier shall not, except for purposes of performing the
obligations in this Contract, without the Procuring Entity‟s prior written
consent, disclose this Contract, or any provision thereof, or any
specification, plan, drawing, pattern, sample, or information furnished
by or on behalf of the Procuring Entity. Any such disclosure shall be
made in confidence and shall extend only as far as may be necessary for
purposes of such performance.
13.2 Any document, other than this Contract itself, enumerated in GCC
Clause 0 shall remain the property of the Procuring Entity and shall be
returned (all copies) to the Procuring Entity on completion of the
Supplier‟s performance under this Contract if so required by the
Procuring Entity.
14. Standards
The Goods provided under this Contract shall conform to the standards mentioned in
the Section VII. Technical Specifications; and, when no applicable standard is
mentioned, to the authoritative standards appropriate to the Goods‟ country of origin.
Such standards shall be the latest issued by the institution concerned.
15. Inspection and Tests
54
15.1 The Procuring Entity or its representative shall have the right to inspect
and/or to test the Goods to confirm their conformity to the Contract
specifications at no extra cost to the Procuring Entity. The SCC and
Section VII. Technical Specifications shall specify what inspections
and/or tests the Procuring Entity requires and where they are to be
conducted. The Procuring Entity shall notify the Supplier in writing, in
a timely manner, of the identity of any representatives retained for these
purposes.
15.2 If applicable, the inspections and tests may be conducted on the
premises of the Supplier or its sub-Supplier(s), at point of delivery,
and/or at the goods‟ final destination. If conducted on the premises of
the Supplier or its sub-Supplier(s), all reasonable facilities and
assistance, including access to drawings and production data, shall be
furnished to the inspectors at no charge to the Procuring Entity. The
Supplier shall provide the Procuring Entity with results of such
inspections and tests.
15.3 The Procuring Entity or its designated representative shall be entitled to
attend the tests and/or inspections referred to in this Clause provided
that the Procuring Entity shall bear all of its own costs and expenses
incurred in connection with such attendance including, but not limited
to, all traveling and board and lodging expenses.
15.4 The Procuring Entity may reject any Goods or any part thereof that fail
to pass any test and/or inspection or do not conform to the
specifications. The Supplier shall either rectify or replace such rejected
Goods or parts thereof or make alterations necessary to meet the
specifications at no cost to the Procuring Entity, and shall repeat the test
and/or inspection, at no cost to the Procuring Entity, upon giving a
notice pursuant to GCC Clause 4.
15.5 The Supplier agrees that neither the execution of a test and/or inspection
of the Goods or any part thereof, nor the attendance by the Procuring
Entity or its representative, shall release the Supplier from any
warranties or other obligations under this Contract.
16. Warranty
16.1 The Supplier warrants that the Goods supplied under the Contract are
new, unused, of the most recent or current models, and that they
incorporate all recent improvements in design and materials, except
when the technical specifications required by the Procuring Entity
provides otherwise.
16.2 The Supplier further warrants that all Goods supplied under this
Contract shall have no defect, arising from design, materials, or
workmanship or from any act or omission of the Supplier that may
develop under normal use of the supplied Goods in the conditions
prevailing in the country of final destination.
55
16.3 In order to assure that manufacturing defects shall be corrected by the
Supplier, a warranty shall be required from the Supplier for a minimum
period specified in the SCC. The obligation for the warranty shall be
covered by, at the Supplier‟s option, either retention money in an
amount equivalent to at least ten percent (10%) of the final payment, or
a special bank guarantee equivalent to at least ten percent (10%) of the
Contract Price or other such amount if so specified in the SCC. The said
amounts shall only be released after the lapse of the warranty period
specified in the SCC; provided, however, that the Supplies delivered are
free from patent and latent defects and all the conditions imposed under
this Contract have been fully met.
16.4 The Procuring Entity shall promptly notify the Supplier in writing of
any claims arising under this warranty. Upon receipt of such notice, the
Supplier shall, within the period specified in the SCC and with all
reasonable speed, repair or replace the defective Goods or parts thereof,
without cost to the Procuring Entity.
16.5 If the Supplier, having been notified, fails to remedy the defect(s)
within the period specified in GCC Clause 0, the Procuring Entity may
proceed to take such remedial action as may be necessary, at the
Supplier‟s risk and expense and without prejudice to any other rights
which the Procuring Entity may have against the Supplier under the
Contract and under the applicable law.
17. Delays in the Supplier’s Performance
17.1 Delivery of the Goods and/or performance of Services shall be made by
the Supplier in accordance with the time schedule prescribed by the
Procuring Entity in Section VI. Schedule of Requirements.
17.2 If at any time during the performance of this Contract, the Supplier or
its SubSupplier(s) should encounter conditions impeding timely
delivery of the Goods and/or performance of Services, the Supplier
shall promptly notify the Procuring Entity in writing of the fact of the
delay, its likely duration and its cause(s). As soon as practicable after
receipt of the Supplier‟s notice, and upon causes provided for under
GCC Clause 0, the Procuring Entity shall evaluate the situation and
may extend the Supplier‟s time for performance, in which case the
extension shall be ratified by the parties by amendment of Contract.
17.3 Except as provided under GCC Clause 0, a delay by the Supplier in the
performance of its obligations shall render the Supplier liable to the
imposition of liquidated damages pursuant to GCC Clause 0, unless an
extension of time is agreed upon pursuant to GCC Clause 0 without the
application of liquidated damages.
18. Liquidated Damages
Subject to GCC Clauses 0 and 0, if the Supplier fails to satisfactorily deliver any or
all of the Goods and/or to perform the Services within the period(s) specified in this
56
Contract inclusive of duly granted time extensions if any, the Procuring Entity shall,
without prejudice to its other remedies under this Contract and under the applicable
law, deduct from the Contract Price, as liquidated damages, the applicable rate of one
tenth (1/10) of one (1) percent of the cost of the unperformed portion for every day of
delay until actual delivery or performance. The maximum deduction shall be ten
percent (10%) of the amount of contract. Once the maximum is reached, the
Procuring Entity shall rescind the Contract pursuant to GCC Clause 0, without
prejudice to other courses of action and remedies open to it.
19. Settlement of Disputes
19.1 If any dispute or difference of any kind whatsoever shall arise between
the Procuring Entity and the Supplier in connection with or arising out
of this Contract, the parties shall make every effort to resolve amicably
such dispute or difference by mutual consultation.
19.2 If after thirty (30) days, the parties have failed to resolve their dispute or
difference by such mutual consultation, then either the Procuring Entity
or the Supplier may give notice to the other party of its intention to
commence arbitration, as hereinafter provided, as to the matter in
dispute, and no arbitration in respect of this matter may be commenced
unless such notice is given.
19.3 Any dispute or difference in respect of which a notice of intention to
commence arbitration has been given in accordance with this Clause
shall be settled by arbitration. Arbitration may be commenced prior to
or after delivery of the Goods under this Contract.
19.4 In the case of a dispute between the Procuring Entity and the Supplier,
the dispute shall be resolved in accordance with Republic Act 9285
(“R.A. 9285”), otherwise known as the “Alternative Dispute Resolution
Act of 2004.”
19.5 Notwithstanding any reference to arbitration herein, the parties shall
continue to perform their respective obligations under the Contract
unless they otherwise agree; and the Procuring Entity shall pay the
Supplier any monies due the Supplier.
20. Liability of the Supplier
20.1 The Supplier‟s liability under this Contract shall be as provided by the
laws of the Republic of the Philippines, subject to additional provisions,
if any, set forth in the SCC.
20.2 Except in cases of criminal negligence or willful misconduct, and in the
case of infringement of patent rights, if applicable, the aggregate
liability of the Supplier to the Procuring Entity shall not exceed the total
Contract Price, provided that this limitation shall not apply to the cost of
repairing or replacing defective equipment.
21. Force Majeure
57
21.1 The Supplier shall not be liable for forfeiture of its performance
security, liquidated damages, or termination for default if and to the
extent that the Supplier‟s delay in performance or other failure to
perform its obligations under the Contract is the result of a force
majeure.
21.2 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
Supplier 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 Supplier. Such events may
include, but not limited to, acts of the Procuring Entity in its sovereign
capacity, wars or revolutions, fires, floods, epidemics, quarantine
restrictions, and freight embargoes.
21.3 If a force majeure situation arises, the Supplier shall promptly notify the
Procuring Entity in writing of such condition and the cause thereof.
Unless otherwise directed by the Procuring Entity in writing, the
Supplier shall continue to perform its obligations under the Contract as
far as is reasonably practical, and shall seek all reasonable alternative
means for performance not prevented by the force majeure.
22. Termination for Default
22.1 The Procuring Entity shall terminate this Contract for default when any
of the following conditions attends its implementation:
a) Outside of force majeure, the Supplier fails to deliver or perform
any or all of the Goods within the period(s) specified in the
contract, or within any extension thereof granted by the
Procuring Entity pursuant to a request made by the Supplier
prior to the delay, and such failure amounts to at least ten
percent (10%) of the contact price;
b) As a result of force majeure, the Supplier is unable to deliver or
perform any or all of the Goods, amounting to at least ten
percent (10%) of the contract price, for a period of not less than
sixty (60) calendar days after receipt of the notice from the
Procuring Entity stating that the circumstance of force majeure
is deemed to have ceased; or
c) The Supplier fails to perform any other obligation under the
Contract.
22.2 In the event the Procuring Entity terminates this Contract in whole or in
part, for any of the reasons provided under GCC Clauses 0 to 0, the
Procuring Entity may procure, upon such terms and in such manner as it
deems appropriate, Goods or Services similar to those undelivered, and
the Supplier shall be liable to the Procuring Entity for any excess costs
58
for such similar Goods or Services. However, the Supplier shall
continue performance of this Contract to the extent not terminated.
22.3 In case the delay in the delivery of the Goods and/or performance of the
Services exceeds a time duration equivalent to ten percent (10%) of the
specified contract time plus any time extension duly granted to the
Supplier, the Procuring Entity may terminate this Contract, forfeit the
Supplier's performance security and award the same to a qualified
Supplier.
23. Termination for Insolvency
The Procuring Entity shall terminate this Contract if the Supplier 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 Supplier, 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 Supplier.
24. Termination for Convenience
24.1 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 a contract for the convenience of the Government if he has
determined the existence of conditions that make Project
Implementation economically, financially or technically impractical
and/or unnecessary, such as, but not limited to, fortuitous event(s) or
changes in law and national government policies.
24.2 The Goods that have been delivered and/or performed or are ready for
delivery or performance within thirty (30) calendar days after the
Supplier‟s receipt of Notice to Terminate shall be accepted by the
Procuring Entity at the contract terms and prices. For Goods not yet
performed and/or ready for delivery, the Procuring Entity may elect:
a) to have any portion delivered and/or performed and paid at the
contract terms and prices; and/or
b) to cancel the remainder and pay to the Supplier an agreed
amount for partially completed and/or performed goods and for
materials and parts previously procured by the Supplier.
24.3 If the Supplier suffers loss in its initial performance of the terminated
contract, such as purchase of raw materials for goods specially
manufactured for the Procuring Entity which cannot be sold in open
market, it shall be allowed to recover partially from this Contract, on a
quantum meruit basis. Before recovery may be made, the fact of loss
must be established under oath by the Supplier to the satisfaction of the
Procuring Entity before recovery may be made.
25. Termination for Unlawful Acts
59
25.1 The Procuring Entity may terminate this Contract in case it is
determined prima facie that the Supplier has engaged, before or during
the implementation of this Contract, in unlawful deeds and behaviors
relative to contract acquisition and implementation. Unlawful acts
include, but are not limited to, the following:
a) Corrupt, fraudulent, and coercive practices as defined in ITB
Clause 3.1.a);
b) Drawing up or using forged documents;
c) Using adulterated materials, means or methods, or engaging in
production contrary to rules of science or the trade; and
d) Any other act analogous to the foregoing.
26. Procedures for Termination of Contracts
26.1 The following provisions shall govern the procedures for 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 Implementing Unit 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 Implementing Unit, the Head of
the Procuring Entity shall terminate this Contract only by a
written notice to the Supplier conveying the termination of this
Contract. The notice shall state:
i. that this Contract is being terminated for any of the
ground(s) afore-mentioned, and a statement of the
acts that constitute the ground(s) constituting the
same;
ii. the extent of termination, whether in whole or in
part;
iii. an instruction to the Supplier to show cause as to
why this Contract should not be terminated; and
iv. special instructions of the Procuring Entity, if any.
c) The Notice to Terminate shall be accompanied by a copy of the
Verified Report;
d) Within a period of seven (7) calendar days from receipt of the
Notice of Termination, the Supplier shall submit to the Head of
the Procuring Entity a verified position paper stating why this
60
Contract should not be terminated. If the Supplier fails to show
cause after the lapse of the seven (7) day period, either by
inaction or by default, the Head of the Procuring Entity shall
issue an order terminating this Contract;
e) The Procuring Entity may, at any time before receipt of the
Supplier‟s verified position paper described in item (d) 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 Supplier‟s receipt of the
notice;
f) 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 Supplier of its decision and,
unless otherwise provided, this Contract is deemed terminated
from receipt of the Supplier of the notice of decision. The
termination shall only be based on the ground(s) stated in the
Notice to Terminate;
g) 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; and
h) The Supplier must serve a written notice to the Procuring Entity
of its intention to terminate the contract at least thirty (30)
calendar days before its intended termination. The Contract is
deemed terminated if it is not resumed in thirty (30) calendar
days after the receipt of such notice by the Procuring Entity.
27. Assignment of Rights
The Supplier shall not assign his rights or obligations under this Contract, in whole or
in part, except with the Procuring Entity‟s prior written consent.
28. Contract Amendment
Subject to applicable laws, no variation in or modification of the terms of this
Contract shall be made except by written amendment signed by the parties.
29. Application
These General Conditions shall apply to the extent that they are not superseded by
provisions of other parts of this Contract.
61
Section V. Special Conditions of Contract
62
Special Conditions of Contract
SCC Clause
0 The Procuring Entity is the Department of Transportation and
Communications with address at 16th Floor, The Columbia Tower,
Brgy. Wack-Wack, Ortigas Ave. 1555 Mandaluyong City, Philippines.
0 The Supplier is [to be inserted at the time of contract award].
0 The Funding Source is the Government of the Philippines (GOP)
through the General Appropriations Act in the amount of Seven
Hundred Twelve Million Seven Hundred Sixty Seven Thousand Nine
Hundred Ninety Eight and Thirty Four (Php 712,767,998.34) .
0 The Project Site is MRT3 Depot North Avenue corner EDSA Quezon
City.
4.1 The Procuring Entity‟s address for Notices is:
Atty. Jose Perpetuo M. Lotilla
Undersecretary
& Chairman, Bids and Awards Committee
Department of Transportation and Communications
Unit 165 16th
Floor, The Columbia Tower, Brgy. Wack-Wack, Ortigas
Avenue, 1555 Mandaluyong City
Email: dotcbacsec@yahoo.com
Fax No. (+632) 723-5004
5.2 Delivery and Documents –
For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,”
“DDP” and other trade terms used to describe the obligations of the
parties shall have the meanings assigned to them by the current
edition of INCOTERMS published by the International Chamber of
Commerce, Paris. The Delivery terms of this Contract shall be as
follows:
For Goods Supplied from Abroad, state “The delivery terms
applicable to the Contract are DDP delivered [insert place of
destination]. In accordance with INCOTERMS.”
For Goods Supplied from Within the Philippines, state “The delivery
terms applicable to this Contract are delivered [insert place of
destination]. Risk and title will pass from the Supplier to the
Procuring Entity upon receipt and final acceptance of the Goods at
their final destination.”
Delivery of the Goods shall be made by the Supplier in accordance
with the terms specified in Section VI. Schedule of Requirements.
The details of shipping and/or other documents to be furnished by the
Supplier are as follows:
63
For Goods supplied from within the Philippines:
Upon delivery of the Goods to the Project Site, the Supplier shall
notify the Procuring Entity and present the following documents to
the Procuring Entity:
(i) Original and four copies of the Supplier‟s invoice showing
Goods‟ description, quantity, unit price, and total amount;
(ii) Original and four copies delivery receipt/note, railway receipt,
or truck receipt;
(iii) Original Supplier‟s factory inspection report;
(iv) Original and four copies of the Manufacturer‟s and/or
Supplier‟s warranty certificate;
(v) Original and four copies of the certificate of origin (for
imported Goods);
(vi) Delivery receipt detailing number and description of items
received signed by the authorized receiving personnel;
(vii) Certificate of Acceptance/Inspection Report signed by the
Procuring Entity‟s representative at the Project Site; and
(viii) Four copies of the Invoice Receipt for Property signed by the
Procuring Entity‟s representative at the Project Site.
For Goods supplied from abroad:
Upon shipment, the Supplier shall notify the Procuring Entity and the
insurance company by cable the full details of the shipment, including
Contract Number, description of the Goods, quantity, vessel, bill of
lading number and date, port of loading, date of shipment, port of
discharge etc. Upon delivery to the Project Site, the Supplier shall
notify the Procuring Entity and present the following documents as
applicable with the documentary requirements of any letter of credit
issued taking precedence:
(i) Original and four copies of the Supplier‟s invoice showing
Goods‟ description, quantity, unit price, and total amount;
(ii) Original and four copies of the negotiable, clean shipped on
board bill of lading marked “freight pre-paid” and five copies
of the non-negotiable bill of lading ;
(iii) Original Supplier‟s factory inspection report;
(iv) Original and four copies of the Manufacturer‟s and/or
Supplier‟s warranty certificate;
(v) Original and four copies of the certificate of origin (for
imported Goods);
(vi) Delivery receipt detailing number and description of items
64
received signed by the Procuring Entity‟s representative at the
Project Site;
(vii) Certificate of Acceptance/Inspection Report signed by the
Procuring Entity‟s representative at the Project Site; and
(viii) Four copies of the Invoice Receipt for Property signed by the
Procuring Entity‟s representative at the Project Site.
For purposes of this Clause the Procuring Entity‟s Representative at
the Project Site is [insert name(s)].
Incidental Services –
The Supplier is required to provide all of the following services,
including additional services, if any, specified in Section VI. Schedule
of Requirements:
Select appropriate requirements and delete the rest.
(a) performance or supervision of on-site assembly and/or start-up
of the supplied Goods;
(b) furnishing of tools required for assembly and/or maintenance
of the supplied Goods;
(c) furnishing of a detailed operations and maintenance manual
for each appropriate unit of the supplied Goods;
(d) performance or supervision or maintenance and/or repair of
the supplied Goods, for a period of time agreed by the parties,
provided that this service shall not relieve the Supplier of any
warranty obligations under this Contract; and
(e) training of the Procuring Entity‟s personnel, at the Supplier‟s
plant and/or on-site, in assembly, start-up, operation,
maintenance, and/or repair of the supplied Goods.
The Contract price for the Goods shall include the prices charged by
the Supplier for incidental services and shall not exceed the prevailing
rates charged to other parties by the Supplier for similar services.
Spare Parts –
The Supplier is required to provide all of the following materials,
notifications, and information pertaining to spare parts manufactured
or distributed by the Supplier:
Select appropriate requirements and delete the rest.
(a) such spare parts as the Procuring Entity may elect to purchase
from the Supplier, provided that this election shall not relieve
the Supplier of any warranty obligations under this Contract;
65
and
(b) in the event of termination of production of the spare parts:
i. advance notification to the Procuring Entity of the
pending termination, in sufficient time to permit the
Procuring Entity to procure needed requirements; and
ii. following such termination, furnishing at no cost to the
Procuring Entity, the blueprints, drawings, and
specifications of the spare parts, if requested.
The spare parts required are listed in Section VI. Schedule of
Requirements and the cost thereof are included in the Contract Price
The Supplier shall carry sufficient inventories to assure ex-stock
supply of consumable spares for the Goods for a period of [insert
here the time period specified. If not used insert time period of three
times the warranty period].
Other spare parts and components shall be supplied as promptly as
possible, but in any case within [insert appropriate time period]
months of placing the order.
Packaging –
The Supplier shall provide such packaging of the Goods as is required
to prevent their damage or deterioration during transit to their final
destination, as indicated in this Contract. The packaging shall be
sufficient to withstand, without limitation, rough handling during
transit and exposure to extreme temperatures, salt and precipitation
during transit, and open storage. Packaging case size and weights
shall take into consideration, where appropriate, the remoteness of the
GOODS‟ final destination and the absence of heavy handling
facilities at all points in transit.
The packaging, marking, and documentation within and outside the
packages shall comply strictly with such special requirements as shall
be expressly provided for in the Contract, including additional
requirements, if any, specified below, and in any subsequent
instructions ordered by the Procuring Entity.
The outer packaging must be clearly marked on at least four (4) sides
as follows:
Name of the Procuring Entity
Name of the Supplier
Contract Description
Final Destination
66
Gross weight
Any special lifting instructions
Any special handling instructions
Any relevant HAZCHEM classifications
A packaging list identifying the contents and quantities of the package
is to be placed on an accessible point of the outer packaging if
practical. If not practical the packaging list is to be placed inside the
outer packaging but outside the secondary packaging.
Insurance –
The Goods supplied under this Contract shall be fully insured by the
Supplier in a freely convertible currency against loss or damage
incidental to manufacture or acquisition, transportation, storage, and
delivery. The Goods remain at the risk and title of the Supplier until
their final acceptance by the Procuring Entity.
Transportation –
Where the Supplier is required under Contract to deliver the Goods
CIF, CIP or DDP, transport of the Goods to the port of destination or
such other named place of destination in the Philippines, as shall be
specified in this Contract, shall be arranged and paid for by the
Supplier, and the cost thereof shall be included in the Contract Price.
Where the Supplier is required under this Contract to transport the
Goods to a specified place of destination within the Philippines,
defined as the Project Site, transport to such place of destination in the
Philippines, including insurance and storage, as shall be specified in
this Contract, shall be arranged by the Supplier, and related costs shall
be included in the Contract Price.
Where the Supplier is required under Contract to deliver the Goods
CIF, CIP or DDP, Goods are to be transported on carriers of
Philippine registry. In the event that no carrier of Philippine registry is
available, Goods may be shipped by a carrier which is not of
Philippine registry provided that the Supplier obtains and presents to
the Procuring Entity certification to this effect from the nearest
Philippine consulate to the port of dispatch. In the event that carriers
of Philippine registry are available but their schedule delays the
Supplier in its performance of this Contract the period from when the
Goods were first ready for shipment and the actual date of shipment
the period of delay will be considered force majeure in accordance
with GCC Clause 0.
The Procuring Entity accepts no liability for the damage of Goods
during transit other than those prescribed by INCOTERMS for DDP
Deliveries. In the case of Goods supplied from within the Philippines
67
or supplied by domestic Suppliers risk and title will not be deemed to
have passed to the Procuring Entity until their receipt and final
acceptance at the final destination.
Patent Rights –
The Supplier shall indemnify the Procuring Entity against all
third-party claims of infringement of patent, trademark, or industrial
design rights arising from use of the Goods or any part thereof.
Copyright over Work Products
All intellectual Property Rights in materials, products, Goods,
Devices, inventions, works, outputs, Services, Software, processes
and procedures and other tangible or intangible property developed or
prepared by the Supplier/Manufacturer pursuant to this Contract are
the property of the Procuring Entity and all title and interest in them
shall vest exclusively in the Procuring Entity upon their creation
without need to execute any act or deed.
All Intellectual Property Rights owned by the Procuring Entity shall
belong to the Procuring Entity.
Software Licenses
As the owner of the Software developed by the Supplier/Manufacturer
for the Project under this Contract, the Procuring Entity may cause to
modify it or combine it with other programs or materials to form an
updated work. The Procuring Entity will not modify Software that
bears a copyright notice from any third party (other than the
Supplier/Manufacturer) without the express written agreement of the
copyright owner.
The Procuring Entity shall have the right of perpetual use to all
licensed Software included in the New System‟s Software. For
Software owned by third parties, the Supplier/Manufacturer will
transfer to the Procuring Entity the right to use the Software on the
expiration or termination of the Contract. Such transfer will be
covered by a license transfer agreement with the license Software
owner.
This Contract does not transfer to the Procuring Entity title to any
Intellectual Property Rights contained in any pre-existing or licensed
Software, documentation or proprietary information belonging to
third parties.
10.4 Not applicable.
c) No further instructions.
0 The inspections, tests and acceptance that will be conducted shall be
referred to Section VII. Technical Specifications.
68
0 For warranty requirement, please refer to Section VII. Technical
Specifications.
0 For correction requirement, please refer to Section VII. Technical
Specifications.
0 All partners to the joint venture shall be jointly and severally liable to
the Procuring Entity.
69
Section VI. Schedule of Requirements
The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which
is the date of delivery to the project site.
Item
Number Description Quantity Delivered Timeline
Conformity to
Schedule
Item 1
Required Trains at
Mainline during
Weekday Peak Hour 6:30AM – 9:30AM
4:30PM – 7:30PM
20 Trains
12 Months during Peak
Hours
Item 2
Required Trains at
Mainline during
Weekday Off-Peak
Hour 5:00AM – 6:30AM
9:30AM – 4:30PM
7:30PM – 11:00PM
Holidays & Weekends
5:00am – 11:00pm
As per
agreed
number of
cars
according to
approved
timetable
12 Months during Off-
Peak Hours, Holidays
and Weekends
Item 3
Delivery of MRT3
System Maintenance
Services
1 Lot Upon Receipt of Notice
to Proceed
Item 4 Spare Parts
Procurement Plan 1 Lot
During the 1st Month of
the Maintenance
Provider
Item 5
Certificate of
Satisfactory
Performance
10 Years of
Completed
Project
During Post
Qualification
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 70/240
Section VII. Technical Specifications
Item Specification Statement of Compliance
Bidders must state here either “Comply”
or “Not Comply” against each of the
individual parameters of each
Specification stating the corresponding
performance parameter of the equipment
offered. Statements of “Comply” or “Not
Comply” must be supported by evidence
in a Bidders Bid and cross-referenced to
that evidence. Evidence shall be in the
form of manufacturer‟s un-amended sales
literature, unconditional statements of
specification and compliance issued by the
manufacturer, samples, independent test
data etc., as appropriate. A statement that
is not supported by evidence or is
subsequently found to be contradicted by
the evidence presented will render the Bid
under evaluation liable for rejection. A
statement either in the Bidders statement
of compliance or the supporting evidence
that is found to be false either during Bid
evaluation, post-qualification or the
execution of the Contract may be regarded
as fraudulent and render the Bidder or
supplier liable for prosecution subject to
the provisions of ITB Clause 3.1.a)(ii)
and/or GCC Clause 1.1.a)(ii).
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 71/240
Technical Specifications
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 72/240
TABLE OF CONTENTS
I. INTRODUCTION ....................................................................................... 72
II. OBJECTIVES OF THE DOTC ................................................................. 72
III. DEFINITION OF TERMS ....................................................................... 73
IV. GENERAL OVERVIEW OF THE CONTRACTOR’S
COMMITMENTS .................................................................................... 79
V. MRT3 SYSTEM DESCRIPTION ............................................................. 81
VI. SYSTEM OPERATION ............................................................................ 91
VII. PROJECTS AND PROGRAMS .............................................................. 91
VIII. MAINTENANCE SPECIFICATIONS.................................................. 94
IX. APPENDIXES .......................................................................................... 220
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 73/240
I. INTRODUCTION
The present Terms of Reference covers the scope of work relating to the provision
and delivery of maintenance services for the MRT Line 3 public transit System.
The purpose of this document is to define the minimum obligations and deliverables
expected from the prospective Maintenance Organization so that a safe, effective
and reliable service is achieved profitably, in accordance with current international
standards.
Further, this Terms of Reference shall be read in conjunction with Legal and with
all its Annexes and other supplemental documents that may be issued during the
conduct of the tender until final contract award. In the event of any inconsistency
between the provisions in the documents, the more stringent condition shall prevail,
except where expressly clarified in writing by the DOTC Bid and Awards
Committee.
II. OBJECTIVES OF THE DOTC
The general objectives of this Terms of Reference:
Maintain, if not, enhance the reputation of the MRT3 as a safe, reliable, high
quality and efficient rail system, tailored to the needs of the customers and
commuters.
Deliver a valuable service, taking into account performance and quality that
represents value for money;
Achieve continuous, cost effective improvements to services and
performance standards.
Secure effective management and maintenance of MRT3 asset portfolio
reflecting the long term and technical nature of its key assets.
Appoint a committed Provider geared towards working with the DOTC and
MRTC in a spirit of partnership in order to provide the best possible service
to Metro Manila‟s rail transit System users.
Promote open and honest communication enabling shared commitments to
high standards of achievements, based on up-to-date records and data files
that are structured and readily usable to DOTC and MRTC.
In addition, the specific objective of this undertaking is to ensure the performance
of the complete maintenance requirement of the MRT3 system, geared towards
optimum utilization of all resources to sustain a safe, reliable, dependable and cost
efficient operation of the MRT3, through the services of the maintenance
contractor. According to this, the following shall be fulfilled:
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 74/240
Maintain a high level of availability and reliability of rolling stock,
permanent ways, equipment, facilities and other related systems and
subsystems, to support the daily operational requirements allowing to
sustain satisfactory services to all customers and stakeholders;
Enforce a complete and comprehensive performance of all required
maintenance in a timely execution taking into account the operational
requirements, perform immediate repairs and ensure system, facilities and
equipment preservation while maintaining adapted level of maintenance,
including innovations to attain service life preservation;
Maintain up-to-date maintenance and repair records and data files that are
structured and readily useable, including materials management and
historical records;
Ensure an effective maintenance program and an accurate maintenance
organization by keeping well trained and qualified staff;
Implement regulations and standards that shall ensure the occupational
health and safety of the maintenance staff.
III. DEFINITION OF TERMS
“Agreement” or “Contract” means the documents together with all attachments,
exhibits, schedules, annexes and other supplemental documents, signed by the
DOTC, MRTC and the Contractor as part of this procurement, securing the
processing and management of Line 3 maintenance and other obligations, including
the furnishing of labor, materials and equipment in connection therewith.
“Applicant” means any firm, partnership, corporation, consortium or joint venture
entity engaged in any or all aspects of rail transit activities, who applied for
prequalification.
“Automatic Fare Collection (AFC) System” means the whole equipment that
ensures the effective collection of fare revenues: ticket sales, ticket check and
accounting
“Automatic Train Protection (ATP) System” means the whole equipment that
ensures safe running of the Trains on the Main Line, i.e. prevents collision of Trains
by maintaining safe distance between them on the same track and controls the
Trains speed.
“Base Service Plan” means the minimum level of Train Services initially in
operation, and the level of maintenance and services needed to support that
operation, as of the Commencement Date, and modified from time to time by
agreement between the parties.
“Bid” means a response to these Bid Documents
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 75/240
“Bidder” means a party or parties invited to response to these Bid Documents.
“Client” means the owner of the System, currently the Metro Rail Transit, Corp.
(MRTC) and the Operator, currently the DOTC MRT3.
“Commencement Date” means the date the provision of maintenance shall be borne by
the Contractor following its mobilization period.
“Consumable Materials” means all supplies that are physically used up in the
performance of maintenance on, or in operation of equipment or machinery. This
will also include all non-repairable, non-salvageable, expendable and semi-
expendable parts necessary for the operation, maintenance and repair of equipment.
“Contract” means the written Agreement covering all services of the contractor
required by this document, and other supplemental documents including the
furnishing of labor, materials and equipment in connection therewith.
“Contract Price” means the sums indicated in the Agreement as payable in
consideration of the faithful execution and completion of the maintenance works
and remedying any defects therein, subject to such addition thereto or deduction
there from as maybe made under the provisions contained or stipulated in the
Agreement.
“Contract Period” or “Contract Duration” means the period stipulated in the
Agreement for the completion of the works including any authorized extension(s)
of such period as maybe be agreed prior to completion.
“Contractor” means the successful bidder to whom the Contract is awarded and
enters into Agreement with the DOTC for maintenance and support services for the
MRT Line 3 System. It should have either maintenance departments highly
specialized in each field or a consortium of companies with various specialties but
not limited as follows: Rolling Stock; Civil and Tracks; Power Supply and
Overhead Catenary System; Signaling and Communications; AFCS and Station/
Depot Building Equipment and Facilities.
“Control Center” (CC) or “Operations Control Center” (OCC) means the
facility located at the North Avenue terminal of MRT Line 3, which operate as the
central command center responsible for the safe and efficient movement of Trains,
monitoring and controlling the train traffic, centralizing the communications and
management of interventions in cases of defects, service interruptions and
emergency situations.
“(CC) means the facility means maintenance of faults, which may appear during
service operation and affect the safety and reliability of the equipment. These are
non-routine maintenance activities, which include troubleshooting, repair /
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 76/240
replacement of failed equipment or parts to return it to service. This is also referred
to as Unscheduled Maintenance.
“Depot” means the facilities located near North Ave. terminal and linked to the
Mainline that are used to park and maintain the rolling stock.
“Emergency Repair” means any occurrence requiring immediate action or repairs
which constitute serious hazards to the safety of persons, property or material
interfering with the safe and environmentally sound operation of the MRT3 System.
“Fast-Moving Parts” means spare parts or consumable materials used in
maintaining the Line 3 System with generally faster turn-over rate compared to
other items.
“Headway” means the interval of time between two Trains running in the same
direction on the Mainline; this headway shall be constant between any two Trains
for a given Service Time Period.
“Heavy Maintenance” means maintenance which takes place when the equipment
has to be removed from its designated operational position usually undertaken in
the workshop or in the case of LRV(s) in the Heavy Maintenance area of the Depot.
“Key Performance Indicators” (KPI) means the criteria managed and controlled
by the Client on a regular basis to assess the performance of the Services provided
by the Contractor and to ascertain that the Contractor complies with the Service
Quality Standards stipulated in the Agreement.
“Light Maintenance” means maintenance which takes place on its operational
position during non-revenue hours or in the case of LRV(s), in the designated Light
Maintenance area of the Depot.
“Light Rail Vehicle” or “Car” means a not dissociable (except in heavy
Maintenance workshop) car made of articulated sections.
“Line 3” or “Line 3 System” means the entire transport system consisting of the
Mainline, the Depot, the Trains and all the equipments which enable the delivery of
Passenger Services pursuant to this Agreement.
“Mainline” means the structure on which the Line 3 System operates Passenger
Services. Currently, it comprises the structure from North Avenue Station at the
northern tip of the line to Taft Avenue Station at the southern tip of the line. This
however may change in the future once the System has been extended.
“Maintenance” means an activity carried out on equipment, system or subsystem
to ensure acceptable operating condition and preserve within designed tolerances.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 77/240
“Maintenance Management System” means a computer-based maintenance
monitoring and information system capable of maintaining inventory, generating
work orders, purchase orders, requisitions, scheduling maintenance and keeping
equipment and spare parts history and status.
“Operating System” means the sub-system that enables operation of the Trains on
the Mainline, i.e. the rolling stock, track work, power supply system, signaling
system, communications system and all other equipment associated with operating
the Trains on the Mainline.
“Operations Functions” means all operating duties in direct connection with the
delivery of Passenger Services to the public.
“Operating Hours” means the scheduled and actual number of hours during which
the System provides service in an operating period, i.e. between 5:00AM to
11:00PM.
“Operator” means the Department of Transportation and Communications
(DOTC) and its assigned subsidiary DOTC-MRT3.
“Owner” means the Metro Rail Transit Corporation (MRTC).
“Peak Periods” means the Service Time Period(s) during which the System is
expected to be the busiest and therefore the maximum Trains shall be operated.
These periods are currently 6:30 to 9:30 AM and 4:30 to 7:30 PM.
“Penalty” means abatement deducted from the Contract Fee as per the Agreement
whenever any KPI does not reach the target the Contractor is committed on. The
amount and frequency of application of the penalty is stipulated in the Agreement
for each KPI.
“Preventive Maintenance” means maintenance works performed on equipment,
system or subsystem which are undertaken on a routine basis according to its
maintenance specification or any other requirements to ensure availability and
reliability of operation and extend its service life.
“Service Day” or “Revenue Operating Service Day” means a 24-hour calendar
day when the train Services is provided to the passengers.
“Service Interruption” means the stoppage of the revenue service that lasts for
more than three minutes after deducting the current headway from the duration of
the stoppage.
“Service Time Period” means any period of time, during which Trains Services
are operated with a constant given Headway.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 78/240
“Spare Parts” means equipment, machinery, supplies, hardware, software, parts
and other materials necessary for the maintenance and repair of the system.
“Special Repairs” means any repair of the System required as a result of any
damage thereto caused by any of the following:
(a) Failure of Client or Operator, former Maintenance Provider or any
of their respective affiliates, contractors, subcontractors or Representatives,
to operate the System in accordance with the operating and maintenance
manuals and established operating rules;
(b) Acts of passengers or trespassers other than Client‟s or maintenance
personnel resulting in failure or interruption of service;
(c) Failure of Client or Operator, or any of their respective affiliates,
contractors, subcontractors or Representatives, to make the System or any
portion thereof available to Provider for scheduled maintenance in
accordance with the requirements of the approved Manuals and the
Operating Assumptions;
(d) Actions of unauthorized or unqualified persons, unless the
consequence of negligence of Contractor;
(e) Animals, birds or foreign objects, unless the consequence of
negligence of Provider;
(f) An Event of Force Majeure;
(g) Vandalism or other criminal activity;
(j) Flooding, unless the consequence of negligence of the Contractor,
such as improper provision of maintenance of drainage.
“Station Control Room” means the facility located in each station –usually near
the ticket office- where all the equipments dedicated to monitoring Passenger
Services within the said station are located (CCTV monitors, Public Address
console, Fire alarm console, telephone with the OCC).
“Subcontractor” means any person or entity who carries out a portion of the
maintenance services on behalf of the Provider under a subcontract.
“Sub-System” means a lower level part of the System, the equipment of which has
the same function. Major subsystems are also called „Systems‟, e.g. the Signaling
system.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 79/240
“System”, or “Line 3”, or “Line 3 System”, means the LRV, Fixed Facilities and
all equipment that together comprises the Line 3 Transport System.
“Termination Date” means the date on which the Agreement ends.
“Ticket Issuing Machine” means automatic vending machine made available in
the concourse of some stations for the convenience of passengers who can buy the
ticket they need to ride the Line 3.
“Train” or “Train set” means a set of three (3) Light Rail Vehicles that is operated
on the Mainline to transport passengers between the stations as part of the Trains
Services.
“Trains Service Hours” means the overall daily period of time during which the
System provides Passenger Services on the Mainline, i.e. the period commencing at
the earliest opening of any station to the public on a day and ending at the latest
closing of any station to the public on that day. They may differ depending of the
specific kind of day.
IV. GENERAL OVERVIEW OF THE CONTRACTOR’S
COMMITMENTS
The Contractor shall be guided in the performance of its responsibilities by the fact
that the Agreement involves it in a public function that it performs as a surrogate of
DOTC.
The Contractor shall use the Service Equipment solely for the purpose of
maintenance and other uses directly associated with Line 3.
Subject to the DOTC‟s Contract oversight, the Contractor shall be responsible for
providing and managing all of the services, functions, facilities, and associated
resources required for the maintenance of Line 3, unless otherwise provided by the
Client, including, without limitation:
Maintenance general management
Maintenance of Trains
Maintenance of tracks, structures, signals, and communications
Maintenance of stations, its premises and access areas
Maintenance of guideways and structures
Maintenance of the Depot and other related facilities
Maintenance of all systems and subsystems
Maintenance of all existing assets as per the requirements of the present
specification
Spare Parts, Consumables and other related materials management
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 80/240
Maintenance safety program management
Depot operation and management
Other related support, including road-rail equipment, furnishing, operating,
and overseeing the use by others of specialized construction support
equipment;
Conduct of training, testing and rules qualifications for its personnel and
staff under the guidance and participation of the Owner, Operator and other
concerned staff;
Labor relations;
Other maintenance related matters.
All equipment and materials purchased during the contract term shall become the
property of the Owner and to be handed over upon termination of this Agreement.
During the term of this Agreement, the Owner or Operator required the Contractor
to have either maintenance departments highly specialized in each field or a
consortium of companies with various specialties but not limited as follows:
Rolling Stock; Civil and Tracks; Power Supply/ Overhead Catenary System;
Signaling/ Communications; AFCS and Station/ Depot Building Equipment and
Facilities. But may subcontract any portion of the performance of the Services with
companies that are fit to perform the work and have the financial capacity to satisfy
the insurance requirements of the Agreement. The Contractor shall not subcontract
without the prior written approval of the Owner or Operator, and all subcontracts
shall rather be selected by competitive bid. The Owner and Operator shall be
entitled to receive copies of all subcontracts entered into by the Contractor. The
Contractor shall remain solely responsible for any work for which it employs
subcontractors, and the Owner and Operator shall have no obligation to them
whatsoever. The above notwithstanding, all Contractor‟s subcontracts shall be
assignable to the Client.
The Contractor shall identify all functions intended to be subcontracted to fulfill the
requirements listed in the Scope of Services and the subcontractors selected to
perform those functions. This information shall be provided to the Owner and
Operator in writing 30 days prior to the Date of actual starting of Services.
Thereafter, the Client/Owner and Operator shall be notified of all subcontracting
changes including terminations, replacements and additional functions being
subcontracted. The Contractor is encouraged to use subcontracting as necessary to
meet requirements for the provision of personnel as indicated below.
The Contractor shall confer, closely coordinate with and receive approval from the
Client, prior to contact with any regulatory agencies. The Contractor shall keep the
Client fully apprised, both by immediate oral notification and in writing, of any
such discussions and negotiations with any regulatory personnel.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 81/240
Any and all penalties and fines imposed regarding the violation of State
(Government) codes, regulations, and laws shall be paid by the Contractor and shall
be the sole responsibility of the Contractor inasmuch as the violation occurs as a
result of the Contractor‟s negligence in compliance with this Agreement.
The Contractor shall produce for Client‟s approval all safety-required plans,
programs and documentation. All plans shall be MRT 3-specific, addressing only
activities and employees in MRT 3 service. The Contractor shall keep all testing
results and analysis relative to approved safety plans and submittals accessible
locally. The Contractor shall develop all submittals for Client‟s written approval 30
days prior to the Date of actual starting of Services. In cases where the Client has
preexisting plans, the Contractor shall review said plans and revise them as agreed
to by the Client.
Lastly, the Contractor shall prepare and execute orderly handover of maintenance
services to the organization responsible for the maintenance of MRT3 at the
termination of the Agreement.
It is to be noticed that under the present contract, the Contractor will be in charge of
the Maintenance in normal operational status of the existing magnetic-based AFC,
for a period estimated to 1 to 1.5 years (possibly subject to changes). Upon full
implementation of the new contactless AFC system (being the object of a different
contract), the Contractor will be no longer in charge of any AFC-related
maintenance. In this regard, the bidders will quote separately the current magnetic
based AFC maintenance on a time unit basis (E.g. Monthly, yearly) so as to allow a
cancellation of this scope at some period (to be defined) within the validity of the
present contract.
During the phase of progressive deployment of the new contactless AFC system,
the Contractor will exercise its best efforts for a full cooperation with the AFC
provider in order to ensure a transition as smooth as possible during the progressive
extinction of magnetic AFC, until the full operation of Contactless AFC, so that
very minimal impact to the service quality will be realized.
V. MRT3 SYSTEM DESCRIPTION
A. General
The MRT3 System is the cornerstone of the Department of Transportation &
Communications‟ (DOTC) integrated strategy to alleviate the chronic traffic
congestion along the EDSA corridor. Completed in July 2000, the MRT3 is
carrying about 550,000 passengers daily. The system is built by a private
consortium, Metro Rail Transit, Corp. (MRTC), under the Build, Lease and
Transfer Agreement with the DOTC for a period of 25 years.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 82/240
B. Alignment
The line is a 16.9km rail system occupying the median of EDSA with 40% at-
grade, 52% elevated and 8% underground or depressed. Running from North
Avenue, Quezon City to Taft Avenue in Pasay City, the MRT3 has a total of 9
elevated, 2 at-grade and 2 depressed stations with side platforms for elevated
and center platforms for depressed or at-grade stations.
C. Guideway
The total length of the MRT3 guideway is about 16.9km consisting of the
Kalayaan Tunnel (515m), At-grade level (7000m), elevated structures
(9000m) and steel structure (135 m). It traverses along EDSA from North
Avenue in Quezon City to Taft Avenue in Pasay City, designed to fit the
existing infrastructures like the Magallanes and Ortigas Flyovers.
The elevated guideway structure was constructed using reinforced concrete
except for the Guadalupe Bridge, which is made of structural steel. The
guideway supports spaces for the signaling, communication, high and low
voltage power distribution systems of the MRT3. It is made of AASHTO pre-
stressed girders with reinforced concrete slab overlay of about 210mm
thickness and supported by either column piers or portal frame supports. All
guideway foundations are generally bored piles. All design and construction
of the elevated guideway are in accordance with the existing Philippines
Standards and Code of Practice and / or international applicable standards.
D. Tracks
The MRT3 system uses a standard gauge track of 1435mm utilizing UIC 54
rail profile welded together to form continuous rail using flash-butt and
alumino-thermic welding process for the mainline. Crossovers are located in
North, Cubao, Shaw, Buendia and Taft with an access track to and from the
depot located between North Avenue and Quezon Avenue Station.
The Mainline has a minimum horizontal radius of 370 m and applies an
absolute maximum gradient of 4.0%. For the Depot Access Track, an
absolute gradient of 5% is present with zero cant all throughout the depot area
and a minimum radius of 25m in the depot curved sections.
The mainline track consists of both ballasted and concrete plinth sections.
Ballasted tracks are about 7.6km in distance, supported by concrete sleepers,
with 750mm spacing. Rail fastening is made through the use of Pandrol Rail
Fastening System laid on the ballast with at least 250 mm depth. Concrete
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 83/240
plinth tracks are about 9.15 km long utilizing direct fixation fasteners with
750 mm spacing and supported by a concrete plinth of 220 mm thickness.
Remote operation of point switches for crossovers at North, Taft, Shaw,
Depot Access Track and at the pocket track at Taft can be carried out from the
Control Center. Manual point switches are installed in Buendia and Cubao
for maintenance and emergency operation. Manual point switches are fitted
with position detectors that can be monitored from the Control Center.
E. Stations
There are 13 stations along the 16.9-km stretch of the MRT3 system. Station
platforms are designed to accommodate 4-car train operation with standard
platform length of at least 130m. It has two main areas: The Paid Concourse
Area that accommodates paid riding passengers; and Unpaid Concourse Area
for queuing passengers with commercial spaces, retail shops and other public
services. The two areas are divided by the fare collection gates structured to
accommodate future expansion. Each station is also equipped with facilities
that cater to the elderly and handicapped.
All stations are equipped with elevators (lifts) capable for serving
handicapped and elderly passengers. Internal escalators are installed inside
the paid areas while external escalators are provided in some elevated stations
to access concourse areas from street level.
All stations have a centralized Fire alarm Control Panel (FACP) that is linked
to the Control Center. Smoke detectors, fire extinguishers, Fire Hose
Cabinets (FHC), Water and CO2 Sprinklers Systems are some of the
firefighting equipment available in each station.
F. Depot Facilities
A Depot that houses the Light Rail Vehicles is located adjacent to the North
Avenue station where the maintenance of LRV(s) is performed and trains are
stabled. It has a total area of 84,444m2 which houses the workshop and
maintenance facilities and has stabling capacity for 81 LRVs, with provisional
space available for additional 40 LRVs. It has facilities capable for light and
heavy maintenance works with office spaces for the operation and
maintenance management. Below are some major Rolling Stock maintenance
equipments found in the Depot:
Car Hoist & Body Stand (4 sets)
Bogie Repair Hoist (4 sets)
Bogie Turntable (Electric Type) (8 sets)
Air Compressor (2 sets)
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 84/240
Underfloor Wheel Lathe (1 set)
Undercar Blowdown System (1 unit)
Car Progressor (1 set)
Overhead Crane 10 tons (3sets)
Jib Crane (8 sets)
Wheel Press 150T (1 set)
Train washing plant (1 unit)
G. Rolling Stock
The MRT3 system has a total fleet of 73 Czech-made, air-conditioned Light
Rail Vehicles (LRV‟s) built by CKD Doprovni Systemy of Prague, sixty of
which, in three-car per train sets, are dispatched during peak hours. The LRV
is articulated in three-sections with four bogies (eight axles), designed for
single-ended operation. Each has ten double-leaf, electronically-operated,
plug-sliding doors (5 on each side), with three center doors having an open
width of 1,255mm and two end doors at 861 mm. Each LRV can seat a total
of 74 passengers and can accommodate 320 standing passengers for a total of
394 passengers per LRV.
The cars are equipped with Automatic Train Protection System (ATP), which
collects information from wayside system through balises for the speed
monitoring and control. Each car has a Digital Diagnostic System that
monitors the defects and assists Train Drivers during failure intervention
Each LRV has four motorized bogies with two traction motors each,
controlled by choppers with IGBT thyristors that activates the traction system.
Traction and braking can be controlled using the Hand Controller located at
each Driver‟s Cab. The braking system is composed of Electrical,
Mechanical Disc and ElectroMagnetic Track Brakes, operating in
synchronous action depending on the brake application.
The MRT3 Rolling Stock main specifications contain the following: Nominal Pantograph Voltage : 750 VDC (retained performance 500-900
VDC)
Track Gauge : 1,435 mm
Wheel Diameter : 700 mm – new, 595 mm –worn
Number of Bogies : 4 – all Motor Track
Distance between bogie centers : 7,500 mm
Bogie Wheel Base : 1,900 mm
Primary suspension : Steel spring
Secondary suspension : Wound-up steel spring
Roof height from top to rail : 3,250 mm
Roof mounted equipment height : 3,650 mm
Pantograph height in down
position
: 3,724 mm
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 85/240
Pantograph working height,
min./max
: 3,900 mm/6,129 mm
Vehicle Width : 2,500 mm
Height of Floor from top to rail : 925 mm – new wheels
Floor thickness at center sill : 19 mm for the floor proper of 15 mm &
rubber carpet of 4mm Length over couplers : 31,720 mm
Length of train set inclusive of
anti-climbers
: 93,820 mm – 3 car train
Tare Weight : 46,800 kg.
Maximum axle load : 9,000 kg.
Maximum speed : 65 km/h
Continuous Rating : 516 kW
Air-conditioning Rating : 132 watts/person (274 total, 74 seated)
Number of Traction Motors : 8
Maximum Acceleration : 1.03 m/sec2
Full service brake deceleration : 1.01 m/sec2
Emergency brake deceleration : 1.58 m/sec2
Seating capacity : 74
Standing capacity (8 persons/m2) : 320
Total train set capacity : 1,182 passengers – for 3-car train
Door actuation system : Electric
Passenger door throughway : 1,255 middle door, 861 external door
Body shell material : Low alloy high tensile steel and aluminum
sheets for ceiling
Propulsion system : Thyristor/chopper type
Battery Voltage : Min. 2 x 80 Ah/24 volts
Three phase voltage : 480 volts AC, 60 Hertz
Transmission : Bogie-mounted motor transmitted to the
Axle by means of the joint shaft and to the
gearbox with tooth conical hypoid gear
Brake system : Dynamic Brake with regeneration +
mechanical friction brake + electromagnetic
brake
Minimum curve radius : 20 m
Couplers : Fully automatic coupler
H. Power Supply System
There are eight Traction Power Substations (TPSS) along the MRT3 system
comprising seven TPSS dispatched along the line, strategically installed in
selected stations and one in the Depot, each receiving high voltage supply
rating of 34.5KV AC from MERALCO. Each TPSS has two incoming
feeders connected to two independent power substations of MERALCO to
ensure power distribution in the event of failure of one supply line. The
Power Supply Network consists of two sub-networks:
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 86/240
The “traction” sub-network, dedicated to supply power for the
movement and maintenance of trains. This sub-network consists of
34.5 KV feeder cables, 3000 KW Rectifier-Transformers (RT) and
overhead contact system with a nominal rating of 750 VDC.
The “lighting & auxiliary power” sub-network, dedicated to supply
power to MRT3 facilities such as stations, ancillary buildings, Depot
equipment, etc. This sub-network consists of 11 KV feeder cables,
Auxiliary Transformers (AT), 480V/220V AC 60 Hz, low voltage
cabinets and backup power supplies.
All TPSS and Substations are equipped with alarm systems that can be
monitored in the Control Center. In case of failure of one substation an alarm
is triggered and manual switching of supply can be performed in the
substation. All TPSS are linked, capable of supplying power to each adjacent
section in case of failure of one substation. This ensures continuous operation
even in the event of power failures. The seven TPSS along the mainline are
located in Kamuning, Santolan, Ortigas, Guadalupe, Ayala, Magallanes and
Taft while the TPSS in the Depot are provided for the supply of power for
mainline and maintenance requirements.
The power supply network of the MRT3 is provided with grounding / earthing
network, including lightning protection system for the OCS and stations.
The power supply system is designed to accommodate 2.5 minutes Headway,
3-car train operation with provision for upgrading to accommodate 2 minutes
headway using 4-car trains. Additional rectifier-transformer units and
associated equipment can be installed in allocated spaces inside substation
rooms to provide for the MRT 3 Capacity Expansion (CAPEX) Project.
I. Overhead Catenary System (OCS)
A simple auto tensioned catenary system is employed in the MRT3 mainline
consisting of single contact wire 170mm2 cross-section, solid grooved hard
drawn copper and double messenger wires of 150 mm2 cross-section hard
drawn stranded copper. In addition to the messenger and contact wires along
the mainline, double 250mm2 cross-section bare copper parallel feeder wires
are installed to provide continuous supply.
In the depot area, span wire registration is employed and the contact wire is
fixed at each end of the wire. This results in a decrease in tension as the
temperature increases and an increase in tension as the temperature decreases.
The catenary system is sectionalized and is provided with outdoor type
manually operated disconnecting switches, to provide isolation as required for
operations and maintenance.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 87/240
The OCS is designed for rated speed of 120kph, with supports and assembly
mounted on independent OCS Masts / Poles that are integrated to the mainline
viaduct. The OCS, composed of Feeder, Messenger and Contact Wires is
installed overhead via insulated cantilevers and is supported via
counterweights to maintain uniform height from the top of the rail in each
section.
Contact wire height is maintained along the line through droppers that are
used as support and current distributor. The droppers are uniformly installed
per section with corresponding leveling height in order to maintain acceptable
wire sag. These droppers are connected to the messenger wires as conductors
to feed current from the messenger to the contact wires and hold as support to
maintain the contact wire height with acceptable tolerance. Double
messenger wires are installed along the line and are connected to the overhead
feeder through feeder jumpers.
Isolation switches are located all along the line to allow current distribution
from designated TPSS. In case of emergency or faults in the TPSS, isolation
switches can be operated to allow looping the OCS or manual disconnection
during maintenance. Each isolation switch is fitted with Contact Wire Section
Insulators to separate the distribution of current from adjacent TPSS.
Under the MRT 3 Capacity Expansion Project, a new catenary network will
be installed at the depot area for the additional tracks of the expanded depot
stabling area. Also, additional catenaries will be installed from the end of
North Avenue station up to the future MMRIT-Common Station for the
seamless interconnection of LRT Line 1 and MRT 3.
J. Back-up Power System
Each substation has independent Uninterruptible Power Supply (UPS) system
for emergency back-up. In case of power interruption, the UPS can supply
power to the Automatic Fare Collection (AFC) System, Signaling and other
emergency facilities for three hours duration.
The following systems are connected to the UPS system:
Telecommunications;
Signaling and computer equipments;
Automatic Fare Collection System;
Station Signs;
Station Emergency Lighting;
Fire and other safety and security equipment
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 88/240
In addition to the above back-up supply, power generators are also available
for the sump pumps and tunnel smoke extraction equipment to provide for
emergency back-up in cases of fire or flooding.
K. Signaling System
The signaling system of the MRT3 is a fixed block system which consists of
an Automatic Train Protection (ATP), Microprocessor-based Interlocking,
Control and Supervisory System and train detection system utilizing audio
frequency track circuits with two aspect colored light signals. The signaling
system corresponds to a Safety Integrity Level SIL 4 and has been designed
for 120 seconds headway.
The signaling system prevents collision of trains by maintaining safe distance
between trains circulating on the same track, and controlling the train speed.
This is achieved by means of the interlocking which detects track occupancy
with the aid of track circuits and controls train direction by providing train
routes; and controls train operation through an on-board equipment together
with wayside balise and signals. The ATP balise sends information to the on-
board equipment for the status of the tracks ahead including signals. When
the train overspeeds at a speed restricted area or trespasses a red signal, the
train‟s emergency brake will be applied.
The interlocking system (Ebilock 950) is a de-centralized type of system. The
main line is divided into 3 interlocking areas or zones. The Ebilock 950,
which is located at EDSA/Taft Avenue, Shaw Boulevard and North Avenue
Stations, controls and monitors all trackside equipment within their respective
boundary namely: EDSA/Taft Avenue to Buendia, Guadalupe to Ortigas and
Santolan to North Avenue. The 3-interlockings are configured to
communicate with each other in a closed transmission loop arrangement. All
13-stations of the main line have signaling rooms that contain object
controllers where the wayside equipments are all connected.
The main line operates at a maximum speed of 65 KPH and presently operates
at headway of 3 minutes. However, with the inception of extending the
MRT3 line in the future, the operational headway would be 120 seconds.
There is no signaling equipment at the Depot, hence the train‟s maximum
speed in the depot 15 KPH.
The ATP system is EBICAB 900. It receives information from the
interlocking through the wayside equipment balise. The balise sends fixed
data such as track gradient and allowable speed; and also variable information
from tracks to the ATP on-board such as signal aspect and target speed. The
ATP system displays all relevant wayside information in the driver‟s cab and
continuously monitors the driver‟s action and the movement of the train. In
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 89/240
consequence, the driver will be guided as to what action to take before the
automatic application of emergency brake.
The Control and Supervisory System (EBICOS) is composed of a Central
Control System (CCS) and a Local Control System (LCS). The EBICOS is
the man-machine interface connection of the interlocking system. The CCS is
used by a dispatcher in order to control and supervise the overall operation of
MRT3 system. It can provide train routes and monitors globally the train‟s
movement, train‟s location and status of Traction Power system. The CCS is
located at North Avenue station.
The LCS works similarly with CCS but it can operate locally only within the
bounds of the respective interlocking where it is located. This system can be
used as fall back equipment to the CCS. The LCS equipment is located in the
local control room of North Avenue, Shaw Boulevard and Taft Avenue
station. Modems are used as communication link between LCS and CCS.
The train detection uses the audio frequency track circuits of type TI-21.
These track circuits are designed for DC or AC electrified areas where high
levels of interference may be present. The equipment is classified as
universal since it meets the onerous immunity requirements of all traction
systems and the need of all known track circuits. The tuned units are
connected to the rails and their respective track safety relays are located inside
the signaling room. Upon occupation of track section by a train or
locomotive, the track circuit sends output to the object controller of the
interlocking, which in turn processes the preceding signal to turn into red
aspect and restrict the movement of following trains.
L. Communications System
The MRT3 Communications System consists of the following subsystems
which forms an independent system wide communication. It is installed to
operate under all environmental conditions and even in the event of multiple
power failures for a period of three hours.
i. Public Address System
The Public Address System is used to convey messages to passengers
and station personnel. It has 12 preset digital pre-recorded safety
messages and 4 track tape console for piped-in music, and 16 pieces
150 watts power amplifiers to obtain maximum loudness. All stations
are equipped with an independent Public Address System Console
located at each Signaling Room.
ii. Closed Circuit Television (CCTV)
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 90/240
All stations are equipped with independent CCTV System, controlled
and monitored at each Station Control Room. Pan-tilt cameras are
strategically located at various locations of the station to monitor
passenger flow and security surveillance within station premises.
Surveillance cameras are installed in various public areas such as the
platform, concourse, footbridges elevators and stairways. In the
Depot, cameras are installed at different locations to view train
movements inside the yard or stabling area and inside the tunnel to
and from the access track to the mainline. Control and monitoring of
these cameras can be performed at the Yard Master Room.
iii. Private Automatic Branch Exchange
The MRT3 system has a centralized telephone system that
interconnects internal and outside calls with the aid of an auto
attendant computer. It maximizes the available 20 trunk lines for the
32 digital and 150 analog local lines serving the whole stretch of the
MRT3 system, utilizing the 150-pair main communications cable laid
along the MRT3 carriageway and linked with the 14 Main Distribution
Frames.
iv. Trunk Radio System
The MRT3 system utilizes a trunk radio system to facilitate
communications between the Control Center, Train Drivers and
stations. Three communication channels are available for operations,
namely: Mainline, Depot and Emergency channel. The Mainline
Channel is generally utilized for day-to-day operation while the Depot
Channel is provided for maintenance personnel to assist the Control
Center and train drivers during interventions. The Emergency Channel
is provided as dedicated line in case of interruptions and incidents
along the line.
M. Automatic Fare Collection (AFC) System
The AFC system of MRT 3 utilizes Reusable Plastic Magnetic Tickets as the
fare media for entering and exiting the station. This supports both the Single
Journey Tickets (SJT) and Stored Value Tickets (SVT). The AFC equipment
at the station is composed of Automatic Gates (AG), Analyzer/Dispenser
(A/D), and Ticket Issuing Machines (TIM). The Station Computer System
(SCS) monitors and controls all the station equipment (AG, A/D, and TIM).
The Central Computer System (CCS) collects downloads various data and
parameters form the SCS. The Encoder/Sorter machine (E/S) pre encodes the
tickets to be used by the TIM and A/D.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 91/240
The 13 SCS located at the stations are connected to the Central Computer
System (CCS) via 150 pairs of telephone cable (WAN). All the AFC station
equipment (AGs, A/Ds, and TIMs) are connected to the SCS via internal LAN
cable 10baseT. The Operations of the AFC system is implemented by DOTC
and the maintenance is provided by the Contractor.
N. MRT3 Control Center
The MRT3 Control Center located at North Avenue station provides overall
supervision and monitoring of system operation. Equipped with train traffic
control equipment, base console radio system and other major
telecommunication equipment, the Control Center provides round-the-clock
management of system operation and maintenance.
The Control Center remote system (MAN 900) accesses and controls train
traffic as well as monitor the location of the trains, status of the Traction
Power system and other emergency alarm panels.
VI. SYSTEM OPERATION
The current Line Capacity of the MRT3 is designed at 23,600 pphpd providing
maximum of 20 trains, at 3-car configuration, during peak period with minimum
headway of 180sec (3min). Each LRV can seat a total of 74 passengers and
accommodate 320 standing passengers or a total of 1182 passengers per train. This
train capacity is based on AW3 crush loading of 8 passengers per square meter.
The MRT3 currently operates from 5:00AM to 11:00PM with different operating
periods and train dispatch schedule according to a specific train timetable. The
loop time is approximately one-hour with minimum headway of 3min during peak
periods. The dwell time in each station averages 25sec and the maximum train
speed is 65kph. Peak periods are from 6:30AM to 9:30AM and 4:30PM to
7:30PM.
VII. PROJECTS AND PROGRAMS
Relative to the MRT3 maintenance requirements, the following projects and
programs that are ongoing or are considered to be implemented within the duration
of the proposed maintenance contract are not considered for this undertaking, and
might possibly be the object of an additional agreement upon enforcement of their
maintenance period if this event happened during the period covered by this
contract.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 92/240
i. MRT3 CAPACITY EXPANSION (CAPEX)
The MRT3 CAPEX project aims to expand the current system capacity by
increasing the number of fleet and the improvement of the ancillary systems
to operate at Ultimate Line Capacity2. This project involves the following:
Procurement of LRVs to operate at 2min headway, 4-car train
operation;
Upgrading of the Traction Power Supply System to enable 4-car
train, 2min headway operation;
Installation of additional Stabling Tracks in the Depot to attain its
full capacity;
Adjustment and improvement of the Signaling System;
Extension of the Taft Pocket Track to accommodate a 4-car train;
Procurement of Additional Maintenance Facilities;
Construction of Satellite Depot, if necessary;
ii. METRO MANILA INTEGRATED RAIL TERMINAL (MMIRT)
Under the LRT1 North Extension project, an integrated terminal will be
constructed to provide easy passenger transfer between LRT Line 1, MRT3
and the future MRT7. Identified as the Metro Manila Integrated Rail
Terminal (MMIRT), it intends to close the MRT 3-LRT Line 1 Loop with
provision for a possible seamless rail operation of the two lines.
The project is planned to build a Common Station along EDSA adjacent to
the commercial area at the North Avenue, and shall function as a converging
terminal for all the three lines allowing for seamless passenger transfers. In
order to accomplish this, the project includes the extension of the MRT3 line
by about 700meters to the Common Station, single platform track for MRT3,
center pocket track inside the Common Station, Ticket Office, Fare Gates and
vending machine spaces for ticket selling at concourse level and other station
facilities required for operation.
Once completed, the MRT3 operation shall be extended up to the Common
Station resulting to the adjustment of the operating parameters for MRT3.
iii. COMMON TICKETING SYSTEM (CTS)
The different Mass Transit Systems LRT1, LRT2 and MRT3 currently use
magnetic type fare collection system. All three systems are capable of
2 Ultimate Line Capacity, based on MRT3 Performance Requirements, involves the reduction of the
operating headway to 120seconds and/or use of 4-car trains.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 93/240
handling both single journey and stored value tickets. Each line currently
operates a stand-alone fare system requiring a new ticket for each entry with
no rebate for interchange. The Single Journey and Stored Value type tickets
are sold by each rail stations, valid only on their respective transit line.
Passengers transferring from one line to the other are required to purchase
separate tickets resulting to multiple queuing. This incompatibility in the fare
collection system defers seamless interconnection in the metro rail network
and discourages passengers to use the rail system when interchange is
required.
To alleviate the inconvenience brought about by the non-availability of a
common ticket acceptable in all rail lines, the Common Ticketing System
(CTS) has been conceptualized. The main objective of the CTS is to
implement a ticketing technology that will be compatible in all existing and
future rail lines throughout Metro Manila and the island of Luzon.
iv. UPGRADING OF AFC TO CONTACTLESS TECHNOLOGY
Due to obsolescence of the current fare collection technology (magnetic
tickets) of the MRT3 and the need to improve the system to cope with the
increasing ridership demand, given that increase in defects have been
recorded over time due to limited availability of spare parts, the upgrading of
the MRT3 fare collection system is proposed.
Under the present Maintenance Agreement, the maintenance of the MRT3
Automatic Fare Collection System (AFCS), manufactured by OMRON, was
set to start meeting difficulties by mid-2010. After the said date, the
manufacturer has expressed its concern that the production of spare parts of
the current system will seize due to the unavailability of obsolete elemental
parts. Although a stock of parts for 2 years of maintenance of the AFC
system (until mid-2012) has been purchased by the current Contractor before
the cessation of production by the Manufacturer, this unavailability of parts
may result sooner or later to technical and operational issues for the MRT3.
The upgrading of the AFC System due to the potential technical problems in
the future is essential to cope with the current technology available to ensure
operability.
Developed countries now utilize the contactless technology adopting Radio
Frequency Identification (RFID) system. The contactless RFID system, also
known as Contactless Smart Card system, utilizes radio waves to
communicate and transmit / receive data through an antenna embedded in the
card. When tapped in close proximity with a reader installed at the turnstile
gates, normally within 10cm, the card will be energized by radio waves and
transmit / receive information to allow or permit access. These cards need no
power input as it is energized by the readers when tapped. Due to its
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 94/240
convenience, simplicity of construction, faster data processing, significantly
lesser maintenance due to minimal mechanical parts, high level of security
and longer useful life, the contactless technology is therefore more practical
for the MRT3 system.
The upgrading will require the replacement of equipment, components and
software including the installation of additional vending machines to
minimize queuing. It shall consider the elimination of existing
defects/failures encountered in the present AFCS operation and ensure
availability of the parts, components, equipment and software for the next 25
years.
VIII. MAINTENANCE SPECIFICATIONS
1. GENERAL
1.1 MAINTENANCE OBJECTIVES
This Maintenance Specification describes the maintenance obligations regarding the Line 3
system during the course of the contract. Nevertheless, this Maintenance Specification
may not be applicable to changes and upgrades to the system due to CAPEX, MMIRT,
CTS, among others (after the end of their respective warranty period). Modifications to the
Maintenance Specifications brought about by these projects may be carried out according
to their respective manufacturers‟ requirements and warranty conditions, so as to be
integrated within the corresponding maintenance program updates.
The overall objective of the maintenance activities is to provide the Operator with the
trains, permanent way and all other systems and subsystems that are able to perform a
passenger service under the safest operating conditions and with on time performance,
reliability and passenger comfort, while constantly ensuring optimal cost effectiveness and
system efficiency.
The “System” as considered in the present specification to be maintained by the Contractor
refers to the entirety of assets existing at present time within the MRT3, as well as the
equipments, tools, installations, documents, parts, systems or subsystems, etc… which will
be acquired by the Contractor within the duration of its contract.
1.1.1 Specific Objectives
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 95/240
Item Specification Statement of
Compliance
Specific
Objectives
During the term of the contract, the Contractor shall:
a) Submit the General Maintenance Policy / Program
of the Line 3 system.
b) Implement and monitor the General Maintenance
Policy / Program and the corresponding
maintenance organization.
c) Receive and control records drawings, parts lists,
operating and maintenance manuals and other
documentation issued from the maintenance
transition the design, procurement, construction,
installation and maintenance of the System that
will be utilized for its maintenance activities.
d) Design and implement inventory control systems,
maintenance planning, management and
information systems and other maintenance
scheduling and control procedures to ensure
effective maintenance monitoring.
e) Make procurement, and control records of
issuances, withdrawals, safekeeping and inventory
management , for spare parts, materials ,
equipment and tools required for the maintenance
of Rail Vehicles, permanent ways and all other
systems, and subsystems which are turned over
under this Maintenance Specification.
f) Ensure effective training of personnel and maintain
qualified maintenance staff and personnel.
g) Seek proper authorization and approval from the
Client and Operator in assigning Sub-contractors
for certain goods and services.
h) Ensure that the Rail Vehicles, permanent way and
other related systems and subsystems are fully
operational during revenue periods, in accordance
with this Maintenance Specifications.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 96/240
i) Provide all Scheduled (Preventive) Maintenance
for the Rail Vehicles, permanent way and other
related systems and subsystems as described in this
Maintenance Specification.
j) Provide all Unscheduled (Corrective) Maintenance
for the Rail Vehicles, permanent ways and other
related systems and subsystems, which include
recurring defects and others, as described in this
Maintenance Specification.
k) Provide Special Repairs for the Rail Vehicles and
permanent ways and other related systems and
subsystems, which are not included in the
Scheduled and Unscheduled Maintenance as
described in this Maintenance Specification.
l) Plan and manage all maintenance activities as
described in this Maintenance Specification.
m) Plan Rail Vehicle and equipments overhauls
falling within the duration of the Contract and its
possible extensions.
n) Report regularly (e.g., weekly, monthly, yearly) all
maintenance performance achievements,
enhancements, improvements and/or modifications
of the maintenance procedures of the rolling stock,
permanent ways and other related systems,
subsystems and facilities.
Such reports shall result from the implementation
of the feedback from experience process, as
defined in section 2.11.
o) Suggest to the Client and Operator any
modification to the Rail Vehicles or to the
permanent ways and other related systems,
subsystems, facilities which may improve service,
reduce costs or otherwise be beneficial to the Line
3 system. All modifications on the system shall be
properly documented and recorded, to be reported
to the Owner, Operator and Client.
p) Report formally on a regular basis to the Client, as
per the requirements of the present specification, to
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 97/240
demonstrate that all service and maintenance
objectives are met.
q) Plan and execute timely and orderly transition of
maintenance services to the organization
responsible for the maintenance upon termination
of this Agreement.
1.2 SAFETY PRINCIPLES
1.2.1 Safety Regulations and Standards Applicable
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Proof of the compliance of its activities with a list of regulations and
standards
Ensure that its activities comply in an exhaustive manner with all local laws,
rules and regulations
Item Specification Statement of
Compliance
Safety
Regulations
and
Standards
Applicable
The Contractor shall ensure and provide:
a) Environmental Health and Safety (EHS) specific
requirements of the Client.
b) The provisions of the latest edition of the
Philippines Occupational Safety and Health
Standards promulgated by the Dept. of Labor
and Employment‟s Bureau of Working
Conditions. Amended 1989
c) Applicable Department Orders (DO) by the
Dept. of Labor and Employment (DOLE)
d) Applicable Department Orders (DO) by the
Dept. of Health (DOH)
e) Applicable Department Orders (DO) by the
Dept. of Environment and Natural Resources
(DENR)
f) Philippine Electrical Code
g) Fire Code of the Philippines (Approved by
PGMA on December 19, 2008)
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 98/240
h) The National building code of the Philippines
REPUBLIC ACT NO. 6541
i) OSHAS 18001
j) NFPA
1.2.2 Safety Management Process
In order to ensure that the Maintenance activities shall attain the following:
a) a globally equivalent level of safety of the Transport system from
passengers, third party and environment point of view and
b) adequate health and safety (H&S) conditions of working for
Maintenance activities,
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Submit the Safety Management Processes that he will set up
Item Specification Statement of
Compliance
Safety Management
Process
a) Regulations and standards applied by the
Contractor
b) Presentation of maintenance activities
c) Presentation of the organization of the
Maintenance Contractor
d) Analysis of risk for maintenance activities and
identification of safety-related tasks
e) Health and Safety means of protection and
prevention for workers
f) Appropriateness of human resources regarding
the Maintenance activities as follows:
- Identification of skills required to realise the
maintenance activities, particularly safety-related
tasks
- Process of human resources focussing on safety-
related tasks
- Assessment and updating of skills and aptitudes
for safety-related tasks (formalisation, validity
duration, modality of renewal)
- Training for safety-related tasks (content,
organism authorized to provide the training and
deliver the certificate, etc.)
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 99/240
- Others
g) Safety Management of the interfaces with the
Operator of the Line, as follows
- Communication management between
Maintenance Contractor and the Operator
- Operation of maintenance on the Main Line
(process of maintenance of the Main Line,
conditions of access to the installations…)
- Condition of provision of the Rolling Stock from
Operator to Maintenance Contractor, from
Maintenance Contractor to the Operator
- Others
h) Management of the documentation
- Classification and organization of the safety
documentation
- Spreading of the documentation (Where, How,
from who, to who)
- Others
i) Regulation and standards monitoring
j) Safety audits process of the Maintenance
activities (responsibilities, content, formalisation
and schedule)
k) Return of experience (on maintenance activities,
on management of the maintenance, on incident
reports, etc.)
l) Updating process (including Risk analysis) of:
- Management documentation
- Training documentation
- Maintenance procedures (included safety related
actions)
- On-site documentation (panel at work station,
etc.)
- Others
due to
- New items
- New organisation of work or new activities
- New regulation
- Return of experience
- Investigation following incident
- Safety audits
- Others
m) Whenever the Contractor Whenever the
Contractor will use a subcontractor to perform
maintenance activities, the Contractor is
responsible for ensuring and proving that the
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 100/240
subcontractor‟s activities are compliant:
a) With the safety management process of
the Contractor
b) With the applicable regulations, laws and
rules.
n) As an integrated part of its maintenance duties,
the Contractor shall include in its Maintenance
Plans and Programs the conclusions and
recommendations resulting from the latest
Security and Safety study, so as to constantly
preserve the level of safety/security which will be
generated or restored following this activity.
1.2.3 Health and Safety for Maintenance Activities
1.2.3.1 General
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
1.2.3.
Health and
Safety for Maintenance
Activities
1.2.3.1
General
The contractor shall, at least, hand over to the Client
and Operator the evidences that the maintenance
activities both in Depot area or along the main line
comply with the Philippine Occupational Safety and
Health Standards as amended.
Therefore, the Contractor shall lead a complete and
exhaustive safety analysis in order to identify and treat
all Health and Safety risk within the Depot area and
along the Main Line.
The Contractor shall hand over the safety analysis and
all proofs of safety to the Client and Operator for
approval.
1.2.3.2 Depot area
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 101/240
The following non-exhaustive list of observations dealing with the current
MRT3 shall at least be addressed in the safety analysis of the Contractor.
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Submit programs on:
Compliance to NFPA Standards
Welding, Cutting and Brazing Standards
Hazard Communication Program
Lockout/ Tagout Program
Fire Safety Program
Chemical Handling Program
Health Program
Electrical Safety Program
Barricading System
Health Program
Item Specification Statement of
Compliance
Inspection and maintenance of fire fighting equipment
shall be in accordance with the NFPA standards.
Compressed gas cylinders are stored upright, secured
to a fixed object, with their safety caps on, Cylinders
not actively used at the job site are considered stored,
and remain chained to the cart until actively being
used.
A written Hazard Communication Program should be
implemented and MSDS for all chemicals brought to
the site shall always be available for employees‟
reference.
Implementation of a Lockout/Tagout Program to
protect employees from injury due to the unexpected
energization, activation, or start-up of equipment
during maintenance
Fire hazard. Cooking should be allowed only on
designated places or should not be allowed.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 102/240
Item Specification Statement of
Compliance
Provision of designated storage area for chemicals
Provision of additional ventilating system at the depot
Training of personnel on Electrical safety
Unmoveable protection shall be installed in order to
avoid chocks between car lifts and electrical panels
Provision of additional ventilating system at the depot
Provision to regularly check and maintain the content
of First aid boxes
1.2.3.3: Maintenance of the Line installations and equipments
The Contractor shall notably demonstrate in its safety analysis:
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Safety
Principles
The safety of its staff will be ensured during
operation at the Main Line installations and
equipment (rules and procedures to respect to
access the installations, etc.)
The safety of the Transportation system and its
passengers will be ensured during the
maintenance operations
1.3 OPERATING DESCRIPTIONS
As a basis for plans and Monthly Maintenance Fees during the term of this Agreement, the
following shall be used:
1.3.1 Hours of Revenue Service Operations
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 103/240
WEEDAY REVENUE OPERATION
Weekday Period
Time Required Number of
Running / Operating
From To Trains5 LRV
Morning
AM Peak
Base
PM Peak
Night
05:00
06:30
09:30
16:30
19:30
06:30
09:30
16:30
19:30
23:00
15
20 (21) 4
15
20 (21) 4
15
45
60 (63) 4
45
60 (63) 4
45
WEEKENDS AND HOLIDAYS REVENUE OPERATION
Note: Maximum number of trains required during weekends or holidays shall be
based on the table below. However, trains required per hour shall be in
accordance to the agreed / approved timetable.
Weekend Period
Time Required Number of
Running / Operating
From To Trains6 LRV
Saturdays
Sundays and
Holidays
05:00
05:00
23:00
23:00
15
12
45
36
5 Due to the implementation of the MMIRT.
These parameters may change upon implementation of the Capacity Expansion project. Corresponding
adjustments on the maintenance fees are subject to renegotiation / supplemental agreement between the
Owner and the Operator.
6 Due to the implementation of the MMIRT.
These parameters may change upon implementation of the Capacity Expansion project. Corresponding
adjustments on the maintenance fees are subject to renegotiation / supplemental agreement between the
Owner and the Operator.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 104/240
1.3.2 System Parameters7
a) Route length:
Main Line Track 16.9km each direction (17.3km each
direction)5
Main Line Access track 1.1 km
Depot track 7.8 km5
b) Number of stations 13 (14 ) 4
c) Number of Rail Vehicle in fleet 73
d) Average distance traveled by 10,000km per month or
vehicle in one month/year 120,000km per year
1.3.3 Operating Rules
The Contractor must clearly demonstrate his full understanding of the existing
operating rules and procedures. Moreover, the Contractor shall review existing
published operating rules to ensure that these rules cope up with the existing needs
and requirements of the System within 6 months after the Maintenance Contract is
awarded, subject to the concurrence of the Operator.
These operating rules include, but are not limited to, both normal operation and
technical incident management as per the following section:
Checklist:
Indication of “Comply” or “Not Comply” below
These operating rules include, but are not limited to, both normal operation
and technical incident management as per the following section:
Item Specification Statement of
Compliance
Operating
Rules
A. Glossary
B. Conduct of Employees
C. General Requirements
D. Operation of Stations
E. Operation of Trains and Rail Vehicle
7 Parameters for the MMIRT Common Terminal Project are already included. Parameters for the Capacity Expansion Project are not yet included
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 105/240
F. Signals
G. Pinched Loop Normal Operating Mode
H. Reverse Direction Operations
I. Failure Operating Mode
J. Trains Stopped by Exceptional Cause
K. Duties of Lookout Men, Flagmen,
Competent Persons, Engineer‟s and Persons-
in-Charge
L. Engineers and persons in charge
M. Maintenance Work and Protection
N. Engineer‟s Possessions
O. Power Supply and Substation Equipment
Arrangements and Technical Incident
Management
P. Line Clear Procedures
Q. Fire Treatment Procedures
R. Accidents Treatment Procedures
S. Major incidents Treatment Procedures
T. Communications
U. Safety and Maintenance Personnel and
Passenger Evacuation
V. Derailments
W. OCS Emergencies
X. Manual Operations
Y. Emergency Operations
Z. Manual Block Signal Operation
AA. Defective switches and rail related defects
1.4 FACILITIES AND EQUIPMENT
1.4.1 Maintenance Facilities and Equipment
Checklist:
Indication of “Comply” or “Not Comply” below
Item Specification Statement of
Compliance
Maintenance Facilities
and
equipment
The Client will provide, at no cost, physical spaces
for offices, training and storage of materials and
equipment the Contractor may reasonably require
in order to meet its maintenance obligations.
These do not include sleeping quarters, barracks
and the like which are mainly for personal use and
/ or comfort. All assigned spaces for the use of the
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 106/240
Contractor shall, following turnover, be under the
sole responsibility of the Contractor (for proper
housekeeping).
1.4.2 Communications Systems
Line 3 is equipped with both telephone and radio communication systems designed
for use by the operating and maintenance personnel.
The telephone system may be used for maintenance purposes by the Contractor
according to agreements made with the Client. The Contractor shall not be required
to establish a separate telephone system.
The radio system consists of 3 channels. The Contractor shall be entitled to use the
radio system in the course of its maintenance services on the System and an
agreement and protocol for the method of shared use shall be agreed upon. The
Emergency Channel shall be available to the Contractor at all times, provided that
the Contractor uses the channel according to specified conventions for the Line 3
system safety.
Mobile phones are permitted on the Operating Railway but only at the discretion of
the Client. These shall be only used as a fallback solution in case of emergency
(none of regular communication systems functioning), or for internal
communication within the Contractor‟s organization. In normal conditions, the
communications shall be made through the above mentioned systems (including for
the maintenance outposts in station).
Checklist:
Indication of “Comply” or “Not Comply” below
Item Specification Statement of
Compliance
Communications
Systems
Please refer to 1.4.2 Communications
Systems
1.4.3 Access to and Possession of the Guideway and Stations
The Client shall give the Contractor necessary access to the guideway and stations
for the purpose of right of way maintenance work at all times when the System is
not operating from 24:00 to 4:00 and at all times on public holidays when there is
no operation. However, this schedule may change upon prior notice from the
Owner / Operator. The Contractor can access the guideway and stations from 4:00
to 24:00, with the permission and proper coordination with the Operator. “Access”
means the use and control of the route only and does not involve the transfer of any
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 107/240
other responsibilities or obligations from the Client to the Contractor. The
Contractor may occupy parts of the guideway and stations during hours of
operations subject to agreements and protocols to be established with the Operator
prior to the revenue date.
1.5 SPARE PARTS, CONSUMABLES AND COMPONENT REBUILD
Upon issuance of Notice to Proceed, the Contractor shall take custody of all spare
parts, consumable and components rebuilt for those items identified in Section 3
and 4 of Table 1 Scope of Maintenance Service, left by the exiting Contractor,
appearing in the list provided by them (status of spare parts by the end of the
exiting Contractor‟s contract, see appendix G), and maintain records of purchase,
inventory and utilization thereof.
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Spare Parts,
Consumables
and Component
Rebuild
MRTC, as owner and DOTC, as Government
representative and Operator, shall have a formal
and unconditional right to the monitoring and
control of the spare parts, consumables and
components supplying process done by the
Contractor, so as to ensure the accuracy and
conformity of the practices. Inventory
Measurement Board must be created during the
first three (3) months subject to the Client‟s
approval to determine the exact provisioning
level of stocks according to the needs of the
maintenance. “The Inventory Measurement
Board” means the designated representatives and
alternates assigned the authority and
responsibility for determining the Availability of
Spare Parts Inventory. The Inventory
Measurement Board shall have one
representative from each Owner, Operator (if
other than DOTC, Owner or an affiliate of
Owner), DOTC and Contractor. A quorum of the
Inventory Measurement Board shall be all
members and decisions shall be made by
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 108/240
unanimous vote. If the Inventory Measurement
Board deadlocks on any issue, such issue shall
be decided in accordance with the dispute
resolution provisions of this Agreement.
All data concerning this procurement shall be
kept available, without restrictions, for any
possible review by the Owner‟s and the
Operator‟s representatives.
The Contractor shall submit and secure on yearly
approval of the spare parts procurement
program, at the beginning of every maintenance
year (during the Contract date anniversary).
The Contractor shall keep at any time up-to-date
records of the stocks in its possession (spares,
consumables, capital spares, etc…), and shall
make these records fully available, without any
restriction, at any time upon request from the
Client.
Any significant change in the situation of the
stocks (shortage, obsolescence, difficulties for
supplying, etc…), likely to have an impact on
operation safety, passengers‟ comfort,
availability, reliability, increase of costs, shall be
the object of a special report issued to the Client
as soon as the situation is known, together with
the proposed countermeasures, in order to be
able to find appropriate solutions avoiding
penalizing the rendered service.
The Contractor shall permanently adapt the level
of stocks (nature and quantity) to the actual
needs resulting from the system conditions.
The changes, increases or decreases of stocks
will give rise to the corresponding modifications
of the pertaining documents (IPC, lists,
inventory reports, plans, programs, etc…) which
will then be submitted to the Client for approval,
together with the supporting data, if needed.
1.5.1 Spare Parts
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 109/240
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Spare Parts
Any repairable parts or components replaced,
removed and dismantled from the trains,
permanent way and other systems or
subsystems of the Line 3 must be brought to
the specific repair lines for repair and
restoration to their original functional state.
Non-repairable parts must be disposed or
discarded according to Government Disposal
System procedures, and the Contractor shall
proceed with the procurement of these parts in
the corresponding / appropriate quantities.
The Contractor shall maintain books and
records of the inventory (including delivery
dates and withdrawal records) and prices. The
books and records shall be available to the
Client at all times, without any restriction. The
Contractor shall ensure at all times that a
commercially and technically adequate supply
of spare parts is on hand for scheduled and
unscheduled maintenance and for Special
Repairs. The Contractor shall control the
return of items under warranty to the relevant
supplier for repair, replacement and/or
modifications.
The Contractor shall monitor the consumption
rates of spare parts and adjust the provisioning
levels, as necessary, to maintain the required
adequate stocks.
The Contractor may develop sources other than
the original manufacturer‟s equipment for
repair and replacement of spare parts to assure
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 110/240
a commercially and technically adequate
supply of quality parts, as long as they
demonstrate and proved, thru proper and
adequate tests, that these meet the standards /
specifications set by the original
manufacturers.
When original equipment is modified, the
Contractor shall revise the inventory of spare
parts accordingly and shall arrange, subject to
the Client‟s approval, for the disposition of
spare parts no longer required. All related
documentations shall be updated and copies
shall be provided to the Client and Operator, in
accordance to reporting procedures.
Manufacturers/Suppliers shall provide regular
independent certification of authenticity for all
spare parts.
1.5.2 Consumables
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Consumables
Consumables include lubricants, seals, filters,
welding rods, brazing and soldering materials,
electronic components, lamps, cleaning supplies
and equipment, etc., for those items identified in
Section 4 of Table 1 in the Contractor‟s Scope of
Maintenance Service, left by the exiting
Contractor, appearing in the list provided by
them (status of spare parts by the end of the
exiting Contractor‟s contract, see appendix G).
The Contractor shall maintain books and records
of the inventory and unit prices of consumables.
The books and records shall be made available at
all times for the Client‟s inspection.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 111/240
The Contractor shall ensure that adequate supply
of consumables is on hand at all times for
scheduled and unscheduled maintenance and for
Special Repairs.
The Contractor shall monitor the consumption
rates of consumables and maintain adequate
supply thereof.
The Contractor may develop alternate sources of
supply of consumables to ensure that
commercially and technically adequate quantities
are available and that consumables of similar
quality are obtained compared to specified
standards / specifications of original
consumables.
1.5.3 Component Rebuild and Repair
Components such as, but not limited to, traction motors, air compressors or gear
boxes are rebuilt or repaired by the Contractor in the Depot or outsourced to
technically qualified and competitive services for the work outside the Depot.
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Component
Rebuild and
Repair
The Contractor shall maintain custody of
components which are being rebuilt or repaired
and shall keep records of the receipt of each
component for renovation / rehabilitation, of the
work done on the component and the disposition
of the component subject to Government
Disposal System Procedures.
The Contractor shall assure that the
commercially and technically adequate supply of
renovated / rehabilitated components is on hand
in Manila at all times for scheduled and
unscheduled maintenance and for Special
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 112/240
Repairs.
1.6 EXCLUSIONS
Except for items that are excluded from the Contractor‟s scope of work as per Table 1 of
the BLT agreement Annex F, appearing as table 1 of the present specification, the
Contractor shall be responsible for maintaining Line 3 system in accordance with the terms
and conditions set forth in the present agreement, including cleaning and security,
Scheduled and Unscheduled Maintenance and Special Repairs of all structures, systems
and LRVs, and all Line 3 existing materials and systems.
The Operator will pay for utility services – electricity, water and telecommunications in the
stations and all utilities related to operations. Those that are exclusively used by the
Contractor in its offices and other specifically dedicated areas, and those specifically
mentioned in Article 1.4.1 of this specification shall be under the responsibility of the
Contractor.
Table 1 Scope of Maintenance Service identifies more specifically principal items included
in and excluded from the Contractor‟s scope of services.
2. MAINTENANCE ACTIVITIES
2.1 GENERAL ORGANIZATION
Checklist:
Indication of “Comply” or “Not Comply” below
Item Specification Statement of
Compliance
General
Organization
The Contractor shall develop the managing
organization it intends to implement in order to
fulfill the general requirements stated in the
present specification (general management of the
whole activity, reporting and coordination with
Client, human resources, administration section,
engineering section, hygiene, safety,
environment, quality section, etc…), as well as
the specific ones linked to Maintenance, as
indicated in the following sections.
2.2 GENERAL DESCRIPTION
The Contractor shall submit plans and programs for the maintenance
implementation such as, but not limited to:
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 113/240
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
General
Description
Maintenance Plan/Program for Line 3
system.
Training and maintaining of maintenance
staff
Establishment and maintenance of the
Computerized Maintenance Management
System
Enter into service contracts
Procurement of materials, equipment and
spare parts
Inspection of the System for maintenance
status
2.3 MAINTENANCE PLANNING AND PROGRAMMING
2.3.1 Maintenance Planning
The documents to be provided are as follows:
a) Maintenance Plan – A general description of maintenance activities, the
schedule of maintenance and the quality of service and objectives.
b) Policy and Procedure Manual –This manual shall include but shall not
be limited to policies and procedures related to subcontracting,
employment, safety, health, interfacing with the Operator, community
relations and environmental responsibilities.
c) Emergency Response Plan – Plans for maintenance services necessary
to respond to various foreseeable emergencies that may affect the
System such as earthquake, typhoon, flooding, loss of power,
derailment, accident, fire, medical emergencies, bomb attack, gas attack
or other acts of violence or sabotage.
d) Security Plan – Detailed plans for the security and protection of
maintenance facilities while in control of the Contractor.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 114/240
e) Loss Prevention Program – A program of tests, inspections and
procedures to protect Rail Vehicles and facilities against loss or damage.
This will include consideration of corrosion control, structured
maintenance and routine inspections as well as loss prevention related to
emergency incidents, which shall include programs to prevent accidents
that may cause loss of life, injury to passengers, third party, maintenance
personnel or damage to property.
f) Safety Plan – A proactive plan to attain and sustain safe maintenance.
This plan shall include the approach and structure that the detailed plan
will take and in particular, shall address the following items:
The Contractor‟s Health and Safety Policy Statement;
The Contractor‟s organization and arrangements for health and
safety;
A schedule of safety procedures to be used during the
maintenance contract including formal risk analysis and
prevention process and accident analysis.
The Contractor‟s procedures for reporting and investigating
accidents, dangerous occurrences or occupational illness, and
An outline program for safety tours and detailed safety
inspections
The Contractor‟s Crisis Management and/or Emergency Plans
g) Quality Assurance Plan – This shall cover the main aspects (core part)
of quality assurance in maintenance based on international standards
(ISO 9001-2000), through quality plans / policies / procedures for all
maintenance works and repairs of the System including but not limited
to spare parts, materials and labor.
At least, the following main points will be covered:
-Quality system
-Document and data control
-Purchasing requirements
-Product identification/tracing
-Process control
-Product inspection/testing
-Control of inspection equipment
-Inspection and test status
-Control of non-conforming product
-Corrective and preventive actions
-Handling, storage, delivery
-Control of quality records
-Training requirements
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 115/240
h) Administrative Procedures Manual – An administrative procedures
manual for all policies and procedures for maintaining and preparing the
System, which shall include; (i) an employee manual; (ii) work order
procedures; (iii) purchasing, receiving and warehousing procedures; (iv)
inventory control procedures; (v) shipping procedures; (vi) warranty
claims; (vii) reporting procedures, including those with respect to
environmental events, fires and safety and (viii) property control
procedures.
i) Human Resources Plan - Includes the general description and outline of
the Contractor‟s program in hiring, training and management of
employees.
j) Training Manuals – These are documents to be used for training the
Contractor‟s specialists and general labor. Training shall include
familiarization with the System and its main operating elements, the
operating plan, risk and hazards of transit operations and special safety
procedures and practices, etc.
k) Preventive Maintenance Plan – Plan to describe the preventive
maintenance procedures (including detailed schedule and checklists for
verification of activities performed) for each of the systems: Rail
Vehicles, special equipment, track, OCS, signaling, power supply,
guideway structures, etc…. The intervals or events after which each
procedure is required shall be described. These plans will possibly
incorporate information provided by the relevant manufacturers, and
shall describe tests and maintenance activities for preventive
maintenance including troubleshooting procedures for the Rail Vehicles,
permanent way and all related systems and subsystems.
l) Repair Plans – These plans describe repair procedures for common or
routine failures including recommended corrective maintenance
strategy, safety precautions and technical instructions and
troubleshooting procedures for the rail vehicles, permanent way and all
related systems and sub-systems.
m) Minor Overhaul Plan – Describes tests and activities for Minor Rail
Vehicle overhauls. Work shall include bogie overhaul, test/replace
major electrical items, etc.
n) Major Overhaul Plan – Describes tests and activities for a major Rail
Vehicle overhaul. Work shall include minor overhaul activities plus
structural renovations / rehabilitations, interior and exterior repainting,
floor replacement, etc.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 116/240
o) Maintenance Transition Plan – To ensure the smooth take over at the
end of the Maintenance Contract (change of Contractor) and maintain
the quality of all maintenance activities being performed, the
Maintenance Transition plan shall define, for the transition period as
defined in vol. 3 Article 1 “Definitions”, the activities and procedures to
be followed in the take over and assumption of all current activities, and
shall also include the plan for the training of the incoming Contractor‟
personnel and for the handover to the incoming Contractor of
documents, records, data, spare parts, tools , equipments and all other
assets, as per vol. 3, section 5.7.
This plan, as well as the related programs, schedules, methodologies,
training materials, contents, shall be submitted by the exiting Contractor
and approved by the Client at the latest, 6 months prior to the beginning
of the transition period defined in the Maintenance Agreement.
As a part of its answer to the bidding, the incoming Contractor shall
propose, detail and quote the organization, schedule and resources
allowing him to comply with the activities set within the Maintenance
Transition Plan during the said transition period (which is still within the
period of the contract binding the existing Contractor).
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Submit:
o Maintenance Plan
o Policy and Procedure Manual
o Emergency Response Plan
o Security Plan
o Loss Prevention Plan
o Safety Plan
o Quality Assurance plan
o Administrative Procedures Manual
o Human Resources Plan
o Training Manuals
o Preventive Maintenance Plan
o Repair Plans
o Minor Overhaul Plan
o Major Overhaul Plan
o Maintenance Transition Plan
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 117/240
Item Specification Statement of
Compliance
Maintenance
Planning
The Contractor shall prepare and submit
maintenance plans/programs to be implemented
in this Maintenance Specification, to ensure the
continuity of all maintenance activities
presently performed.
2.3.2 Documents Approvals
For each maintenance document (manuals, plans, programs, schedules, etc…) being
issued, modified and updated, the Contractor shall obtain the approval of the Client
and Operator. If the Client and Operator fails to approve or to require
modifications in each maintenance document submitted within 30 days from receipt
thereof, such document shall be deemed to have been approved.
2.3.3 Manual Maintenance
During the Maintenance Period, the Contractor shall update the manuals following
each change of the maintenance process, and at least review each manual annually
and issue to all holders of the document revised pages as necessary to keep the
document up to date and/or to revise information or procedures, as necessary. The
manuals shall also be supplied in electronic copies (compact discs) for reproduction
and revision.
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Manual
Maintenance
The Contractor shall maintain traceability of the
modifications including Illustrated Parts Catalogue
(IPC). They shall set up a documentary
management system in order to master the whole
modification system, as required.
2.4 STAFFING
The Bidder shall develop in its Bid the organization it intends to implement to comply with
its Maintenance Requirements, in respect of the following specifications, including the CV
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 118/240
of the assigned Maintenance Manager, and shall coordinate maintenance staff build-up
within the needs of the Contractor, Owner and Operator.
They shall establish the maintenance organization to ensure that the maintenance program
is carried out accordingly. They shall coordinate maintenance staff build-up within the
needs of the Contractor, Owner and Operator.
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Staffing
The Contractor shall assign a qualified and
experienced person as the Maintenance Manager,
who shall be directly employed by the Contractor
and who shall be responsible for general supervision
and direction of maintenance of Line 3, in
accordance with the following maintenance
specifications.
The Contractor shall be responsible for the
recruitment and training of the maintenance staff.
The Contractor shall ensure that all maintenance
duties (including maintenance functions and support
functions) are properly and adequately manned by
personnel trained and assessed, and that all
maintenance activities are delivered by the trained
and assessed staff licensed where appropriate, and
fully prepared to undertake their duties, to respond
to alarms, failures and emergencies, and to observe
and comply with all Applicable Requirements.
2.5 TRAINING
All trainings and re-trainings conducted for Maintenance should include representatives of
the Client and Operator.
Checklist:
Indication of “Comply” or “Not Comply” below
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 119/240
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Submit training Manuals
Item Specification Statement of
Compliance
Trainings
The Contractor shall identify the training needs
(kind of training and people to be trained) and
develop training programs. Using the manuals and
other resources received from the Supplier and
produced in the maintenance planning process, they
shall conduct training and refreshment for the
maintenance staff to permanently ensure that
skilled people are available to maintain the Line 3
system. Where possible, they shall make use of
existing institution and training activities and avoid
creation of separate facilities and training
resources. Evaluation of the training assimilation
shall be done, as well as certification for
competency and follow up of personnel training
records.
The Bidder shall develop in its Bid its policy
regarding initial training and refresher training of
the maintenance staff, including how it will devise
the training syllabus, write up and update the
training manuals, program and follow-up a training
plan, record and monitor individual proficiencies
and misbehaviors, etc.
For the positions having a direct impact on
operation safety (such as operators performing non-
destructive controls on wheels and axles, on bogie
structural elements, on some body-structural
elements, welders on bogie structural elements, or
on some body-structural elements, etc…), or on
personnel safety (such as forklift drivers, hoisting
of lifting operators, etc…), specific training plans
will be set, whose result will be the attribution of
authorization or certification following the training
result assessment and the final examination.
2.6 COMPUTERIZED MAINTENANCE MANAGEMENT SYSTEM
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 120/240
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Computerized
Maintenance
Management
System
The Contractor shall devise and implement a
Computerized Maintenance Management System
(CMMS). Included in the CMMS subsystem shall
be the inventory and control of all spare parts,
equipment and supplies, LRVs structure and
operating system. The inventory subsystem shall
be linked to the accounting and cost control
subsystem.
A method for rapid identification and recording of
unscheduled maintenance needs as well as of
Special Repairs shall also be provided. These
shall be integrated with the planning of Scheduled
Maintenance into an overall maintenance
planning, control and information system.
The Contractor shall be responsible to enter all the
initial or baseline data into the CMMS and verify
its accuracy.
The Computerized Maintenance Management
System must be up to date and be made available
at all times to the Client for spot checking /
evaluation on the veracity and accuracy of records
/ data, without any restrictions.
At the end of the contract period, the
Computerized Maintenance Management System
its programs and databases, and other documents
directly or indirectly used during the maintenance
contract shall be turned over by the Contractor to
the Client.
2.7 PROCUREMENTS
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 121/240
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Quantities/Qualities of items proposed
Product literature
Item Specification Statement of
Compliance
Procurements
The Contractor shall procure spare parts,
consumable parts, special tools, other tools,
materials and equipment required for the
maintenance of the whole system. Receipt and
proper storage, inventory, control and
safekeeping of procured items shall be ensured by
the Contractor. Records control and inventories
of procured parts, tools and equipment shall be
ensured up-to-date in accordance to this
Agreement and made available at all times to the
Owner / Operator. All materials procured as well
as other basic tools and equipment needed for
maintenance shall be made available at all times.
2.8 SPECIAL TOOLS AND TEST EQUIPMENT
Checklist:
Indication of “Comply” or “Not Comply” below
Quantities/Qualities of items proposed
Product literature
Item Specification Statement of
Compliance
Special Tools
and Test
Equipment
Supplemental to the Maintenance Plan, a
comprehensive list of instruments, tools and/or
equipment deemed needed, on top of all
instruments, tools and equipment owned by the
Owner and made available to the Contractor, shall
be acquired and provided by the Contractor to
ensure effective maintenance implementation.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 122/240
It shall be the Contractor‟s responsibility to size its
set of tools, special tools, equipment and test
equipment (in quantity, quality , appropriateness
and adapted condition ) so as to be able to perform
the maintenance as per the requirements stated in
the present specification and get the expected
results.
The tools, equipments and DTE (Diagnostic and
Test Equipments) subject to calibration (possible
impact on operation safety) shall be processed
according to the standards in force and the
principles of Quality Assurance (calibration by
authorized metrology labs, procedure for
management and follow-up of the concerned stock,
traceability …).
Lastly, the tools, equipments and installations
having an impact on workers‟ safety, such as lifting
and hoisting equipments/installations/tackles,
pressurized tanks, handling and transportation
devices: forklifts, etc…), which are subject to
regular checking by an authorized verifier
according to the national and international laws
applicable to the industrial activities, shall be
processed accordingly (including traceability).
It shall be the contractor‟s responsibility to keep all
installations, equipments, special tools and
common tools, either existing or bought during the
course of the contract, in a functionality status
ensuring that they are permanently fit for respecting
the present maintenance specification. The
maintenance on such items should be done in a
timely manner, according to the requirements set in
the corresponding Maintenance manuals and in the
present specification, and according to a schedule
ensuring a minimal disturbance to the commercial
operation of Line 3. Any item not being able to be
maintained in the required functionality status shall
be replaced by the Contractor at its own expense by
a functional one, except as for the capital assets
whose procurement should be processed
exclusively by the Owner and DOTC, as provided
by the Philippine laws.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 123/240
2.9 CYCLE INVENTORY AND TURNOVER
The Client and the Operator, on its own discretion, may or may not attend these
inventories. However, up – to – date results and records of these shall be made available at
all times to the Client and Operator upon demand. Inventories to be performed shall not be
limited to the following:
Spare Parts and Materials
Consumable Materials
Tools and Equipment
Components Rebuilt and Repaired
Special Tools and Test Equipment
Manuals related to Maintenance activities and those specifically mentioned in
Article 2.3.1 of this specification
Items turned over by the Turnkey Contractor
Assets
Etc…
At this occasion, the Contractor will provide a formal document (“Inventory and status
assessment”), quoting the list (Designation, number) and functional condition (Wearing
rate, functional status) of the turned over items (Including the assets).
The “Inventory and status assessment” document provided by the outgoing Contractor can
be used as the baseline condition of system asset for information of the next incoming
Contractor. The inventory may be validated by an independent third party auditor in behalf
of the Client.
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Cycle
Inventory
and Turn
Over
The Contractor shall conduct cycle inventories
semi-annually in accordance with generally
accepted accounting and auditing procedures.
At the end of the contract period, the entirety of
above items, inclusive of availed and remaining
balances, shall be turned over by the Contractor
to the Owner and/or Operator.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 124/240
All start up consumable, spare parts, tools,
equipment and any other materials provided by
the Client at the commencement of the agreement
shall be replenished and turned over by the
Contractor to the Client.
2.10 INSPECTION AND ACCEPTANCE
The “Inventory and status assessment” document provided by the outgoing Contractor can
be used as the baseline condition of system asset for information of the incoming
Contractor. The inventory may be validated by an independent third party auditor in behalf
of the Owner and/or Operator.
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Inspection
and
Acceptance
The rehabilitation, reconstruction, renovation or
modification of major components (Traction motors, gear
boxes, etc…) will generate the issuance of one acceptance
report for each repaired single major component,
clarifying the operations carried out, the tests reports, and
all useful Maintenance Data, for Client‟s approval and
acceptance.
Identically, the 1 year and 2 years inspections (2nd
SM,
and SR) will generate the issuance of an acceptance report
specific to the operation carried out, clarifying for the
considered car the works performed, the tests reports, and
all useful Maintenance Data, for Client‟s and Operator‟s
approval and acceptance.
These acceptance reports can be prepared and submitted
together with the Monthly report provided by the
Maintenance Performance Technical Section.
2.11 MAINTENANCE PERFORMANCE SECTION AND EXPERIENCE
FEEDBACK
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 125/240
2.11.1 Experience Feedback Definition
The Experience Feedback is a process aimed to research, collect, analyze and process
all information corresponding to events after their occurrence.
The concerned events may not necessarily correspond only to failures of the
systems/subsystems, but may also comprise the entirety of events linked to the
maintenance process.
The definitions of the main terms used in the field of “Experience feedback” are
hereafter defined in paragraph 2.11.11.
2.11.2 General objectives of Experience Feedback
The Experience Feedback deals with:
The technical aspect of the observations made on components, equipment,
systems and functions.
The relevance of maintenance procedures and organization principles.
The Experience Feedback contributes:
To improve the conception of future systems/subsystems.
To master the operation safety, travelers and personnel safety, as well as the
systems/subsystems‟ service quality.
To validate the reliability, availability, maintainability and safety studies
(RAMS) carried out during the systems/subsystems‟ design phase.
To validate or improve the maintenance rules.
To validate or improve the maintenance organization.
To enrich the diagnosis in corrective maintenance.
To identify and guide the process for the handling of technical problems.
When needed, to enable carrying out immediate preventive actions based on
experience gained from similar situations.
To handle the obsolescence problems.
2.11.3 General organization of Experience Feedback in maintenance.
2.11.3.1 Different steps
The Experience feedback process mainly comprises three steps:
The collection and storage of data, linked to the functioning and
maintenance of systems/subsystems, facilities or to human activities.
This step is usually called “Information collection”.
The processing and analysis of these data.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 126/240
The effective use of the results gained in the research for
improvements.
2.11.3.2 Maintenance Performance Section
A dedicated personnel complement to carry out this activity shall be named
the “Maintenance Performance Section” (MPS).
This engineering section‟s responsibilities are to permanently monitor the
whole maintenance activities in the different fields, so as to collect any data
following the maintenance, such as what has been maintained, when (Time
interval/number of reference units of functioning, etc…), what has been
done, what problems or what facts have been noticed, what parts have been
replaced, for what reason, etc…
Once these data are collected, the MPS analyzes them in order to unveil
general tendencies, to detect drifts or possible problems, to define and
implement improvements in maintenance scope or maintenance organization,
to propose technical modifications, to improve the spare parts supplying
(quality, appropriateness), etc…
The MPS defines and proposes the necessary corrective and preventive
actions in the following fields:
Maintenance content
Maintenance intervals
Maintenance methods (Operating modes, maintenance rules
implementation…)
Maintenance Organization
Materials (Supplying quality, type of components…)
Technical modifications
Systems/subsystems‟ behavior.
Human (Training, motivation, competence, working
environment, safety…)
Etc…
Lastly, the MPS shall also identify problems and possible enhancement
procedures due to system and/or facility obsolescence of
parts/components/subsystems based on the information obtained during the
operational life of the systems/subsystems.
2.11.3.3 Supervisory commission
A commission in charge of monitoring the achievements versus the
contractual requirements of the Provider in the fields of Reliability,
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 127/240
Availability, Maintainability, and Safety (RAMS) of the system or its
subsystems shall be established.
This commission shall be composed of the Owner (or its representative),
Operator (or its representative), DOTC (or its representative), and the
Provider‟s MPS.
This commission shall have a regular bi-annual meeting.
The commission‟s responsibilities are:
Examine the RAMS data gathered by the MPS
Validate the analysis prepared by the MPS following the Experience
Feedback.
Examine the issues versus RAMS and validate the proposed
solutions.
Examine and approve the monthly report submitted by the MPS.
After each bi-annual meeting of this commission, minutes of meeting will be
drafted by the Contractor and approved by all concerned parties.
2.11.4 Experience Feedback related to procedures implemented in the
maintenance field.
2.11.4.1 Traceability of formalized controls to guarantee the required
quality level.
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Traceability
of formalized
controls to
guarantee the
required
quality level
The Contractor is responsible for the quality of works as
well as compliance to maintenance specifications, and
thus for the implementation of procedures, for checking
the compliance of maintenance operations.
The recording of the compliance and non-compliance
checks constitute an important basis for the Experience
feedback that will be used for traceability (Legal
requirements or quality assurance) and for the
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 128/240
improvement of the quality in maintenance operations.
Non conformities may come from different causes. It is
the Contractor‟s responsibility to carry out the non
conformity analysis and to implement actions to remedy
them.
2.11.4.2 Experience Feedback following audits
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Experience
Feedback
following
audits
The different quality audits (either internal to the
Contractor‟s internal organization or coming from
Owner, Operator or external by a third party) constitute a
monitoring framework of the quality of the maintenance
system.
The non-conformities detected during these audits have
to be treated by the Contractor according to the Quality
Assurance principles.
2.11.4.3 Treatment of Non-conformities
The non-conformities and malfunctions noticed during the formalized
controls or audits may have various origins.
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Treatment of
Non-
conformities
It is the Contractor‟s responsibility to process the analysis
and to implement actions to remedy them in the
following fields of concern:
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 129/240
Maintenance Rules evolution if the maintenance rule
is to be modified.
Technical field when the conception of rolling stock
is involved.
Human resources field when human factors are
involved.
Quality and methods when procedures are involved.
2.11.5 The Experience Feedback during the Adjustment Period for new
systems/subsystems.
The collection and the processing of information are to be implemented from the
beginning of the operational life of the first system/subsystem of the new series.
The Experience feedback during this phase is essential to allow the
systems/subsystems to be brought to their nominal reliability rate in an optimal
period, by pointing out systematically the “youth” defaults and addressing them
systematically.
This part of the Experience Feedback will be particularly be significant during the
implementation of the CAPEX.
2.11.6 Specific Procedures for Experience Feedback
One of the basic principles for the quality of maintenance operations is the good
suitability of maintenance rules to the systems/subsystems actual condition.
So as to complete the knowledge on the systems/subsystems behavior and on their
defacement law, the MPS may implement the following procedures:
Traceability sheets:
The traceability sheet, defined by the MPS and included in the maintenance
documents, shall formally record the maintenance facts, and may be used for
reliability analysis and drawing up of the defacement law.
Investigation:
Investigation is the procedure that allows the collection of technical information
concluded from an experiment of a certain component or subsystem. Operation
manuals and/or procedures may be formalized as a result of this experiment.
2.11.7 Experience Feedback Following Anomalies Noticed During A Completed
Maintenance Work.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 130/240
The Experience feedback following anomalies noticed during a completed
maintenance work is related to the observations and analysis made on the condition
of systems/subsystems/functions/components, after maintenance work is completed.
The following shall be covered:
2.11.7.1 General Case
Causes of anomalies
The anomalies on a system/subsystem, a function or a component can occur
following:
A design or construction default;
An incorrectly implemented or adapted maintenance rule;
An improper system/subsystem use;
A change in the system/subsystem use.
Anomalies detection
Anomalies are highlighted by:
The examination of components during preventive or corrective
maintenance operations.
The increase in number of damaged components (taking into
account the putting into service date or the kilometers covered).
The consultation and updating of the dedicated incidents database.
The information coming from operation (Incident record,
supervision on main line, reports….)
Anomalies collection
One of the fundamental principles of the information collection lies in the
implementation of a permanent Data Collection structure at the level of each
elementary working unit level, which shall allow to record in detail every
anomaly noticed on systems/subsystems.
This data collection can be made on Data Collection Dedicated systems, by
each team leader, or directly by dedicated technicians from the MPS, who
would be in charge of the permanent monitoring of the operations carried
out at the working level.
Written support or computerized databases constitute information sources
likely to enrich the knowledge of reliability or defacement laws.
Analysis of anomalies
The analysis of a technical anomaly shall comprise the following phases:
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 131/240
Investigation on the failure
Formulation of hypothesis about the causes:
Non-quality of maintenance operations, searching for the
primary causes.
Non-conformity or not adapted component (Material or
elementary part).
Maintenance rules not suitable.
Conception or construction default.
Non-conformity in the use of the rolling stock.
Processing of information related to anomalies
The Maintenance Performance Section exploits without interruption the
information collected through the elementary working units:
To engage without any delay the corrective actions.
To detect organization problems, quality problems or training
problems.
To lead troubleshooting processes.
To propose solutions.
The information shall be processed and shall be the basis of the monthly
reports, to also include the month‟s and cumulative RAMS data and
statistics (Evolution of failure rates by components, spare parts
consumption, maintenance statistics by type of operation, etc...), for the
entirety of systems/subsystems.
2.11.7.2 Components and Equipment particularly linked to
Operation safety
The objective for the maintenance of the components and equipment
directly linked to operation safety is to maintain the required safety level
according to the potential risks relevant to the different failure modes.
Due to the risk involved to the system by the failure of equipment and
devices particularly linked to operation safety, a more stringent
investigation and information collection system shall be performed by the
Maintenance Performance Section.
The MPS shall submit separate operation safety follow-up activities
including implementation modes for every specific procedure or anomaly.
2.11.8 Experience Feedback after traffic incident or critical event
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 132/240
The traffic incident or critical event is an obvious manifestation of a substandard
system / subsystem, or a combination of several anomalies.
All information related to this incident/event has to be collected and analyzed in order
to identify its causes and to avoid recurrence. This should alert the operator and
Contractor of the anomalies.
If the anomalies involve the performance of maintenance work, the MPS shall carry
out an in-depth analysis with the end view of identifying the causes, and the possible
counter-measures.
This incidents analysis process shall be carried out in a permanent and continuous
way, with the purpose of permanently striving to improve the availability and
reliability of the RS, permanent way, and all other systems and subsystems. A
dedicated team can be assigned to this task, working jointly with the operator (for
taking into account of the incidents having affected the operation), and the
maintenance teams (for the recording of the corrective actions). The subsequent
analysis of these elements will allow determining the root causes and defining
efficient preventive countermeasures.
2.11.9 Monthly report
The MPS shall issue monthly a detailed report about the experience feedback carried
within the last period (incidents, preventive maintenance, etc…), the findings,
analyzes, definition of possible countermeasures, implementation, results obtained,
follow-up modes and results.
2.11.10 Annual Technical Experience Feedback
A year-end summary of all experience feedback shall be carried out to address the
following:
Perform a global assessment on the systems/sub-systems or components
behavior on the period.
Assess the progress done/improvements resulting from the maintenance
works.
Guarantee the traceability on the period.
Evaluate the need for system replacement, enhancement and/or re-
engineering to finally address the anomalies.
The summary will enable the MPS to come up with a more cohesive understanding of
the anomalies and draw conclusive actions.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 133/240
This summary shall be formalized under the shape of the Maintenance Performance
yearly report.
2.11.11 DEFINITIONS (According to standard ISO 8402)
Quality audit Methodic and independent examination, in order to determine
whether the activities and results related to quality comply with
predetermined arrangements, and whether these arrangements
are implemented in a way efficient and likely to reach the
objectives.
Anomaly Discrepancy compared with what is expected.
Quality
assurance
Entirety of systematical and pre-established actions necessary to
give the appropriate confidence in the fact that a product or
service will comply with the defined requirements related to
quality.
Auto-control
Control mode according to which a physical person carries out
his own control on the result from his own work, and whose
rules are defined in a formal way in quality assurance and quality
management arrangements.
Control
Action of measuring, examining, testing, checking with a gauge
one or several features of a product or service, and to compare
them with specified requirements in order to prove their
compliance.
Failure Ceasing of the ability of a device of fulfilling a required
function.
Default Non-fulfilling of the requirements of intended use.
Diagnosis Identification of the failure(s) probable cause(s) using a logical
reasoning based on a set of information coming from an
inspection, a control or a test.
Reliability Ability of a device to perform a required function, in specified
conditions, during a specified duration.
Quality control Techniques and actions of operational nature, used in order to
answer the requirements related to quality.
Quality manual Document describing the general arrangements taken by a
company to obtain quality on its products or services.
Non-quality Global gap noticed between targeted quality at and quality
actually obtained.
Non-compliance Non satisfaction to specified requirements.
Control plan
Document describing the specific arrangements implemented in
order to control the considered product or service.
Lookout plan Special type of quality system control plan, specifically used in
order to improve the safety level mastery. It is used in control of
installations and personnel in order to examine in a cyclical way
the entirety of the establishment safety system components.
Quality policy The orientations and general objectives of a company concerning
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 134/240
quality, as they are expressed in a formal way by the general
management.
Qualification Act by which an official competent authority acknowledges after
verifying that a person (Physical person or moral entity) , an
object, or a method, have required qualities to fulfill a
determined function.
Quality Entirety of properties and characteristics of a product or service
which give it the ability to fulfill expressed or implicit needs.
In its widest meaning, the term “quality” is the way of being,
good or bad, of an object (Product, Equipment, material) or of a
service.
It will be said that quality expresses the ability to satisfy a
determined or potential need.
Quality system Entirety of the operational structure, responsibilities, procedures,
processes and resources to implement the quality management.
Traceability Ability to recover the history, the use or the localization of a part
or activity, or of similar parts or activities, using a registered
identification.
Production unit
Set of elementary working units (And/or sections) gathered
around a product, service or profession.
Grouping of workshops (Or workshops and support cells,
necessary to a good mastery of the responsibility area
3. AVAILABILITY
1. Definition of Terms
“Availability Measurement Board” means the designated representatives and
alternates assigned the authority and responsibility for determining the Availability
of Rail Vehicles. The Availability Measurement Board shall have one
representative from each Owner, Operator (if other than DOTC, Owner or an
affiliate of Owner), DOTC and Contractor. A quorum of the Availability
Measurement Board shall be all members and decisions shall be made by
unanimous vote. If the Availability Measurement Board deadlocks on any issue,
such issue shall be decided in accordance with the dispute resolution provisions of
this Agreement.
“Downtime Event” means an event in which the Wayside System causes an
interruption to or degradation of Revenue Service operation. Downtime caused by
the Downtime Event shall include all the time from the later of (i) the beginning of
such interruption and (ii) the beginning of the Peak Service Period until normal
Revenue Service is restored (“Downtime”). If two or more Downtime Events occur
in the same Peak Service Period, the Downtime of the Downtime Events shall not
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 135/240
be cumulative unless such events result from the same type of failure at the same
facility or equipment.
“Peak Service Period” means the hours from 6:30 AM to 9:30 AM and the hours
from 4:30 PM to 7:30 PM for each day of the year during which the System is
scheduled to operate (other than Sundays and public holidays). There are two Peak
Service Periods in each day.
“Required Repair Time” is the amount of time allowed for corrections of a
Downtime Event and with respect to any Downtime Event, is the time set forth
below in the row of the column entitled “Required Repair Time” corresponding to
the row of the column entitled “Month in which Downtime Event Occurs” that sets
forth the Month in which such Downtime Event occurs:
Month in which Downtime Event
Occurs Required Repair Time
1st to 3
rd Month
Not Applicable
4th
to 6th
Month 2 hours
7th
to 12th
Month 1hour
13th
Month and beyond 30 minutes
“Revenue Service” means trains in operation along the route of the System and
making scheduled stops and runs.
“Wayside System” means the guideway and track, the traction and auxiliary power
distribution substation facilities, the overhead catenary system, and the signaling
and communication system which support directly Rail Vehicle running, but does
not include station equipment such as escalators, elevators and fare collection
equipment.
2. Availability
A Rail Vehicle will be considered “Available” for any given Peak Service Period,
if:
(a) It is in Revenue Service for the entire Peak Service Period;
(b) It is held out of Revenue Service during all or a portion of the Peak Service
Period by Operator or Owner and is capable of being placed in Revenue Service
without adversely affecting the System or subjecting System equipment to
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 136/240
stress beyond such equipment‟s specified limits or subjecting any passengers or
crew to unusual danger;
(c) It is in Revenue Service for a portion of the Peak Service Period, but it falls out
of Revenue Service during that Peak Service Period and the downtime is not
longer than 20 minutes (except 30 minutes for the first six Maintenance Months
after the Revenue Service Date) and it is returned to Revenue Service (whether
during or after that Peak Service Period) without being removed from the main
track of the System. When a train has fallen out of Revenue Service, Contractor
will not oppose a decision of Operator to move that train to a pocket track if the
train can still move itself or to request a train to push/pull that train if that train
cannot move itself to ensure continued operation;
(d) A Downtime Event has occurred with respect to such Rail Vehicle prior to or
during the Peak Service Period, such Downtime Event continues for any portion
of the Peak Service Period and the Downtime resulting from such Downtime
Event does not last longer than the Required Repair Time, regardless of
whether the Required Repair Time extends beyond the end of the Peak Service
Period; or
(e) It does not comply with (a) above as a result of one or more of the following
conditions:
(i) Failure of Owner or Operator, or any of their respective affiliates,
contractors, subcontractors and representatives, to operate such Rail Vehicle
or the System in accordance with the operating manuals, the relevant
provisions of approved Manuals and established operating rules;
(ii) Failure of or interruption to service caused by passengers or trespassers
other than Client or maintenance personnel;
(iii) Failure of Owner or Operator, or any of their respective affiliates,
contractors, sub contractors and representatives, to make such Rail
Vehicle or the System or any portion thereof available to Contractor for
scheduled maintenance in accordance with the operating Assumptions as
described in Section 1.2 of the Maintenance Specifications and the
relevant provisions of approved Manuals;
(iv) Actions of unauthorized or unqualified persons, unless the consequence of
negligence of Contractor;
(v) Failures or damage caused by animals, birds or foreign objects, unless the
consequence of negligence of Contractor;
(vi) Loss, interruption or out-of-tolerance supply of electric power supply up
to the meter;
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 137/240
(vii) An Event of Force Majeure;
(viii) Vandalism or other criminal activity;
(ix) Outside ambient conditions which exceed 38.6o
C under shade or 95%
relative humidity;
(x) Severe weather, including high winds exceeding 90 kph and heavy rains
exceeding 124 kph;
(xi) Flooding, unless the consequence of negligence of the Turnkey Contractor
or Contractor.
3. Measurement of Availability
The Availability Measurement Board shall determine, for each Peak Service Period
on each day, the number of Rail Vehicles that are available for such Peak Service
Period and will issue Daily and Monthly Certificates to evidence such
determinations.
After each Peak Service Period, Contractor and Operator shall provide to the
Availability Measurement Board a list of all Rail Vehicles that they agree are
available, a list of all Rail Vehicles that they agree are not available and a list of all
Rail Vehicles for which they disagree as to Availability. Such lists shall be
conclusive as to the Availability of the Rail Vehicles as to which Contractor and
Operator are in agreement. The Availability Measurement Board shall undertake
whatever investigation of the Rail Vehicles is necessary to determine the
Availability of the Rail Vehicles as to which Contractor and Operator are not in
agreement.
4. PENALTIES
The penalties that will be implemented in case of failure of the Contractor to comply with
the Maintenance Specification shall be in accordance to the following table.
All penalties appearing in the following section will be defined as a percentage of the
penalty currently existing in the BLT agreement for train-set availability, which will be
referred to as the Reference Penalty (RP), currently set at US$2000 or Php80,000.00
per car/LRV per peak period.
Note: All trains for revenue operation shall be composed of a 3-car train set.
TRAIN AVAILABILITY / RELIABILITY
Period Revenue Periods Minimum No. of Penalty conditions and
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 138/240
Available Cars Penalty amount
Peak Morning Peak
6:30am to 9:30am
Afternoon Peak
4:30pm to 7:30pm
60 cars / LRVs
per Peak Hour
Computed on a “per Peak
Hour” basis with penalty
applied if Availability is less
than 60 cars (20 trains) for
the first 20 min and for every
20 min, thereafter.
Penalty amount is one-third
(1/3) of Reference Penalty or
Php25,000 per car for the
first 20min and for every 20
minutes thereafter, not
exceeding the Reference
Penalty amount of
Php80,000 per car per peak
period.
Note: All measurements are
on a per 20min period. Any
fraction thereof shall be
computed as a full 20min.
delay.
Weekday
Off-Peak,
Weekends
and
Holidays
Weekday Off-Peak:
5:00am to 6:30am
9:30am to 4:30pm
7:30pm to 11:00pm
Weekends and
Holidays:
5:00am to 11:00pm
As per agreed
number of cars
according to the
Approved
Timetable
Penalty amount is Php20,000
per car for every 20 minutes
Any day Reduction, removal
or sidetracking of
trains (Degraded
Service) due to
failure of system/s
other than the
Rolling Stock. This
shall include all
systems, subsystems
and components of
the Traction Power
Supply, OCS,
Tracks, Signaling
and Permanent Ways
As per agreed
number of cars
according to the
Approved
Timetable
Less than the required
number of cars is operated as
per approved timetable,
which fault is caused by
failure of the related systems
affecting revenue service
(stoppage of operation &
provisional service)
including the Traction Power
Supply, OCS, Tracks,
Signaling and Permanent
Ways
Penalty amount is 50% of
Reference Penalty
(Php40,000) per car per hour
Note: Any fraction of less
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 139/240
than an hour shall be
prorated on a per hour basis.
SERVICE INTERRUPTION
Service Interruption is defined as the stoppage of the revenue service that lasts for more
than three minutes after deducting the current headway from the duration of the
stoppage.
In the event of a Service Interruption, the number of available cars / LRVs shall be
computed on a per revenue hour based on the following formula:
No. of Available LRVs = {N - (d/60) N}
where:
N = Number of cars on the affected hour (based on timetable)
d = delay incurred due to Service Interruption (in minutes)
If the Service Interruption exceeded to the succeeding hour, calculation shall be based
on a per hour basis according to the duration of the Service Interruption of the affected
period.
In case of Service Interruption, the penalty computation below shall be applied.
Penalty = {N – No. of Available LRVs} x Applicable Penalty (in Philippine Peso)
Note:
Penalty amount shall vary depending on the affected period. Peak Period is
Php80,000 per car per hour, Off-peak, Weekends and Holidays is Php40,000
per car per hour
SYSTEM AVAILABILITY/ RELIABILITY
(Indirect Revenue Related)
Component Penalty Conditions
Escalator/ Elevators
Escalator fault for more than 24 hrs during
revenue during revenue periods, per
equipment per day. 5% of base penalty per
day or Php4,000 per day.
Elevator fault for more than 24 hrs during
revenue during revenue periods, per
equipment per day. 5% of base penalty per
day or Php4,000 per day.
5. DEPOT OPERATIONS
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 140/240
Rail Vehicle operation for revenue service, entering and departing the depot for revenue
service and storage of Rail Vehicles in the stabling area shall be the responsibility of the
Operator. Once the Rail Vehicles are taken out of service and made available for
maintenance in the location agreed upon with the Operator, shifting of Rail Vehicles to
different locations within the confines of the yard and maintenance facility for the purpose
of maintenance shall be the responsibility of the Contractor. Likewise, the supervision for
all operations and the depot switch operation shall be the responsibility of the Contractor.
To summarize, the Contractor is responsible for the following:
5.1 DEPOT SUPERVISION
Provide supervision for all duties related to depot activities and all related systems and sub-
systems.
5.2 SHIFTING AND STORAGE OF RAIL VEHICLES
Store and move Rail Vehicles to different locations within the confines of the yard and
maintenance facility.
5.3 PRE-REVENUE SERVICE SAFETY INSPECTIONS/ CERTIFICATION OF
SERVICE
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Pre-revenue
Service Safety
Inspections /
Certification of
Service
Conduct the following safety and pre-revenue
service inspections:
Brake Check
Apply and check all brake systems: disc, service
and emergency.
Lights
Operate and inspect headlights, brake lights,
interior lights and marker lights.
Air Conditioning System
Operate and inspect all air conditioners, fan and
diffusers, including driver‟s cab air conditioning;
inspect for condensation buildup and leaking.
Doors
Check all doors for proper operation and
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 141/240
synchronization including door cycle safety
check, door sensitive edges, signal to driver
buttons and door indicator buttons.
Pantograph
Check the lowering and rising of the pantograph
including manual operation. Visually check the
pantograph structure, rocker arm and carbon
strips.
Public Address System
Verify that it is operable on all LRVs of train
sets. Check the clarity of sound.
Operator’s Phone and Head Set
Verify that it is operable on end to end driver‟s
cab of train sets. Check the clarity of sound.
Driver’s Control
Verify that it is operable on end to end driver‟s
cab of train sets.
Window Check
Check the vent windows for operation,
cleanliness, cracks and seals. Check wire safety
seals on the vent windows.
Interior Inspection
cleanliness (ceiling, floor and side
walls, etc.)
seat and stanchion inspection
door leaf and door window inspection
hand rail and hand straps inspection
Windshield Inspection
Cleanliness
Wiper function
Windshield cleaning solvent
Cracks and/or chips
Safety Indicators
Horn operates
Bell operates
High beam head lights operate
Marker lights operate
Digital diagnostic system
Passenger to operator signals operate
ATP system (with the daily control
on the depot test track)
Couplers
Operational check
Electrical coupler head
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 142/240
Wiring
Manual disconnect
Latching mechanism
Safety and Emergency Equipment
Verify that the air conditioning units, roof
antenna and roof resistors are properly mounted
and secure.
Visual Check of Roof Mounted
Equipment
Visually check all safety and emergency buttons.
Check seal and operational integrity of fire
extinguishers and first aid kits. Monitor
presence of evacuation ladders and the
functionality of emergency lights.
5.4 SECURITY
Checklist:
Indication of “Comply” or “Not Comply” below
Description and list of all embedded and implemented security features and
levels of security of the proposed solution in tabular form.
Item Specification Statement of
Compliance
Security
The Contractor shall provide security services for
the Depot which will be under the supervision of
the Operator. This shall be on a twenty-four hour
basis, year-round. Security services shall include,
without limitation, a security plan for:
manning of the gate houses;
control of access for all people and rail
vehicles;
inspection/frisking of all people and
motor vehicles that enter and exit
depot premises; and,
patrolling of the depot and
maintenance of records of all security
activities.
The Contractor‟s services as for the Security shall
include the conclusions and recommendations
resulting from the Security and Safety study, so
as to constantly preserve the level of
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 143/240
safety/security which will be generated or
restored following this activity
6. MAINTENANCE PRINCIPLES
6.1. Definition of Maintenance (According to European Standard EN 13306
X 60-319)
“Maintenance: Entirety of technical, administrative and managerial actions during
an asset‟s life cycle, intended to keep it or restore it in such a condition that it is
able to fulfill the required function”.
6.2. Objectives
Within the MRT3 system, it can be stated that the two main objectives assigned by
the Owner to the Contractor are:
i. To provide the Operator (DOTC) with trainsets, permanent way,
systems and subsystems for carrying out revenue service, in required
quantity, required operational status, and required level of safety and
comfort.
ii. To preserve the Owner‟s investment in good condition at minimal cost
during its life span while continuously fulfilling (i).
6.3. Basic Principle
From design and construction, the Rolling Stock, permanent way, and all the other
systems and subsystems have a given potential for functioning according to
specified conditions (Performance requirements).
As the system utilization goes along, this potential progressively gets downgraded
due to wear.
The maintenance activities aim to restore the original potential before its fading
generates unavailability or lack of reliability.
As the rate and the effects for this loss of potential is not identical for all
components, several different levels of intervention are defined, with specific
contents and time intervals.
The time interval between two maintenance operations of the same type should be
such as the next operation is carried out before any abnormality due to the fading of
potential occurs.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 144/240
The content of a maintenance operation should be such as the potential downgraded
since the last operation of the same type is fully restored in the next operation of the
same type.
6.4. Practical Enforcement
For reasons of safety, availability, cost, etc…, the carrying out of the maintenance
process shall be formally checked at regular intervals, to continuously allow:
Prevention of appearance of abnormalities due to adapted time intervals.
Actual restoration of the faded potential due to adapted consistencies.
The Maintenance carried out by the Contractor shall be strictly compliant with the
frame of reference. Nevertheless, the content of the Maintenance frame of reference
(Time intervals, content, etc…) is likely to evolve following the carrying out of the
Experience Feedback carried out by the Maintenance Performance Section. To be
noted that the proposals for evolution made by the MPS will become part of the
frame of reference only after formal approval by the Client. Upon approval, all
pertaining documents, manuals, etc…will be modified accordingly so as to become
the new and only valid version of the frame of reference, to which the Maintenance
carried out shall then have to be compliant.
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Practical
Enforcement
The Contractor shall organize the planning of
the Maintenance Operations (preventive,
corrective) and the resulting insertion of trains
to the Main Line in such a way that the monthly
mileage covered by the vehicles will be as
balanced as possible among the whole fleet.
Should the Contractor resort to cannibalization
of major parts due to shortage, prior written
clearance from Client should be sought. A
summary statement about the cannibalization
status should be issued regularly, so as to follow
the evolution of the shortages and to trace the
changes of assignment of the parts (LRV‟s ID
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 145/240
N°).
The Contractor shall not be allowed to put any
commercial banner or any similar item on the
trains and other facility without written
approval/consent from the Client.
6.5. Creation of a Dedicated structure
The Contractor, by the means of a dedicated structure (Maintenance performance
section as defined in §2.11 , also in charge of the activities as proposed in § 1.1.1
“Objectives”, items N,O and P), is in charge of the enforcement of the process
described in the above § („Experience feedback).
This process can result, in case of discovery of anomalies, in proposing solutions to
technical problems by suggesting technical modifications (As per §1.1.1), or
modifications of maintenance rules (Time intervals or content).
6.6. Use of Specialists
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
The evidences of skills and experiences of the technicians, engineers,
managers will be provided by the Contractor prior to the commencement of
its services
Item Specification Statement of
Compliance
Use of
Specialists
All maintenance and repairs to the RS,
permanent way, systems and subsystems shall be
performed by the Contractor‟s trained and
skilled personnel.
6.7. Definition of Maintenance Types
Maintenance task to be performed herein should be based on the approved
Original Manuals and/ or Modifications and any inconsistencies contained
herein, the more stringent conditions shall be applied by the Maintenance
Provider.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 146/240
The Maintenance of the Rolling Stock shall also be done according to the
manuals whose list appears in the Appendixes to the present vol.2, Annex
A, List of Existing Maintenance Manuals. The most applicable and stricter
maintenance procedures shall prevail.
Contractor is also required to design and provide DOTC-MRT3 Official
Logo/ Sticker and the design specifications shall be subjected for approval
of the Client.
Maintenance includes:
Scheduled Maintenance
Unscheduled Maintenance
Special Repairs
6.7.1 SCHEDULED MAINTENANCE
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
6.7. Definition
of Maintenance
Types, 6.7.1.
Scheduled
Maintenance
Scheduled Maintenance consists of routine
tasks which are scheduled and performed at
specified intervals. These tasks include
inspection, repairs, cleaning, lubrication, parts
replacement and servicing.
As a part of Scheduled Maintenance, the
Contractor shall maintain Rail Vehicles,
permanent way, and all other systems and
subsystems, in good and serviceable condition
in compliance with the periods of inspections
and maintenance operations specified in the
manufacturer‟s manuals and/or present
Maintenance Specifications whichever is
possible.
Activities include:
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 147/240
replacement of worn out, out of tolerance and malfunctioning parts
before the end of their service life to avoid a malfunction or
damage to the Rail Vehicle, permanent way , and all other systems
and subsystems;
replacement of worn out, out of tolerance and malfunctioning /
faulty spare parts based on the results of any inspections;
checking (testing), calibration and replacement of instruments,
controlling and safety devices, if necessary, to provide for safe
operation;
cleaning parts, calibration and replacement to maintain them in good
and serviceable condition;
required replacement of lubricants, and greasing of parts;
required to provide the Official DOTC-MRT3 Logo/ Sticker as per
design specifications subject to the approval of the Client.
6.7.2 UNSCHEDULED MAINTENANCE
Faults which appear during service that may affect the safety or reliability of
service are to be corrected, as required. These corrective activities are
called Unscheduled Maintenance.
Corrective repairs and component change outs involve the replacement of
failed components or change out of equipment. Activities include
troubleshooting, repair/replacement of failed equipment and the returning of
equipment to service.
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
6.7. Definition
of Maintenance
Types, 6.7.2.
Unscheduled
Maintenance
In general, Unscheduled Maintenance will be
performed on a unit exchange basis.
Components requiring repair or a more
thorough inspection that cannot be provided
without removing the entire piece of equipment
from service for an extended time will be
replaced by a similar component from stores
inventory that is known to be in working order.
However, if the original component is not
available anymore from the manufacturer, a
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 148/240
replacement component shall be acceptable
provided that it meets the specified
standards/specifications of the original
manufacturers. The removed components will
then be inspected, repaired and returned to
stores inventory as availability of maintenance
personnel permits.
Within its organization for reaching maximum
trainset availability, the Contractor shall deploy
troubleshooting technicians along the main line
(maintenance outposts in stations) in order to
ensure a swift treatment of the main line
breakdowns, until the improvements gained in
reliability will allow abandoning this solution.
6.7.3 EMERGENCY REPAIRS
All emergency disruptions, e. g. derailments, overhead wire disruptions and
accidents of any type, shall be attended to immediately.
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
6.7. Definition
of Maintenance
Types, 6.7.3.
Emergency
Repairs
In the event of a collision, accident or
derailment, the Contractor shall:
assist the Client and the Operator in
identifying the cause of the accident and
recommend measures to prevent recurrence;
assess the feasibility of hauling the damaged
Rail Vehicle to depot.
assist the Client and the Operator in their
intervention providing the technical means, as
required;
After the derailing of a car and prior to its re-
commissioning (except scheduled inspections),
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 149/240
all bogies, wheels and axles, the articulation
sections and drawbar transmission must be
checked and measured and the values as
measured must comply with those as specified.
7. VEHICLE MAINTENANCE
7.1. SCHEDULED MAINTENANCE
The following stages of scheduled maintenance have been specified:
a) Daily Treatment/Care (DT)
Daily Cleaning (DC)
Inspection of Vehicle (IV)
b) Checking Inspection (CI)
c) Major Checking Inspection (MCI)
d) Scheduled Maintenance (SM)
e) Scheduled Repair (SR)
f) General Overhaul (GO)
DT, CI and MCI are considered to be light maintenance, while SM, SR and GO are
considered to be heavy maintenance.
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Vehicle
Maintenance
7.1 Scheduled
Maintenance
Each higher stage of maintenance incorporates
operations of the preceding stages so far as they
have not been substituted by new operations.
Different stages of maintenance shall include
lubricating operations based on the lubrication
scheme as well as special operations (both
scheduled and unscheduled) which have not been
specified and possibly do not fit the specified
maintenance operations.
If the Contractor is able to clearly demonstrate
that the technical condition of a car will allow it
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 150/240
to travel a longer time than specified for different
stages of maintenance and get formal
authorization from the Client, the time periods
referred to below may be extended. At the same
time care must be taken by the DOTC / Operator
to assure that the conditions of maximum car
reliability and service safety including quality
assurance have been met.
Failures and faults due to malfunctioning parts
found through scheduled thorough inspection
must be adjusted and / or repaired, replaced and
tested during the same inspection.
The Maintenance of the Rolling Stock shall also
be done according to the manuals whose list
appears in the Appendixes to the present vol.2,
Annex A, List of Existing Maintenance Manuals.
The most applicable and stricter maintenance
procedures shall prevail.
7.1.1. Daily Treatment / Care (DT) - Refer to Annex A
Once a day
Scope: See hereunder.
7.1.1.1. Daily Cleaning (DC)
(a) Cleaning of the interior of the car including the driver‟s cab
seats, clean dust in the cab, clean headlights, taillights and
trafficators, wash the windows inside the car.
(b) Washing of the car‟s exterior body (every 3 days) or as
necessary.
7.1.1.2. Inspection Vehicle (IV)
(a) Make a visual inspection of the entire car aimed at finding
accidental damage or wear.
(b) Check the operation of controlling and signaling instruments
in the driver‟s cab, repair or replace malfunctioning device.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 151/240
(c) Check the operation of the outside and inside lighting fittings
and lamps as well as that of windshield wipers. Repair or
replace malfunctioning parts.
(d) Check the operation of the whole braking system (disc,
service and emergency). Repair or replace malfunctioning
parts.
(e) Check the correct operation of air-conditioning units and
sealing of windows. Repair or replace malfunctioning
devices / parts.
(f) Check the public address system and the communication
system. Repair or replace malfunctioning devices / parts.
(g) Check the visual aspect and operation of pantograph of the
carbon strip. Replace worn out accessory parts and out of
tolerance carbon strip.
(h) Daily check and add liquid to the windshield washer
reservoir, etc., which have been consumed throughout
service.
(i) Check door control‟s functionality including the signaling
safety system. Calibrate, repair or replace malfunctioning
accessory parts.
(j) Check for the presence of fire extinguisher. Check its
charging indicator. Refill discharged fire extinguisher.
Also, check for first aid kit. Replace, if necessary
(k) Clear and record faults found during the examination as well
as those recorded in the car log book. Conduct functional
testing. Inspect, repair or replace identified defective parts.
7.1.2. Checking Inspection (CI) - Refer to Annex A
Every 3 weeks
Scope: See hereunder.
The checking inspection consists of the inspection of bogies, car bodies and
brake operations.
7.1.2.1. Inspection of Bogies
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 152/240
(a) Examine the suspension and mounting of traction motors and
track brakes. Repair or replace equipment with
abnormalities / defects.
(b) Check the suspended wheels and gearboxes of wheel sets.
Repair or replace wheels and gearboxes with abnormalities /
defects.
(c) Check the entire resilient wheel. Measure the shape of
profile and wheel rim, and check that no flat surfaces have
formed on the wheel. Reprofile or replace wheels with
abnormalities / defects.
(d) When inspecting the gearbox, check the oil level and quality
of oil including presence of iron chips / filings. Add oil as
required, check and adjust the tolerances of conical pinion
bearings. Replace oil and gearbox parts with abnormalities /
defects.
(e) Check mounting of joint shafts, and examine shafts visually.
Replace worn out / defective parts / shafts on joint shaft.
(f) Check the hydraulic shock absorber for any leaks. Repair or
replace shock absorber with abnormalities / defects.
(g) Check mounting and adjustment of the disc brakes, drawbar
transmission and brake valve. Check mounting and
dimensions of brake pads. Check the drawbar and joint with
cable. Lubricate the drawbar pins and cable. Repair or
replace worn out and out of tolerance parts.
(h) Examine the motor bellows and check their mountings. Align and
fix properly. Replace worn out parts.
(i) Check mounting of the torsion brace on the gearbox as well
as the connection between the torsion brace and bogie frame.
Replace defective parts.
(j) Examine mudguards and check their mountings. Replace
worn out mudguards and their mountings.
(k) Check the earthing connections of the wheels and earthing
connections of the car body with bogie. Replace worn out
earthing connections.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 153/240
(l) Lubricate the king pin connecting the car body with bogie.
Replace worn out king pin.
(m) Examine all rubber parts. Replace worn out rubber parts.
(n) Check electrical equipment on the bogies, check insulators of
traction motors and clean drainage holes. Replace accessory
parts and / or the traction motor assembly with abnormalities
/ defects.
(o) Brake valve – additional lubrication of pin. Replace
malfunctioning brake valve.
(p) Track brake – overall cleaning, check-up of height above top
of rail and electrical wiring connections and insulations.
Repair or replace track brake with abnormalities / defects.
(q) Check all sensors. Replace sensors with abnormalities /
defects.
7.1.2.2. Inspection of Car Body
(a) Make an overall examination of the car body – side wall and
ceiling linings, coatings, etc. Repair materials / parts with
abnormalities / defects and dents.
(b) Examine the covers of instrument boxes, static converters
and, choppers mounted in the underframe, sealing and fast-
closing clips and contacts of fitted instruments. Lubricate,
repair or replace covers with abnormalities / defects / dents.
Examine covers/skirts and check the operation of unfolding
covers/skirts. Repair or renew covers / skirts with
abnormalities / defects / dents.
(c) Clean air distributing ducts and spaces inside instrument
spaces by compressed air. Repair or renew clogged ducts.
(d) Clean cartridges of all filters and replace them if required as
per § 7.1.7.1 “Special maintenance performed in different
time frame.” Clean cartridges of all filters.
(e) Examine cover and hinges of battery boxes. Check battery
electrolyte and cleanness. Check voltage and current ratings.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 154/240
Repair / Replace abnormalities / defects on covers / hinges
and replace batteries that reached their life spans.
(f) Clean and visually inspect all visible parts of couplers.
Check the coupler height above top of rail. Lubricate the
coupler moving and operational parts. Check all electrical
connections. Repair or replace accessory parts and / or
coupler assembly with abnormalities / defects.
(g) Check interior car, driver‟s seat, benches, handrails, hand
straps, floor, etc. Replace worn out parts.
(h) Check mounting of pantograph.
(i) Examine the condition of roof carpet. Replace worn out
carpet. Check lightning arrester and replace if below the
required tolerance.
(j) Check air conditioning units. Repair abnormal / defective air
conditioning units.
(k) Check brake resistors and insulators. Replace resistors and
insulators if out of the required tolerance.
(l) Check motor fans and respective slip rings and insulators of
traction motors. Replace accessory parts and motor fan
assembly with abnormalities / defects.
(m) Check operation of windshield wipers. Check condition of
wiper blades. Replace wiper blades and / or wiper assembly
with abnormalities / defects.
(n) Check operation of windshield washer, with respect to free
passage of water jets and breathing hole of reservoir.
Replace malfunctioning parts and its assembly.
(o) Examine mountings of lighting fixtures and operation of the
lighting system. Repair or replace lightings and fixtures with
abnormalities / defects.
(p) Check electrical equipment under the car, check motor fans,
check contactors and relays, limit switches and batteries.
Replace all malfunctioning parts.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 155/240
(q) Check wirings and cablings, terminal boxes, connections,
bell. Replace abnormal / defective parts.
(r) Examine head of couplers. Replace accessory parts and
coupler assembly with abnormalities / defects.
(s) Check electrical equipment inside the car, ATP boxes,
driver‟s panel, hostler panel, fuses, circuit breakers. battery
and high voltage disconnecting switches. Replace abnormal
/ defective parts.
(t) Check operation of doors according to the list of checking
operations. Examine tightening of all screws and retighten if
required. Lubricate door and door frame sealings and add
grease to the guide of driving mechanism. Repair door
accessory parts and / or door assembly with abnormalities /
defects.
(u) Thorough inspection and functional testing of LRV prior to
insertion to revenue services.
Public address and communication system –maintain according to manufacturer‟s
manual and § 8.2.8 Communications. Replace malfunctioning equipment.
7.1.2.3. Inspection of Brake Operation
Check current values for driving and braking and after the car has
started to run, test the operation of all braking systems including
emergency brake push buttons. Troubleshoot, repair or replace
malfunctioning parts during the brake operation test.
7.1.3. Major Checking Inspection (MCI) – Refer to Annex A
Every 2 months
Scope: See hereunder.
The checking inspection consists of the thorough inspection of bogies, car
bodies, brake and ATP operations.
7.1.3.1. Inspection of Bogies
(a) Carry out the same operations as in 7.1.2.1 Checking
Inspection (CI).
(b) Traction motor:
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 156/240
Check the length of brushes and correct contact with
the commutator.
Check the application force of the brushes on the
commutator.
Check the correct adjustment of the brushes holder.
Check the surface quality of the commutator.
Clean any pollution on these elements likely to help
arcing.
Keep a formal traceability and follow-up of the
findings
(c) Lubrication of Bogies: Clean and lubricate the connection of
car body with bogie, joints, groove of cardan shafts, disc
brake mechanisms, leverage of brake valves, track brake
pins, sander pints, arms and hose guides. Replace defective
parts.
(d) Clean the breather/de-aerator, collector box plug and carbon
of current collector. As regards to the current collector,
check the pressure of carbon developed on collecting ring
and discharge the remaining volume of oil released from the
labyrinth seal. Replace defective parts.
(e) Check the condition of gearing/teeth and side tolerance of
gears. At the same time, check tolerances of the pinion
conical bearings. Replace defective parts.
(f) Add grease to axle bearings. Replace contaminated /
solidified grease.
(g) Add specified plastic lubricating material to joint shafts.
Replace lubricating materials if found contaminated and if
condition of the lubricant has deteriorated.
7.1.3.2. Inspection of Car Body
(a) Carry out the same operations as in 7.1.2.2 Checking
Inspection (CI).
(b) Motor Fans: Check length of brushes, commutators and
insulators.
(c) Check static converter. Repair or replace accessory parts
with abnormal operation.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 157/240
(d) Visually check capacitors and chokes.
(e) Lubricate lubricating points. Replace worn out parts on the
lubrication point (grease fittings).
(h) Check the calibration of the pantograph.
(f) Check and adjust pantograph and lightning arrester and
articulation upper section. Check carbon strips throughst,
stranded cables, lead, insulators, lubricate rotating and
sliding parts. Replace out of tolerance and worn out parts.
(g) Check condition and mounting of articulation gangway
bellows. Repair or replace articulation gangway bellows /
mountings with abnormalities / defects.
(h) Check all doors and door mechanisms. Check cover of door
mechanism box, clean covers, check condition and mounting
of upper and lower bearings of door leaves, check main and
auxiliary arms, complete door mechanisms, adjust limit
switches, check and adjust tightness of door leaves, adjust
door mechanisms and grease the same. Replace defective
parts.
(i) Check articulation section. Blocks in the center of
articulation part shall be dismantled partly, clean the
turntable surface, remove fallen items, vacuum clean dust.
Check the condition of the articulation section, balancing
device, terminal boards, cables, connectors. Lubricate
sliding plate of turn-table. Replace defective parts.
Reassemble Blocks.
(j) Check mounting of the car inside walls, ceiling, floor,
holding bars/stanchions, seats and other inside outfitting.
Replace defective parts.
(k) Dismantle covers under the controlling panel in the driver‟s
cab and clean dust and dirt from the spaces. Thoroughly
clean dust and dirt on other driving cab areas.
(l) Thoroughly inspect the driving cab, and repair/replace all
defective equipments (Driver‟s comfort and driving
accessories).
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 158/240
(m) Thoroughly test all driving cab functions. Restore the full
functionality of defaced/disturbed mechanisms or functions.
(n) Thoroughly inspect and restore appropriate functioning of
the driver‟s air conditioned installation.
(o) Lubricate friction points of driver‟s seat and locking
mechanism by oil. Lubricate holes in connecting pipes by
oil. Fully restore the driver‟s seat functions and
characteristics.
(p) Public address and communication system –maintain
according to manufacturer‟s manual and § 8.2.8
Communications. Replace malfunctioning equipment.
7.1.3.3. Thorough Inspection of Brake and ATP Operation
(a) Carry out the same operations as in 7.1.2.3 Checking
Inspection (CI).
(b) Inspection of the ATP system on Board (including the
antennas and tachometers as described in the signaling
system document). Repairs as per general conditions
indicated in the Signalling Section, paragraph 8.2.7.
7.1.4. Scheduled Maintenance (SM) – Refer to Annex A
Every 6 months
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
The succession of SM would in this case be as follows:
1st SM (6 months): No systematic bogies replacement and systematic repair
of the dismantled bogies.
2nd
SM (1 year): Systematic replacement of bogies and repair of dismantled
bogies, as per current practices (which are the same as the ones as per
constructor‟s recommendations).
3rd
SM (1,5 years) / Same as 1st SM, No systematic bogies replacement and
systematic repair of the dismantled bogies.
After 2 years, carrying out of upper level, SR (Minor overhaul).
Scope: See hereunder
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 159/240
Item Specification Statement of
Compliance
7.1.4.
Scheduled
Maintenance
(SM)
The systematic replacement of all bogies, and
repair of the dismantled bogies at a standstill, are
proposed to be carried out only every other SM.
On SMs number 1 and 3, the inspection is carried
out with bogie in place. The content of inspection
basically remains the same, only the operating
mode is changed (inspection without dismantling
the bogie from the body, which allows to get rid
of the operations specifically linked to the
removal/reinstallation of the bogies).
This operating mode allows reaching a global
decrease of the maintenance workload through a
more efficient distribution of the same tasks.
7.1.4.1. Scheduled Maintenance at 6 months and 18 months
7.1.4.1.1. Maintenance of Bogies
(a) Thorough inspection of the bogie as per MCI
content.
(b) Traction motor
Cleaning, measuring of insulation.
Check the length of brushes and correct
contact with the commutator.
Check the application force of the brushes on
the commutator.
Check the correct adjustment of the brushes
holder.
Check the surface quality of the commutator.
Clean any pollution on these elements, likely
to help arcing.
Keep a formal traceability and follow-up of
the findings.
(c) Inspect the hydraulic shock absorber. Replace
defective shock absorber.
(d) Replace defective brake valve.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 160/240
(e) Track brake – wear measuring, insulation state
and measuring the coil. Repair / replace defective
parts and / or track brake assembly.
(f) Check all sensors. Replace defective sensors.
(g) Check the ATP equipment. Replace defective
ATP equipment.
(h) Check the condition of disc brake wear, brake
pads and brake caliper, operation of brake
mechanism and tolerance appearing in its
guiding. Lubricate entire disc brake mechanism.
Replace worn out and malfunctioning parts
(i) Thoroughly lubricate points provided with
lubricating nipples. Replace worn out lubricating
points part.
7.1.4.1.2. Maintenance of Car Body
(a) Thorough inspection of the car body as per MCI
content.
(b) Examine the condition of car body and
underframe.
(c) Inspect mounting of all boxes in the car, remove
all covers, clean and blow out dust from all
spaces. Check the seals and fast-closing clips
and hinges, and lubricate the latter by oil as
required. Replace worn out parts.
(d) Examine the condition of the entire transition
gangway, check its mounting and sealing and
repair / replace possible defects. Grease sliding
areas of bellows. Examine electric connections
in bellows. Repair / Replace loose electrical
connections.
(e) Clean the cooling air distribution duct leading to
choppers, and replace filter cartridges.
(f) Check mounting of skirts and operation of
unfolding skirts, and lubricate hinges by oil.
Repair /replace damaged skirts and hinges.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 161/240
(g) Check mounting of the battery box, hinges,
clamps and inside painting. Repair and renew
the box inside coating as required. Lubricate the
pins of hinges, locks and wheels by oil or grease.
Spray plastic strips with silicon oil. Replace
damaged hinges, clamps and locks.
(h) Check mounting of side wall and ceiling and
floor cover strips. Repair and replace damaged
floor cover strips.
(i) Check mounting of bulkhead of the driver‟s cab
as well as its doors, desks, covers, panels and
hinges and closures. Lubricate hinges, closures
and bulkhead door lock. Replace damaged parts.
(j) Check and lubricate the hinge and closure of the
hostler. Replace damaged hinge and closure of
hostler.
(k) Check mounting and operation of the driver‟s
seat. Lubricate all locking devices and friction
points of the lever and adjusting screw.
Lubricate sliding surfaces of pedestal. Replace
damaged parts.
(l) Check that the windows fit in the side wall
apertures, condition the rubber seal as well as
adjust window tightness. Check for water
penetration in windows and renew or repair
binding. Clean discharge grooves in window
frames. Replace worn out rubber seal.
(m) Check that all screws of doors are tightened and
retighten as required. Lubricate sealing of doors
and portal and driving mechanism guide. Check
function, synchronization and tightening of
doors. Replace worn out screws and driving
mechanism parts.
(n) Check benches, their mounting and mounting of
bench frames onto the side wall and floor.
Tighten loosened screws. Replace defective
parts.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 162/240
(o) Check mounting of stanchions, railings, cover,
hinges, etc. Replace defective parts.
(p) Make overall examination of the front blind
screen (information board) and sunshade.
Lubricate door hinges. Replace defective front
blind screen and sunshade.
(q) Check mounting of the battery isolator housing,
its cover as well as its closure operation.
Lubricate the hinges and closure. Replace
defective parts.
(r) Check windshield wipers, their operation and
mounting. Replace worn out collecting strips
and malfunctioning windshield wiper assembly.
(s) Check the entire mechanism of windshield
washer and operation thereof. Clean jet holes,
rinse reservoir and refill the liquid. Replace
malfunctioning parts.
(t) Check mounting of all lighting fixtures and
operation of lights. Adjust headlamps. Replace
defective lights, lighting fixtures and accessory
parts.
(u) Inspect rubber springs of coupler drawbar and
lubricant filling of adjustable screw bed.
Lubricate the springing member with graphite
grease. Replace worn out parts and / or coupler
assembly.
(v) Check pantograph and lightning arrester,
mounting of carbon strip, head, check electric
and mechanic propulsion, electric connecting and
insulators. Measure state of insulation and
throughst curves. Replace defective parts.
(w) Maintenance of air conditioning units-are to be
done according to the manufacturer‟s manual.
Replace defective parts.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 163/240
(x) Check brake resistors, electric connection,
insulators and sensors. Replace defective parts.
(y) Motor fans – clean, measure insulation, axle run-
out of commutator, carbon brushes length,
insulators condition, check fans. Replace worn
out parts and / or motor fan assembly.
(z) Public address and communication system –
maintain according to manufacturer‟s manual
and § 8.2.8 Communications. Replace
malfunctioning equipment.
(aa) Lighting – check and replace busted tubes and
faulty bases.
(bb) Examine function and state of push buttons,
public address and communication systems, hand
controller, driver‟s panel, hostler panel, devices
in distributors, chopper regulators, condensers
and coils. Replace malfunctioning equipment
and its components.
(cc) Check function and state of disconnecting
switches (low and high voltage). Replace
defective disconnecting switches.
(dd) Check and adjust electrical / electronic
parameters of choppers. Replace defective
components.
(ee) Check and adjust static converters. Replace
defective components.
(ff) Check and adjust electrical / electronic
parameters of all devices inside boxes. Replace
defective components.
(gg) Check terminal boxes. Replace deteriorated
boxes.
(hh) Check contacts and inlet cables of couplers if
functioning. Replace defective contacts and inlet
cables of couplers.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 164/240
(ii) Check state of cabling and sealing of bushings.
Seal the bushing properly.
(jj) Replace defective chopper fans.
(kk) Check the electrolyte level of batteries. Check
voltage and current ratings. Replace defective
batteries.
(ll) Check the bell commutator and carbon brushes.
Replace defective bell.
(mm) Measure insulation of low and high voltage
circuits. Replace deteriorated insulation.
7.1.4.2. Scheduled Maintenance at 12 months
7.1.4.2.1. Maintenance of Bogies
(a) Change bogies without disconnecting car sections.
Dismantle the suspension shock absorbers and bolster
conducting, disconnect all electric cables, lift the car
body, check the bolster and replace traction bogies by
newly/repaired traction bogies without bolster.
Reassemble bogies with car body.
(b) Maintain dismantled bogies. After dismantling the
bogie (prior to washing), check the insulating
condition of electric equipment, replace the
deteriorated insulation and then carefully wash and
clean the bogie.
(c) Dismantle the wheelset with suspended wheels as
required and according to its wear, and gearbox,
shafts, bolster suspension, disc and track brakes,
mudguards. Make defectoscopic inspection of the
axle and decide on its possible further use, depending
on the condition of pins for pressing on suspended
wheels. When reassembling, carefully adjust the
matching and tolerance of gears as per SR.
(d) Inspect bogie frame for cracks or other damage as
well as half-frame articulated connection. Repair /
Replace the damaged bogie frame parts.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 165/240
(e) As regards wheelset, check the condition of swinging
arms and locking of bearing box covers, suspended
wheels and gearbox. Check axle bearings while
rotating the axle. Replace worn out and defective
parts.
(f) Check suspended wheel and its parts. Examine the
wheel profile shape, its wear and diameters of
contracting circles in view of maximum allowed wear
of wheels. Depending on wear, renew its profile or
replace wheel with tyre.
(g) After discharging oil, dismantle the pinion with its
mounting base. Inspect the condition of pinion and
plate wheel gearing, seal and pinion bearings. Adjust
tolerance of gears and bearings after reassembling the
gearbox. Check the condition of current collector and
collecting ring. Replace worn-out parts.
(h) Replace worn out cardan shafts.
(i) Inspect the bolster suspension, conducting and stops
and hydraulic shock absorbers. Replace worn out
bolster suspension and defective shock absorbers.
(j) Replace defective brake valve.
(k) Traction motor – cleaning, measuring of insulation,
axle run-out of commutators, carbon brushes length,
insulators condition. Replace worn out and defective
parts and / or traction motor assembly.
Check the length of brushes and correct contact
with the commutator.
Check the application force of the brushes on the
commutator.
Check the correct adjustment of the brushes
holder.
Check the surface quality of the commutator.
Clean any pollution on these elements, likely to
help arcing.
Keep a formal traceability and follow-up of the
findings.
Perform systematic check of the commutator‟s
geometric condition axle run-out and systematic
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 166/240
reprofiling to restore the geometric condition as
soon as the defaults exceed critical values
(l) Track brake – wear measuring, insulation state and
measuring the coil. Repair / replace defective parts
and / or track brake assembly.
(m) Check all sensors. Replace defective sensors.
(n) Check the ATP equipment. Replace defective ATP
equipment.
(o) Check the condition of disc brake wear, brake pads
and brake caliper, operation of brake mechanism and
tolerance appearing in its guiding. Lubricate entire
disc brake. Replace worn out and malfunctioning
parts and / or disc brake assembly.
(p) Inspect motor bellows, and add plastic lubricant in
space between drawbar bushes. Replace worn out
motor bellows.
(q) Thoroughly lubricate points provided with lubricating
nipples. Replace worn out lubricating points parts
(grease fittings).
(r) Check other dismantled parts: mudguards, mountings,
etc. Replace damaged / worn out parts.
(s) Thoroughly inspect all rubber parts. Replace worn
out rubber parts.
(t) Clean / check the motor cooling ventilation system.
Replace malfunctioning motor.
(u) Check and adjust the wheel alignment.
(v) Restore worn out bogie painting.
7.1.4.2.2. Maintenance of Car Body
(a) Thorough inspection of the bogie as per MCI
content.
(b) Examine the condition of car body and underframe.
Repair damaged car body and underframe section.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 167/240
(c) Inspect mounting of all boxes in the car, remove all
covers, clean and blow out dust from all spaces.
Check the seals and fast-closing clips and hinges, and
lubricate the latter by oil as required. Repair/replace
worn out parts.
(d) Examine the condition of the entire transition
gangway, check its mounting and sealing and repair /
replace possible defects. Grease sliding areas of
bellows. Examine electric connections in bellows.
Repair / replace loose electrical connections.
(e) Clean the cooling air distribution duct leading to
choppers, and replace filter cartridges.
(f) Check mounting of skirts and operation of unfolding
skirts, and lubricate hinges by oil. Repair or replace
damaged skirts and hinges.
(g) Check mounting of the battery box, hinges, clamps
and inside painting. Repair and renew the box inside
coating as required. Lubricate the pins of hinges,
locks and wheels by oil or grease. Spray plastic strips
with silicon oil. Repair/replace damaged hinges,
clamps and locks.
(h) Check mounting of side wall, ceiling and floor cover
strips. Repair or replace damaged floor cover strips.
(i) Check mounting of bulkhead of the driver‟s cab as
well as its doors, desks, covers, panels and hinges and
closures. Lubricate hinges, closures and bulkhead
door lock. Repair/replace damaged parts.
(j) Check and lubricate the hinge and closure of the
hostler. Replace damaged hinge and closure of
hostler.
(k) Check mounting and operation of the driver‟s seat.
Lubricate all locking devices and friction points of
the lever and adjusting screw. Lubricate sliding
surfaces of pedestal. Repair/replace damaged parts.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 168/240
(l) Check fitting of window in the side wall apertures,
check condition of rubber seal as well as window
tightness. Check for water penetration in windows
and renew or repair binding. Clean discharge
grooves in window frames. Replace worn out rubber
seal.
(m) Check tightening of all screws of doors and retighten
as required. Lubricate sealing of doors and portal and
driving mechanism guide. Check function and
synchronization and tightening of doors. Replace
worn out screws and driving mechanism parts.
(n) Check benches, their mounting and mounting of
bench frames onto the side wall and floor. Tighten
loosened screws. Repair/replace defective parts.
(o) Check mounting of stanchions, railings, cover,
hinges, etc. Repair/replace defective parts.
(p) Make overall examination of the front blind screen
(information board) and sun shade. Lubricate door
hinges. Repair/replace defective front blind screen
and sun shade.
(q) Check mounting of the battery isolator housing and
its cover and operation of closure. Lubricate the
hinges and closure. Repair/replace defective parts.
(r) Check windshield wipers, their operation and
mounting. Replace worn out collecting strips and
repair/replace malfunctioning windshield wiper
assembly.
(s) Check the entire mechanism of windshield washer
and operation thereof. Clean jet holes, rinse reservoir
and refill the liquid. Replace malfunctioning parts.
(t) Check mounting of all lighting fixtures and operation
of lights. Adjust headlamps. Replace defective
lights, lighting fixtures and accessory parts.
(u) Inspect rubber springs of coupler drawbar and
lubricant filling of adjustable screw bed. Lubricate
the springing member by graphite grease. Replace
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 169/240
worn out parts and / or repair/replace coupler
assembly.
(v) Check pantograph and lightning arrester, mounting of
carbon strip, head, check electric and mechanic
propulsion, electric connecting and insulators.
Measure state of insulation and throughst curves.
Repair/replace defective parts.
(w) Maintenance of air conditioning units are to be done
according to the manufacturer‟s manual.
Repair/replace defective parts.
(x) Check brake resistors, electric connection, insulators
and sensors. Replace defective parts.
(y) Motors fans – clean, measure insulation, axle run-out
of commutator, carbon brushes length, insulators
condition, check fans. Replace worn out parts and /
or motor fan assembly.
(z) Lighting – check and replace busted tubes and faulty
bases.
(aa) Public address and communication system –maintain
according to manufacturer‟s manual and § 8.2.8
Communications. Replace malfunctioning
equipment.
(bb) Examine function and state of push buttons, public
address and communication systems, hand controller,
driver‟s panel, hostler panel, devices in distributors,
chopper regulators, condensers and coils. Replace
malfunctioning equipment and its components.
(cc) Check function and state of disconnecting switches
(low and high voltage). Replace defective
disconnecting switches.
(dd) Check and adjust electrical / electronic parameters of
choppers. Replace defective components.
(ee) Check and adjust static converter. Replace defective
components.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 170/240
(ff) Check and adjust electrical / electronic parameters of
all devices inside boxes. Replace defective
components.
(gg) Check terminal boxes. Replace deteriorated boxes.
(hh) Check contacts and inlet cables of couplers if
functioning. Replace defective contacts and inlet
cables of couplers.
(ii) Check state of cabling and sealing of bushings. Seal
the bushing properly.
(jj) Replace defective chopper fans.
(kk) Check the electrolyte level of batteries. Check
voltage and current ratings. Replace defective
batteries.
(ll) Check the bell commutator and carbon brushes.
Replace defective bell.
(mm) Measure insulation of low and high voltage circuits.
Replace deteriorated insulation.
7.1.4.2.3. Trial Run after Scheduled Maintenance at 12
months
Perform a trial run with measuring instruments fitted on car.
(a) Check connecting contactors and relay by low voltage.
Repair or replace defective connecting contactors and relay.
(b) Check current values for driving and braking and check their
steadiness.
(c) Test the operation of all brakes as well as that of emergency
brake push buttons. Replace defective components.
(d) Adjust slip/spin protection devices. Replace defective
slip/spin protection devices.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 171/240
(e) Follow up the operation of gearboxes on bogies, as well as
their tightness and temperature. Replace defective parts and /
or gearbox assembly.
(f) Test the operation and adjustment of doors depending on
interlocking of start up, controlling of points and pulling
down of pantograph. Replace defective parts.
(g) Test the operation and adjust air conditioning units. Replace
malfunctioning air conditioning units.
(h) Check and adjust public address and communication
equipment.
(i) Make technical and safety (braking) tests; including ATP,
results in a certificate recording the test results.
If the car is operated in multiple control (in a trainset), the trial run is to be
performed accordingly.
7.1.5. Scheduled Repair (SR) – Refer to Annex A
Scope :See hereunder
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
7.1.5
Scheduled
Repair (SR)
Every 2 years (For the duration of this
Contract, 2-Year SR shall be in accordance
to the previous Maintenance Schedule
It consists of the thorough maintenance of bogies, car bodies and the trial
run.
7.1.5.1. Minor Overhaul of Bogies
(a) Dismantle car into car sections, disconnect bogies from car
sections and install accommodation bogies. After
dismantling bogies, continue with the dismantling of the
main components of the bogie. Depending on their condition
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 172/240
and wear, further dismantle the different components into
separate parts.
(b) Replace all unsatisfactory rubber parts of bogie.
(c) Carefully examine suspended wheels, gearbox and other
parts. If the suspended wheels have to be replaced, the
gearbox shall also be dismantled into parts, as well as axle
bearings and spring bushes. If such dismantling is not
necessary, the inspection shall be made within a scope of
SM. Refill axle bearing with new plastic lubricant.
(d) Carefully inspect all parts of the suspended wheel. Replace
worn out parts.
(e) Inspect gearboxes within the scope of SM. Stress importance
on the condition of gears and axle bearings. If necessary,
dismantle and inspect the entire gearbox followed by detailed
inspection of separate parts (gears, bearings, seals, etc.). If
during the bogie inspection there is a need to replace
suspended wheels, always dismantle the gearbox. When
inspecting, cut off extended edges of gearings (teeth) with a
light file. When reassembling, assemble the gearbox and
adjust the proper matching and tolerance of gears and
bearing tolerances. Perform sealing and connecting of
contact surfaces of dividing planes. Replace all worn out
parts during reassembly. Make defectoscopic inspection of
the axle and decide on its possible further use, depending on
the condition of pins for pressing on suspended wheels.
When reassembling, carefully adjust the matching and
tolerance of gears as per SR.
(f) Dismantle the joint shaft and replace worn complete cross
joints. Perform dynamic balancing and lubricate the shaft. If
found in bad condition, the shaft must be replaced with a new
one.
(g) Replace worn steel sheets of bolster. Dismantle bolster
suspension. Inspect steel springs and rubber parts.
(h) Replace oil volume and sealing rings of the hydraulic shock
absorber.
(i) Dismantle and inspect the entire disc brake. When
reassembling, clean all parts and lubricate. If required, turn
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 173/240
and balance the disc brakes. Dismantle, inspect and repair /
replace brake pads, brakes valves, emergency brake valves,
emergency valves and brake calipers as necessary and as
defined by the vehicle manufacturer.
(j) Dismantle the entire bellows of motor and inspect it.
Replace the drawbar rubber spring as required. Fill the space
between drawbar bushes with plastic lubricant.
(k) Replace unsatisfactory rubber plates of connection between
the torsion brace and bogie frame.
(l) Inspect the conical bush, ring, bolster bush and felt cartridges
of car bottom connection with bogie, within a scope of SM
and replace as required.
(m) Check and adjust all sensors. Replace defective sensors.
(n) Inspect, and if required, replace the bogie electric cabling.
(o) When reassembling the bogie, ensure maintaining of all the
conditions as with new bogies. Replace all worn out and
parts which are out of tolerance.
(p) Repair / Restore bogie painting.
(q) Replace brake valve. Dismantle, clean and repair the
original (initial) brake valve if required. Change the
housings, pins and coil.
(r) Replace traction motor – on the ground of diagnostics,
dismantle, clean and repair the original (initial) traction
motor if required. Turn and groove commutator, carry out
dynamic balancing and change bearings, perform required
electrical tests, etc.
(s) Replace track brake – on the ground of diagnostics,
dismantle, clean and repair initial track brake. If required,
change coil, repair hinges.
(t) Replace malfunctioning / defective sensors.
(u) Check / Replace malfunctioning / defective ATP equipment.
7.1.5.2. Maintenance of Car Body
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 174/240
(a) Inspect the overall condition of bottom and skirt. Clean dust
and dirt from the cable duct (after removing covers) as well
as air ducts. Check the cable outlets brought out from the
cable duct and if required, seal them by elastic binder.
Repair or renew the bottom coating.
(b) Inspect the condition of boxes mounted on the bottom.
Repair or renew coatings.
(c) Check the condition of the battery box and repair or renew its
interior and exterior coatings.
(d) Thoroughly check and wash the inside and outside of car
body. Dismantle unfolding covers of the floor and check
their mounting as well as cable duct. Replace damaged parts.
(e) Dismantle couplers, clean them and ascertain the condition
of wear, inspect their adjustment and operation. Replace
damaged and worn parts.
(f) Dismantle covers under the controlling panel in the driver‟s
cab and clean dust and dirt from the spaces. After cleaning
and washing the driver‟s cab, repair or renew coatings.
(g) Thoroughly inspect the driving cab, and repair/replace all
defective equipments (Driver‟s comfort and driving
accessories).
(h) Thoroughly test all driving cab functions. Restore the full
functionality of defaced/disturbed mechanisms or functions.
(i) Thoroughly inspect and restore appropriate functioning of
the driver‟s air conditioned installation.
(j) Lubricate friction points of driver‟s seat and locking
mechanism by oil. Lubricate holes in connecting pipes by
oil. Dismantle and inspect the driver‟s seat. Fully restore the
driver‟s seat functions and characteristics, repair or renew
painting and saddlery.
(k) Clean visible surfaces of the window frames and perform
other operations as in case of SM.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 175/240
(l) Dismantle and repair benches in the passenger compartment
or renew frame painting.
(m) Dismantle the front screen (information board) and sun shade
as required. Otherwise, perform operations as within a scope
of SM. Replace defective front screen and sun shade.
(n) Dismantle isolator housing and repair or renew its coating.
(o) Clean all aluminum parts. Repair or renew the inside and
outside car body coatings and renew the protective spray of
hollow spaces in the car side wall.
(p) Inspect all assemblies and parts which have not been
dismantled from car and repair / replace all damages, defects
or deficiencies. Check the operation of all parts and lubricate
all moving and operational parts.
(q) Change the pantograph, and on the ground of diagnostics,
dismantle, clean and repair the initial one. If required,
replace the worn out parts, bearings, electric propulsion, etc.
(r) Air conditioning – repair according to the manufacturer‟s
instruction. Replace defective air conditioning units.
(s) Clean and measure insulators. Replace damaged insulators.
(t) Dismantle and check the function of the lightning arrester.
Replace damaged lightning arrester.
(u) Brake resistors – on the ground of diagnostics, carry out
maintenance as in SM or dismantle and repair in shop.
(v) Lighting – on the ground of diagnostics, carry out
maintenance as in SM or dismantle and repair in shop.
(w) Controllers in passenger compartments – same as in SM.
(x) Public address and communication system – dismantle and
maintain according to manufacturer‟s manual and § 8.2.8
Communications. Replace malfunctioning equipment.
(y) Check and test antenna. Replace defective antenna.
(z) Hand controller – dismantle and repair in shop.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 176/240
(aa) Distributor devices – dismantle and repair in shop.
(bb) Low and high voltage disconnector – dismantle and repair /
replace in shop.
(cc) Chopper regulators – dismantle and repair in shop.
(dd) Doors – change the door mechanism, repair in shop. Replace
all microswitches.
(ee) Condensers and coils – check state, mechanical and electrical
connections. Replace damaged parts.
(ff) Contactor boxes, choppers and chopper fans, static
converters, couplers, bells – Replace or repair in shop.
(gg) High voltage terminal boxes – disconnect, clean and
reconnect. Replace damaged boxes.
(hh) Low voltage terminal boxes – disconnect, clean and
reconnect. Replace damaged parts.
(ii) Cables – maintenance is the same as in SM.
(jj) Replace batteries and electrolyte and connect the two battery
sections.
(kk) Measure insulation of low and high voltage circuits. Replace
deteriorated insulation.
7.1.5.3. Trial Run
Perform the trial run with measuring instruments fitted on the car.
(a) Check schedule of connecting contactors and relays by low
voltage. Repair or replace loose connecting contactors and
relays.
(b) Adjust current values of driving and braking and check their
steadiness. Replace malfunctioning components.
(c) Test the operation of all brakes and emergency brake push
buttons. Replace malfunctioning components.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 177/240
(d) Adjust slip/spin protection devices. Replace defective slip /
spin protection devices.
(e) Follow up the operation of gearboxes on bogies, as well as
their tightness and temperature. Replace defective parts.
(f) Test the operation and adjustment of doors depending on
interlocking of start up, controlling of points and pulling
down of pantograph. Replace malfunctioning parts.
(g) Test the operation of traction motors and chopper cooling
systems. Replace malfunctioning traction motors and
chopper cooling system.
(h) Check and adjust public address and communication
equipment. Replace malfunctioning equipment.
(i) Test the operation and adjustment of air conditioning units.
Replace malfunctioning air conditioning units.
(j) Perform technical and safety (braking) tests, resulting in a
certificate recording the testing results.
If the car is operated in multiple control (train set consisting of 3 to 4 cars),
the trial run shall be performed accordingly.
7.1.6. General Overhaul (GO) – Refurbish (Refer to CKD
Maintenance Manual)
Scope: See hereunder
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
General
Overhaul
(GO)
Every 8 years (For the duration of this
Contract, GO shall be completed in 2016)
For the duration of this Contract, General
Overhauling are allowed. Overhauling
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 178/240
provision shall be applied once renewed for
another one year or more at the sole
discretion of the DOTC.
General Overhaul shall be accomplished in
accordance to the maintenance records of each
LRV. The Contractor shall submit in its Bid the
total number of LRVs to undergo General
Overhaul, schedule / timeline, procedure and
detailed activities to be performed in accordance
to this Terms of Reference.
General Overhaul consists of the general overhaul
of bogies, car bodies and the trial run.
The GO will comprise at minimum the content of
the SR (Scheduled repair), supplemented below:
7.1.6.1. General Overhaul of Bogies
(a) Completely dismantle the bogie, carefully check and repair
damaged parts within the scope of SR, but subject to a higher
extent of replacement of spare parts, especially with respect
to gearboxes, joint shafts and disc brakes.
(b) Wash all dismantled parts thoroughly.
(c) Sandblast selected items, if required.
(d) Dismantle wheelsets, remove resilient wheels, dismantle
gearbox, torsion brace, axle bearings and bearing boxes, and
inspect all parts. If required, replace axle bearings.
(e) Replace the entire wheel or its worn parts depending on the
condition of the suspended wheel.
(f) Dismantle the entire gearbox and after pulling off suspended
wheel, remove the axle and axle bearings, gears, all bearing
and seals and, as required, replace the tachoalternator and
sender drives. Replace all worn out, out of tolerance and
damaged parts. Make defectoscopic inspection of the axle
and decide on its possible further use, depending on the
condition of pins for pressing on suspended wheels. When
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 179/240
reassembling, carefully adjust the matching and tolerance of
gears as per SR.
(g) Replace cardan shaft.
(h) Replace all rubber parts.
(i) Replace all bogie bushing
(j) Perform the defectoscopy tests of all carrier parts and their
welds.
(k) Replace / repair all worn out parts.
(l) Inspect the overall connection of car body with bogie.
(m) Replace the cabling.
(n) Replace traction motor and suspension, and brake valve, by
overhauled.
(o) Overhaul track brake, dismantle, replace worn out parts,
perform sandblasting and repainting.
(p) Renew bogie painting.
7.1.6.2. General Overhaul of Car Body
(a) Dismantle all units and parts of the inside and outside
outfitting which may be dismantled as well as the equipment
up to a stage of primary car construction (i.e. including boxes
mounted under the car, pantograph, couplers, floors, side
wall and ceiling insulation, windows, doors, etc.)
(b) After dismantling, perform complete sandblasting of car
body and all dismantled equipment. Non-sandblasting parts
must be protected against damage. Thoroughly clean
residual abrasive materials after sandblasting.
(c) After the above dismantling procedure, carefully inspect the
car body and underframe for any cracks or other
deformations and damage. Perform the defectoscopy tests of
all carrier parts and their welds.
(d) Repair all faults and defects not only of the car body and
bottom frame but also with respect to the dismantled inside
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 180/240
and outside parts and outfitting. Replace all rubber parts,
worn-out and out of tolerance mechanical parts.
(e) Make new outside and inside coatings, include antivibration
layer. Coat flooring board and replace rubber coverings.
(f) Respray hollow spaces of car side walls and complete the
car.
(g) After completion of the car, test the operation of all parts and
equipment and lubricate all sliding surfaces and operational
parts. Replace malfunctioning parts and equipment.
(h) Pantograph – Overhaul or replace by overhauled pantograph
(i) Repair the air conditioning units according to manufacturer‟s
instructions. Replace malfunctioning air conditioning units
and its control and protective devices.
(j) Clean, measure and test dismantled insulators. Replace
deteriorated insulators.
(k) Clean, brush and repair /replace brake resistors.
(l) Check antenna. Replace, if defective.
(m) Equipment (choppers, contactor boxes, static converters) –
perform the same procedures as in SR and re-painting.
(n) Change all controllers (push buttons, all kinds of switches,
relays, contactors, etc.)
(o) Replace the inlet cable to antenna.
(p) Replace EPROM, seal the door, seal door frame and change
bowdens. Replace all the ball joints on the supporting arm
and drawbar of door mechanism, friction and roller bearings.
(q) Check and repair cabling including marking the cables.
(r) Repair dismantled coils and condensers, measure and test
them.
(s) Systematic replacement of batteries.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 181/240
(t) Coupler- Overhaul or replace by overhauled coupler
(u) Check and repair the remaining parts in the shop and repaint.
7.1.6.3. Trial Run
Perform the test run with measuring instruments fitted on board.
Testing and inspection are identical with those of SR.
7.1.7. Special Maintenance Performed in Different Time Frame
7.1.7.1. Clean cartridges of all filters after every 1,500 km.
The period may be adjusted to take into account dust volume and
experience resulting from service to accord with results of operation.
7.1.7.2. Maintenance of a car after SM, SR and GO
(a) After running the first 200 to 500 km, check and tighten the
end nut of pinion, as required. Check the condition of
gearing and check and adjust the lateral tolerances of gears
and those of pinion conical bearings as required. Check the
tightness of discharging and filling plugs and dividing
planes.
(b) At first CI, check and tighten as required all screws of bogie,
especially in respect of a new gearbox and those gearboxes
which have been dismantled during SM, SR and GO
(c) Replace gearbox oil (1st replacement ). In case of new
gearboxes or those after general overhaul, check and as
required, tighten the pinion end nut.
(d) Reprofiling of wheels – At each SM inspection, the wheel
profile will be tested (gauge provided by vehicle
manufacturer) and inspected for flat spots, thermo cracks,
scalloping and wheel flange and thread wear. If required,
machine wheels to specified profile using under-floor lathe,
otherwise replace the wheel if it exceeds the minimum
diameter tolerable limit.
(e) Traction Motor – Armature that reaches One Million
kilometer-run (1,000,000km-run) should be rewinded
regardless of insulation resistance reading. Commutator
diameter below 172mm (minimum) should be replaced with
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 182/240
a new one. Commutator diameter above minimum should
undergo machining.
7.2. UNSCHEDULED MAINTENANCE
Faults which appear during service that may affect the safety or reliability of
service are to be corrected, as required. These corrective activities are called
Unscheduled Maintenance.
If a fault is in such a nature that the car may not continue operating safely, the
Client‟s authorized personnel and Operator with the Maintenance provider‟s
assistance shall decide on whether to remove the car from service.
Circumstances which may require removal of a car from operation are:
events which either actually or potentially create danger to persons;
events which either actually or potentially create danger to
continuous operation of any system or part of the System;
events which either actually or potentially create danger to the
environment (EMC, stray currents, etc.);
risks or potential risks resulting from Owner‟s or the Operator‟s
putting such car into operation.
Events which notably degrade the passengers‟ comfort
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
7.2
Unscheduled
Maintenance
Corrective repairs and component change outs
involve the replacement of failed components or
change out of equipment. Activities include
troubleshooting, repair/replacement of failed
equipment and the returning of equipment to
service. In general, Unscheduled Maintenance
will be performed on a unit exchange basis.
Components requiring repair or a more thorough
inspection than can be provided without
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 183/240
removing the entire piece of equipment from
service for an extended time will be replaced by a
similar component from stores inventory that is
known to be in working order. However, if the
original component is not available anymore from
the manufacturer, a replacement component shall
be acceptable provided that it meets the specified
standards/specifications of the original
manufacturers. The removed components will
then be inspected, repaired and returned to stores
inventory as availability of maintenance
personnel permits.
Line replaceable units and depot replaceable units
shall be listed and identified by the Contractor.
The data pertaining to unscheduled maintenance
(statistics, analyses,...) shall be continuously
monitored within the frame of the Experience
Feedback Process as per §2.11. Corrective actions
in order to solve the problems met by eradication
of the root causes shall be defined and
implemented as the result of the methodic
enforcement of the experience feedback process.
7.3. EMERGENCY REPAIRS
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
7.3
Emergency
Repairs
All emergency disruptions, e. g. derailments,
overhead wire disruptions and accidents of any
type, shall be attended to immediately.
In the event of a collision, accident or derailment,
the Contractor shall:
assist the Owner and the Operator in
identifying the cause of the accident and
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 184/240
recommend measures to prevent recurrence;
assess the feasibility of hauling the damaged
Rail Vehicle to depot.
assist the Owner and the Operator in their
intervention providing the technical means, as
required;
After the derailing of a car and prior to its re-
commissioning (except scheduled inspections),
all bogies, wheels/axles, the articulation sections
and drawbar transmission must be checked and
measured and the values as measured must
comply with those as specified.
7.4. VEHICLE MAINTENANCE RECORDS
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Vehicle
Maintenance
Records
The Contractor shall maintain the original
manufacturing and existing maintenance records
for each Rail Vehicle to include all records of
Scheduled and Unscheduled Maintenance,
including repetitive failures, Special Repairs and
modifications. The records shall be capable of
integration into the MMS and shall be available
for inspection by the Client at all times.
8. MAINTENANCE OF WAY
8.1. GENERAL
8.1.1. General Description
The Maintenance of the Permanent way shall be done according to the manuals
whose list appears in the Appendixes to the present vol.2, Annex A, List of Existing
Maintenance Manuals.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 185/240
8.1.2. Limit of Area
Maintenance of Way concerns the maintenance of all facilities / equipment /
systems outside of the Depot, within the right-of-way or fence line, and tracks
,buildings and facilities within the Depot , as well as facilities used by the Operator
in the Depot, as per the Appendixes to the present vol.2, table 1 “Scope of
maintenance services”.
Areas at stations and along the route which are covered by the scope of Services are
determined on the following principles:
All highway work, pavements, curbs and sidewalks outside the fences
and ground level of entrance stairs shall be outside the scope of
Services.
All pavements, road barriers, road signs, street lights, traffic signals, etc.
below elevated structures, below elevated stations and around piers shall
be outside the scope of Services.
All station structures are included in the scope of works. Aside from
technical rooms, operation spaces, elevators shafts and escalator
staircases, station structure shall also include the whole Concourse Area,
Elevated Walkways and all Stairs Access leading to the station. For
stations with links to commercial areas, limits of coverage are
determined by fences, barriers or walls. In some cases that no fences,
walls or barriers are present, construction joints or clear portions of the
station used for operation shall be the limit of coverage.
All guideway structures including tunnels, fences, walls and barriers
used for operation are included in the scope of works.
Connections to potential commercial developments at stations are
outside the scope of Services.
Fences, walls and barriers being out of scope, that are important for the safety and
security, shall be identified and listed by the Contractor. The list shall be handed
over to the Client for approval.
8.2. SCHEDULED MAINTENANCE
8.2.1. Route Patrolling and General Route Inspections
(a) Inspection
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 186/240
Route patrolling and general route inspections consist of the following
types:
Daily Cab Rides: Designated personnel of the Contractor shall
ride in cabs of the operating Rail Vehicles to observe the route
and to experience the current ride condition. These cab ride
inspections shall be carried out by the Contractor‟s personnel to
view the whole route in both directions at least once a day. They
shall be supplemented as required if the Operator reports bad
running condition in any section of the line to ascertain the cause
and action.
Walking/Foot Patrols: This patrol covers a thorough inspection
of the whole structure in order to detect minor or major faults
that might cause problem to operation. These will occur daily
for the whole route and will be carried out at daytime by a team
of two, 1 patrolman and 1 lookout.
Supervisor’s Patrol: A patrol by a supervisory person of the
Contractor shall be carried out at least once a month for
familiarization and to verify the patrolmen‟s report.
External Visual Inspection: A patrol carried out to view the
System externally, including visual checks on items such as
drainage, signage and general conditions, shall be made at least
once every three months.
Annual Inspections: A group inspection of the whole route by
heads of departments to verify and prioritize work items for the
coming year‟s maintenance shall be made annually.
Seasonal and Special Event Inspections: Special occurrences
likely to have adversely affected the System, such as significant
earthquakes or typhoons, will require the route to be inspected
first from the track and secondly from the ground if necessary.
Seasonal conditions may require checks on drainage, etc. prior to
the onset of the season.
Standard reporting forms using standard system location and facility
identities will be used to report defects or faults. These shall be followed by
rectification measures given relevant priorities in the work program of the
various departments concerned.
(b) Workload and Material
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 187/240
These are regular cycles of work and materials used with items such as rail
clips and point lubrication on turnouts.
(c) Tools and Equipment
Tools and equipment shall include the patrolman‟s and lookout‟s kits for
track cross-level gauge, hand tools and safety warning flags, etc. A radio
handset is desirable.
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Route patrolling and general route inspections consist of the following
types:
o Daily Cab Rides
o Walking/Foot Patrols
o Supervisor’s Patrol
o External Visual Inspection
o Annual Inspections
o Seasonal and Special Event Inspections
Item Specification Statement of
Compliance
Route
Patrolling and
General Route
Inspections
Route patrolling and general route inspections
provide the basic cross discipline safety
inspection for the route as a whole. Patrolling
ranges from general track area walking patrols on
a daily cycle (backed by daily cab-ride visual
inspections) to visual patrols every three months
of all the facilities viewed from the track and
outside. The intention is to observe any
developing physical faults or deterioration as well
as any other trends such as external damage, areas
of vandalism, regular trespass or theft and
generally anything that affects the safety and
upkeep of the System as a whole, such as visible
track defects and loose fastenings, missing cable
trough covers, broken parapet railings or fences,
refuse, etc.
Route patrolling and general route inspections
should not require specialized equipment beyond
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 188/240
hand tools and track cross-level gauges.
8.1.1. Guideway Structures
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Guideway
Structures
The Contractor shall perform regular inspections,
maintenance and repairs of all guideway
structures. A detailed structure inspection shall
be performed at least once a year. For the
detailed maintenance of guideway structures,
please refer to the Appendixes to the present
vol.2, Table 2: Maintenance of Way detailed
maintenance program
The main inspections will require hydraulic
access platforms in some cases.
(a) Inspection
Main structures such as the elevated sections of the route and other special
features such as tunnel sections shall be the subject of periodic (minimum
yearly) structural inspections. These inspections shall be designed and
performed according to general practices according to the structure types,
materials (steel or concrete), foundations and any conditions required by
components such as bearings and expansion joints. In addition to the
designated structural inspections, the general condition of the structure as
viewed from the track shall be included in the item list of all route patrols
that are carried out on a frequent basis.
All structures shall be catalogued and numbered in a register of structures
that records the conditions, inspection requirements, results and any
corrective actions performed.
(b) Workload and Material
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 189/240
The workload is cyclical for the inspections and will also include, more than
the maintenance of the basic items composing the guideway, such common
items for repair such as:
Fencing-damage repair including posts, wire, chainlink mesh,
etc.
Railing and parapet railings – repair including spare sections of
railings, etc.
Protective re-painting of steel items (including railings and
signal posts, etc.)
Expansion/Contraction joints – repair includes structural cracks
and water seepage.
The re-painting works for all metallic parts already painted, and the ones not
currently painted but needing protection from corrosion, shall be performed
within the period covered by the present contract, in a way ensuring an
efficient and long-lasting protection against corrosion.
(c) Tools and Equipment
The main inspections will require hydraulic access platforms in some cases.
8.1.2. Stations and Depot Buildings
Reference is made to the Contractor‟s Scope of Maintenance Service in the
Appendixes to the present vol.2, Table 1 specifically, but not limited to, Articles
1.2.2, 1.2.11, 1.2.12 and 2.1 through 2.6.
Also refer to the Appendixes to the present vol.2, Annex A for Maintenance of
other Depot Equipment.
For the detailed maintenance of guideway structures, please refer to the Appendixes
to the present vol.2, Table 2: Maintenance of Way detailed maintenance program
(a) Inspection
Inspections will involve the route patrolling and general route inspections.
The inspections will be supplemented with fault reports made by the
Operator and the System users.
(b) Workload and Material
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 190/240
The maintenance plan for the buildings and premises located in the stations
shall include the conclusions and recommendations resulting from the
Security and Safety study, so as to constantly preserve the level of
safety/security which will be generated or restored following this activity
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Stations and
Depot
Buildings
The Contractor shall be in charge of the
Maintenance of all buildings as for the light
maintenance of all facilities and equipment
(electrical network about lighting and receptacles,
water network including piping and plumbing,
communication network, sanitation and comfort
facilities: Pantries, staff rooms, rest areas, toilets,
shower rooms, locker rooms, etc..), as well as the
heavier maintenance about all industrial systems
such as lighting of the railways premises,
ventilation system, air con, etc….
Notably, the Contractor shall permanently keep
the level of functionality and comfort of the
comfort facilities at a high standard level.
Following any report of anomaly on such
installations, the time for intervention and repair
shall not be above 3 hours.
Major lighting equipment requiring special access
or special equipment or materials shall be listed
separately and maintained by the Contractor. The
ventilation/AC system shall also be maintained in
nominal working condition.
Any works carried out by the Contractor shall be
verified by the Contractor‟s inspection.
The cleaning works (except technical cleaning, in
the Contractor‟s scope) in the stations shall be at
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 191/240
the Operator‟s responsibility.
The re-painting works for existing painted
surfaces shall be performed within the period
covered by the present contract.
Additional works (such as painting of unpainted
surfaces, addition of new systems or facilities not
directly resulting from Maintenance needs upon
request by the Client, etc…) shall be quoted and
financed separately upon agreement between the
Contractor and the Client.
(c) General Tools and Equipment
Tools and equipment will include the essentials of general building work
light maintenance such as ladders, hand tools, etc…, as well as the related
common spares. Scaffold platforms or similar equipment for access to high
lighting and roofing will also be supplied by the Contractor.
(d) Strategic RS Maintenance Depot Equipment
d.1 Generalities
The general rules, regulations, specifications and arrangements in
force for the different domains (Safety, training, spare parts
management, documents, workers‟ qualification and certification,
QA/QC, etc…) quoted in this Maintenance Specification shall also
apply to the maintenance of strategic RS Maintenance equipments
and tools within the depot.
In addition, in this specific field, the following arrangements shall be
enforced. Should there be a discrepancy between the general
arrangements and the particular arrangements as specified hereafter,
the particular arrangements shall be applied.
d.2 Principles
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 192/240
Compliance
Strategic RS
Maintenance
Depot
Equipment, d.2
Principles
d.2 Priciples
The strategic RS Maintenance equipments and
tools within the depot shall be maintained in
fully operational condition by the Contractor, in
the conditions indicated hereafter, respecting
the intervals and contents set in the
corresponding Maintenance Manuals.
The entirety of existing tools and equipments
used for carrying out this maintenance are also
maintained by the Contractor, in the same
conditions.
d.2.1 Preventive Maintenance
The maintenance of these equipment and
tools shall not generate major disruptions in
the RS Maintenance process, which would
result in anomalies in revenue service
operations.
For this purpose, a Preventive Maintenance
schedule shall be set up yearly and revised,
as and when needed, taking into
consideration the context changes.
This schedule shall plan the maintenance
operations for these equipments and tools in
carefully chosen periods where they will
not generate a major hindrance to the
maintenance process, or shall set up
alternative arrangements to nullify or
minimize this hindrance.
This schedule shall also take into
consideration the procurement of
foreseeable parts to be replaced.
The maintenance of these equipments and
tools shall ensure their functioning
producing results fully compliant with the
maintenance requirements, within the
framework of the labor laws in force in the
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 193/240
Philippines.
Notably, the MDTE (Measurement,
Diagnostic and Test equipments), or parts
of the major equipments comprising
measuring devices used for
measurements/tests/diagnostic on operation
safety related items, shall be regularly
calibrated following the local and general
rules and regulations in force .
A list of these equipments shall be set up
and permanently kept updated.
The data related to each equipment
calibration status and history shall be
carefully archived.
A specific procedure shall be set up order to
ensure that no equipment/tool/MDTE
subject to calibration is used if its
calibration date is overdue.
For some equipment (lifting/hoisting
equipment and tackles, pressurized tanks,
motorized handling devices such as
forklifts, etc…) which might be submitted
by law to formal safety inspections
resulting in delivery of an operating
authorization, the Contractor shall secure
the corresponding organizations and
processes.
d.2.2 Corrective Maintenance
The occurrence of breakdowns or
malfunctioning shall be dealt with optimal
reactivity by the Facilities Maintenance
team, so as to minimize at most the impact
on trainsets operation.
For this purpose, the Contractor shall set up
an adapted organization for the
troubleshooting team.
d.2.3 Maintenance Records
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 194/240
The maintenance of any type carried out on
each of these equipment shall be carefully
recorded on the concerned equipment‟s
specific maintenance log.
d.3 Maintenance Content
The maintenance of the concerned equipment shall be done
according to the manufacturer‟s O&M manuals, as follows:
Description Reference No.
1. OH Crane 10T - LRT/M/230/20000
2. Untrasonic Axle Test - LRT/M/230/20001
3. High Pressure Hot Water Cleaners - LRT/M/230/20002
4. Jib crane - LRT/M/230/20003
5. Bogie Repair Hoist - LRT/M/230/20004
6. Bogie Turn Table - LRT/M/230/20005
7. Car Hoist and Body Stands - LRT/M/230/20007
8. Scissors Lift Table - LRT/M/230/20008
9. Mobile Jacks - LRT/M/230/20009
10. Car stands - LRT/M/230/20010
11. Hydraulic Access Tower - LRT/M/230/20011
12. Hydraulic Press - LRT/M/230/20013
13. Parts Washer - LRT/M/230/20015
14. Pedestal Grinder - LRT/M/230/20016
15. Universal Milling machine - LRT/M/230/20018
16. Pillar Drilling Machine - LRT/M/230/20019
17. MMA Welding Equipment - LRT/M/230/20021
18. Circular Saw - LRT/M/230/20023
19. Mobile Fume Extractor - LRT/M/230/20024
20. ACU Recovery Unit - LRT/M/230/20025
21. ACU Charger Unit - LRT/M/230/20026
22. Battery Charger Fixed - LRT/M/230/20027
23. Oil Collector - LRT/M/230/20042
24. Carousel - LRT/M/230/20043
25. Waste Oil System - LRT/M/230/20047
26. Underfloor Wheel lathe - LRT/M/230/20048
27. Car Progression - LRT/M/230/20049
28. Re-railing Equipment - LRT/M/230/20050
29. Undercar Blowdown - LRT/M/230/20056
30. Tyre Removal/Replacement - LRT/M/230/20059
31. Pantograph Test Stand - LRT/M/230/20060
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 195/240
The equipment and tools not listed above shall be maintained
according to the local and general rules, regulations and
arrangements in force related to maintenance of machines in the
electronic, electrical, mechanical, hydraulic, pneumatic, computers
fields, according to the best professional practices.
8.1.3. Tracks
The Contractor shall inspect, maintain, adjust, repair or replace defective,
excessively worn-out or broken switch rails/running rails, cross ties, special track
work components, ballast, direct fixation fasteners, and other track materials,
related hardware and support equipment using special track maintenance tools and
equipment.
The Contractor shall also inspect and adjust the smoothness of the alignment and
levels of the track geometry in accordance with approved specifications/standards.
For the detailed maintenance of tracks, please refer to the Appendixes to the present
vol.2, Table 2: Maintenance of Way detailed maintenance program.
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Tracks
(a) Inspection
In addition to the patrols described above, there
shall be inspections for:
Ride quality by checking & correction of track
geometry alignment and smoothness;
Turnouts (which may be combined with
regular oiling/greasing and cleaning of parts);
Ultrasonic testing of rail joints and turnout rail
components. These tests shall be based on an
annual test.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 196/240
Checks and tests for stray currents
(b) Effectiveness Demonstration
After the Contractor has conducted any form of
critical technical maintenance, particularly with
interfaces affecting other equipment/systems, they
must demonstrate to the Client that relevant testing
has been carried out successfully and that all
systems are working normally.
(c) Workload and Material
The workload shall consist of:
General protection of the route and works. The
track section is usually responsible for
providing protection to the route “on the
ground” for events such as temporary speed
restrictions, etc. This will require such things
as speed warning boards, temporary magnets
for signals if used, etc.
Ensure track circuit contact. Rail heads of
over-run tracks and other rarely used tracks
that also have track circuiting must be cleaned
occasionally to ensure track circuit contact
with the light wheel load Rail Vehicles.
Combine with the signaling section on
ensuring testing of track circuit contacts.
Weed killing shall be required at least
annually, depending on local seasonal
characteristics.
Lining and leveling of main line and turnouts
in ballasted tracks shall be required annually
on the main line and every two years in the
depot.
Measurement of track geometry by hand record
or equipment recording shall be required at
least annually.
Check, repair or replace welds as needed.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 197/240
Turnout oiling/greasing and cleaning shall be
performed daily or weekly depending on the
degree of wear.
Turnout grinding may be required annually on
turnouts with surface hardening and excessive
wear. Surface repairs by welding shall be
required for damage to be ground out.
Concrete tie replacement as needed.
Wooden tie or switch tie replacement as
needed.
Worn out tangent and curved rails replacement
as needed.
Turnout switch replacement as needed.
Turnout crossing replacement as needed.
The diamond crossings at the wye for the yard
leads may require grinding or adjustment and
possible replacement as needed.
Ballast tamping or replacement as needed.
(d) Tools and Equipment
In addition to a corrugation grinder and switch
grinder for track maintenance, the main tools and
equipment for maintenance are as follows;
d.1 Measuring Equipment
Ultrasonic testers for rails
Track geometry measuring trolley
d.2 Hand Tools
Safe rail lifters for stressing and pad changing
Rail jacks
Slewing jacks
Turfors or winches for retarding bufferstops
Hand trolleys
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 198/240
Track gauge and level
d.3 Equipment
Roller rail benders
Hydraulic rail tensors
Ballast hopper car
Rail flat wagon or bogies
Rail lifting beams
Floodlight sets and generator
Alumino-thermic welding kits
Automated liner only
Air Compressor
Ballast tamper
Frog and switch grinding machine
Rail changers
The MDTE (Measurement, Diagnostic and Test equipments), or parts of the
major equipments comprising measuring devices used for
measurements/tests/diagnostic on operation safety related items, shall be
regularly calibrated following the local and general rules and regulations in
force .
8.1.4. Traction Power Substations
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Traction
Power
SubStations
The Contractor shall inspect, maintain and repair
or replace parts as necessary on substation
equipment for substations located on the main
line and at the depot.
The Maintenance of the traction power
installations shall be done according to the
manuals whose list appears in the Appendixes to
the present vol.2, Annex A, List of Existing
Maintenance Manuals.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 199/240
(a) Inspection
Main equipment such as transformers and
rectifiers shall be the subject of periodic
inspections. Inspections of the main equipment
are as follows:
Monthly visual inspections of all substation
equipment and yearly analysis of transformer
oil and 3 monthly battery discharge tests.
Include UPS function checks.
Transformers and Rectifiers: Visual
inspections, noise, vibration, cracks, damage,
measurement of coil temperature, earth
resistance and insulating resistance, etc. shall
be performed.
Ni-Cd Battery and Charger
Visual inspections of lamp, relay, level check
of battery jar, tightening of screws and bolts,
etc. shall be performed.
Switchboard:Visual inspections of damage,
lamp, relay, cable and switch components,
tightening of screws and bolts, etc. shall be
performed.
SCADA System9
(b) Workload and Material
The workload shall consist of:
Cleaning of equipment;
Function tests;
Overhaul of equipment;
Replacement of substation equipment when
necessary.
9 Additional maintenance to be included upon implementation of the CAPEX Project
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 200/240
Some wiring for repairs will be necessary as
materials for maintenance.
(c) Tools and Equipment
Main tools and equipment for maintenance are as
follows:
Memory recorder
WH meter
Digital counter
Illumination level meter
AC and DC clamp ammeter
Noise level meter
Multi-meter
Frequency Display
Frequency meter
Power factor meter
Working lamp
RY tester
Portable Generator
Phase Sequence Detector for L.V.
Portable Tester
Megger
The MDTE (Measurement, Diagnostic and Test equipments) needing
calibration shall be regularly calibrated following the local and general rules
and regulations in force.
8.1.5. Overhead Contact System
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Overhead
Catenary/
Contact
Contractor shall inspect, maintain and repair or
replace parts as necessary for contact wires,
hangers, poles and related hardware.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 201/240
System
The Maintenance of the OCS shall be done
according to the manuals whose list appears in the
Appendixes to the present vol.2, Annex A, List of
Existing Maintenance Manuals.
(a) Inspection
The OCS wiring installation shall be inspected daily. The following
inspections of the OCS shall also be performed:
a.1 OCS Wire
Installation check (Daily)
Height measurement (Quarterly)
Stagger measurement (Quarterly)
Hard point (Quarterly)
Trolley wear measurement (Quarterly)
Dropper wire connection / cable check (Annually)
Feeder / Messenger Cable check (Annually)
Replacement of OCS wire (As needed)
a.2 OCS Pole
Inspection of OCS poles for wear, cracks, insulation
tests, etc. (Annually)
a.3 OCS Auxiliary Equipment
Installation check (Monthly)
Replacement (As needed)
a.4 Tensioning Devices
Installation / Condition check (Annually)
Adjust, when necessary
a.5 Section Insulators
Connection and crack check (Annually)
Resistance test and cleaning (Annually)
Replacement of section insulators (As needed)
a.6 Plaque
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 202/240
Installation check (Annually)
a.7 Insulators
Measurement of resistance (Annually)
Cleaning (Annually)
Crack and corrosion check (Annually)
Connection check (Annually)
Replacement of Insulators (As Needed)
a.8 Cantilevers
Installation and connection check (Annually)
Corrosion check (Annually)
Cleaning (Annually)
Replacement of cantilevers (As Needed)
8.1.6. Signaling
The Maintenance of the signaling system shall be done according to the manuals
whose list appears in the Appendixes to the present vol.2, Annex A, List of Existing
Maintenance Manuals.
A maximum repair time for components, following failure, will be agreed between
the Contractor and the subcontractor, in the order of 6 weeks (sending of the
defective component to the signaling company, reception of the repaired
component). This repair time will also allow dimensioning the necessary spare parts
stock.
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Signaling
Inspect, maintain and repair or replace as
necessary, all related components of the signal
system and sub-systems.
(a) Preventive Maintenance
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 203/240
a.1 Monthly inspection to be performed for
cleaning, checking and lubrication of the
electrically operated machines used
frequently. The locals control system as
described in “Signalling system”.
a.2 Equipment Room
Interlocking Computer (Quarterly)
CCS, LCS, OC, Concentrators and Track
Circuit Cabinets (Quarterly)
Modem, Terminals, Console and Printers
(Monthly)
Replacement of signaling components and
equipment (As Needed)
a.3 Wayside Equipment
a.3.1 Track Circuits (Quarterly)
Replacement of Track circuits (As Needed)
a.3.2 Electrically Operated Machines
Cleaning, checking and lubrication
(Quarterly)
Measurement and calibration checking
(Monthly)
Replacement of these Machines‟
components / equipment (As Needed)
a.3.3 Manually Operated Print Machines
Locally operated box and hand crank,
signal lights and post (Quarterly)
Replacement of these Machines‟
components / equipment (As Needed)
Insulated Rail Joints
Visual Inspection (Daily)
Cleaning (Quarterly)
Electrical Test (Annual)
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 204/240
Replacement of Insulated rail joints (As
Needed)
a.3.4 ATP Balise (Semi-annually)
Replacement of ATP Balise component /
equipment (As Needed)
a.3.5 Cable Test, Testing / Checking of Special
tools (Monthly)
Replacement of cables and special tools
(As Needed)
(b) Corrective Maintenance
The corrective maintenance strategy for the signaling system is to change
the standard equipment and have it repaired through subcontracting.
(c) Evolutionary Maintenance
The evolutionary maintenance concerns the modifications of the Signaling
system functionalities. It concerns principally the improvements (reliability,
availability, functionalities, etc) but also the obsolescence of the
components and equipments. This obsolescence is crucial because it can be
difficult to know beforehand and as such, can generate difficulties with the
interfaces if there is a change of the sub-system. The Contractor shall revise
the list of the spare parts to have the quantity necessary for many years.
(d) Tools
The Contractor obtains, maintains and controls all the special tools
necessary to maintain every element of the System. The Contractor ensures
that tools are monthly inspected, tested, and calibrated as described in
“maintenance specification”.
8.1.7. Communications
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 205/240
Item Specification Statement of
Compliance
Communications
Inspect, maintain and repair or replace as
necessary the components of PABX/
telephones, public address systems, CCTV,
radio system including train-borne and all
related communications systems.
The maintenance plan for the communications
systems shall include the conclusions and
recommendations resulting from the Security
and Safety study, so as to constantly preserve
the level of safety/security which will be
generated or restored following this activity.
The Maintenance of the communications system shall be done according to the
manuals whose list appears in the Appendixes to the present vol.2, Annex A, List of
Existing Maintenance Manuals.
(a) PABX/Telephone System
a.1 PABX / Telephone System
Cleaning of computers, boards (Semi-Annually)
Visual inspection of telephone equipment and
functional checking (Monthly)
Visual inspection of operator console (Semi-
Annually)
Replacement of PABX/ Telephone equipment /
components (As Needed)
(b) Public Address System including Train-borne PA system
b.1 Cleaning / Visual inspection of cabinets, consoles,
players and functional checking (Monthly)
Replacement of Public Address System / components
(As Needed)
b.2 Speakers
Visual inspection (Quarterly)
Cleaning (Semi-Annually)
Replacement (As Needed)
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 206/240
b.3 Train-borne PA system
Inspection and functional check (daily upon vehicle
inspection prior to train departure at Depot, and
every Trial Run and Major Train Overhaul)
Inspection, cleaning and functional check (Quarterly)
Replacement of defective units/components (as
needed)
(c) Closed Circuit Television System (CCTV)
c.1 Cameras, Monitors, Switcher and
Demodulators/Consoles
Inspection, cleaning and functional checking
(monthly and quarterly)
Replacement of defective units/components
(as needed)
(d) Radio System (Base Radio and Train-borne Radio)
d.1 Base Radio and Console
Inspection, cleaning and functional checking
(Quarterly)
Replacement of defective units/components
(as needed)
d.2 Bi-directional Amplifier and Antenna
Inspection and cleaning (annually)
d.3 Train-borne Radio
Inspection and functional check (daily upon
vehicle inspection prior to train departure at
Depot, and every Trial Run and Major Train
Overhaul)
Inspection, cleaning and functional check
(Quarterly)
Replacement of defective units/components
(as needed)
d.4 Mobile Radio (Locomotives other than Trains)
Inspection and functional check (upon vehicle
inspection prior to departure at Depot)
Cleaning, inspection and functional check
(quarterly)
Replacement of defective units/components
(as needed)
d.5 Handheld Radios
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 207/240
Cleaning of units and functional check
(quarterly)
Replacement of defective components (as
needed)
(e) Other Telecommunications/Electronics Equipment
Multi-Recorder –Functional check (semi-monthly)
Telecom Cablings -Cleaning of MDF, checking of cables
(semi-annually)
8.1.8. Automatic Fare Collection System
The scope of work for the contractor is limited to the Maintenance of the existing
magnetic based AFC system, as per the requirements here under.
The Maintenance of the new contactless system being considered to be
implemented on the whole Manila urban network (LRT, MRT) is excluded from
the scope covered by the present contract, being the object of a separate project.
As for the actual scope, reference is made to the Contractor‟s Scope of Maintenance
Service in the Appendixes to the present vol.2, Table 1
The system is composed of the Central Computer System (CCS) with printer, router
and hub; Encoder/Sorter; Automatic Gates; Analyzer/Dispenser; Ticket Issuing
Machine (TIM); and Station Computer System (SCS) with printer, router and hub.
The AFC system has been in service for approximately ten years. The environment
(climate and pollution) accelerates aging of the system especially in the stations.
If the number of failures does not decrease, the preventive maintenance shall have
to be strengthened (through the MPS).
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Automatic Fare
Collection
System
Inspection, maintenance and repair or
replacement of station equipment and related
fare collection equipment must be
accomplished, as provided in the approved
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 208/240
Manual.
The Maintenance of the AFC system shall be
done according to the manuals whose list
appears in the Appendixes to the present vol.2,
Annex A, List of Existing Maintenance
Manuals.
(a) Maintenance
a.1 AFC Equipment.
a.1.1 Central Computer System (CCS) - is
composed of servers, computers, printers,
routers and hubs. Maintenance shall be as
follows:
Preventive maintenance of servers and
computers shall be done quarterly.
Servers have to be restarted quarterly.
Computers, routers and hubs have to
be restarted monthly.
Printers need to be cleaned quarterly.
Replace outdated parts, as necessary
a.1.2 Encoder/Sorter (E/S) Machine - The
Encoder/Sorter has two sensitive elements, the
magnetic heads and the belts.
The magnetic heads need to be cleaned
daily.
The belts have to be checked (tension
and aspect) monthly, and replaced
annually. Preventive maintenance of
the computer has to be done quarterly.
Replace outdated parts, as necessary
a.1.3 Ticketing Issuing Machines must be checked
weekly.
Cleaning of minor / major parts
(Weekly, Quarterly and Annual
Overhauling).
Magnetic heads have to be cleaned
daily.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 209/240
The belts have to be checked (tension
and aspect) monthly and replaced
annually or before, if they appear
fragile (dry, crackles, etc.).
The interior of the TIMs have to be
cleaned monthly with a vacuum to
remove the dust.
Replace outdated parts, as necessary
a.1.4 Automatic Gates - have two sensitive
elements, the magnetic heads and the belts.
The magnetic heads have to be cleaned
daily.
The belts have to be checked (tension
and aspect) monthly and replaced
annually or before, if they appear
fragile (dry, crackles, etc.).
The insides of the gates have to be
cleaned monthly with a vacuum to
remove the dust.
a.1.5 Station Computer Systems are composed of
computers, printers, routers and hubs.
Preventive maintenance of the
computers has to be done quarterly.
The computers, routers and hubs have
to be restarted monthly.
The printers have to be cleaned
monthly.
a.1.6 Analyzer/Dispenser - has two sensitive
elements, the magnetic heads and the belts.
The magnetic heads have to be cleaned
daily.
The belts have to be checked (tension
and aspect) monthly and replaced
annually or before, if they appear
fragile (dry, crackles, etc.).
The insides of the Analyzer/Dispenser
have to be cleaned monthly with a
vacuum to remove the dust.
Replace outdated parts, as necessary.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 210/240
8.1.9. Surveillance Systems
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
The maintenance plan for the surveillance systems shall include the
conclusions and recommendations resulting from the Security and Safety
study, so as to constantly preserve the level of safety/security which will be
generated or restored following this activity.
Item Specification Statement of
Compliance
Surveillance
System
Inspect, maintain and repair or replace the
closed circuit equipment / monitors as
necessary, following the approved Manual.
The Maintenance of the surveillance system
shall be done according to the manuals whose
list appears in the Appendixes to the present
vol.2, Annex A, List of Existing Maintenance
Manuals.
(a) Maintenance
a.1 CCTV Monitoring System
Cleaning / Visual inspection of monitors,
switcher, camera (Quarterly)
Replacement (As Needed)
a.2 Multi-Recorder System
Visual inspection (Monthly)
Cleaning (Quarterly)
Replacement (As Needed)
8.1.10. Escalators/Elevators
Checklist:
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 211/240
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Escalators/
Elevators
Inspect, maintain and repair all station and
depot elevators and all station escalators
(indoor and outdoor types) as provided in the
approved Manual.
The Maintenance of the station and depot
elevators and station escalators shall be done
according to the manuals whose list appears in
the Appendixes to the present vol.2, Annex A,
List of Existing Maintenance Manuals
(a) Maintenance
a.1 Escalators
Cleaning of minor / major parts (Monthly)
Replacement (As Needed)
a.2 Elevators
Cleaning of minor / major parts (Monthly)
Replacement (As Needed)
Following any report of anomaly on such installations, the time for intervention and
repair shall not be above 3 hours.
8.1.11. Fire Protection System
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
The maintenance plan for the fire protection system shall include the
conclusions and recommendations resulting from the Safety and Security
study, so as to constantly preserve the level of safety/security which will be
generated or restored following this activity
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 212/240
Item Specification Statement of
Compliance
Fire Protection
System
Inspect, repair / recondition and maintain the
Fire Fighting System, Smoke or Heat
Detection Alarm System, Fire Alarm System,
Fire Sprinkler System, Fire Hydrants, Fire
Extinguishers, to include replacement and
refilling, and other related fire fighting system,
components and equipment in the Depot,
stations and in the OCC Building.
(a) Maintenance
a.1 Fire Protection Equipment (in accordance with NFPA
standards)
a.1.1 Sprinkler System / Smoke Detectors
Inspection / Cleaning (Semi-Annually)
Replacement of components / devices
(As Needed)
a.1.2 Fire Alarm Control Panel
Inspection / Cleaning (Quarterly)
Replacement of components / devices
(As Needed)
a.1.3 CO2 Flooding System
Inspection / Cleaning (Quarterly)
Replacement of components / devices
(As Needed)
a.1.4 Fire Extinguishers
Inspection / Cleaning (Monthly)
Replace / refill, if necessary
a.2 Maintenance of the Ventilation System in the Depot.
a.3 Maintenance of the Environment Control System (Air
Conditioning) within the installations (Depot, OCC Building,
Station rooms, power supply substations, etc.).
8.2. MAINTENANCE OF WAY STANDARDS
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 213/240
The general maintenance of way standards for the various permanent way sub-systems
shall not be less than the following:
Time of Day
In Revenue Service Out of Revenue Service
Sub-system
Peaks
0630 to 0930
1630 to 1930
Off Peaks
0500 to 0630
0930 to 1630
1930 to 2300
Revenue
Service Transit
Periods
0400 to 0500
2300 to 2400
No Operation
2400 to 0400
Guideway Full service No service
degradation
Transition
Traffic and
Agreed
Maintenance
Maintenance
Stations All open
Full service
All open
No service
degradation
Transition
Traffic and
Agreed
Maintenance
Maintenance
Track Full Service No service
degradation
Transition
Traffic and
Agreed
Maintenance
Maintenance
Traction
Electrification
System
Full power
available
at all
substations
No service
degradation
Transition
Traffic and
Agreed
Maintenance
Shutdown
Maintenance
Overhead Contact
System
All tracks in
service
No service
degradation
Transition
Traffic and
Agreed
Maintenance
Maintenance
Signals Full Service No service
degradation
Transition
Traffic and
Agreed
Maintenance
Maintenance
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 214/240
Time of Day
In Revenue Service Out of Revenue Service
Communications Full Service No service
degradation
Transition
Traffic and
Agreed
Maintenance
Maintenance
Escalators All operating No service
degradation
Transition
Traffic and
Agreed
Maintenance
Maintenance
Elevators All operating No service
degradation
Transition
Traffic and
Agreed
Maintenance
Maintenance
Automatic Fare
Collection All operating
No service
degradation
Transition
Traffic and
Agreed
Maintenance
Maintenance
8.3. UNSCHEDULED MAINTENANCE
System specific maintenance or repair needs may only become apparent after two, five
or ten years of service.
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Unscheduled
Maintenance
They may involve heavy work on items such as
track, the overhead contact system, etc.
Maintenance due to defects or abnormal
deterioration of facilities and equipment shall
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 215/240
be dealt with as Unscheduled Maintenance.
8.4. SYSTEMATIC REPLACEMENT
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Systematic
Replacement
The Contractor shall assess, either on its own
initiative or upon request from the Owner or
Operator, the condition of the Line 3 system
and recommend to the Owner the systematic
replacements needed for keeping the reliable
and safe operation of the system regarding the
condition of permanent ways and all other
systems and subsystems, notably rails, tracks,
OCS, track components, etc…
The systematic replacements costs, provided
that they are not caused by a lack of
maintenance from the Contractor, will be at the
Owner‟s expense.
8.4.1. SPECIAL REPAIRS
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Special
Repairs
The Contractor shall keep ready a special stock
of spare parts and equipment for Special
Repairs to be available in commercially and
technically reasonable quantities and types for
immediate use to return the line to normal
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 216/240
operation as soon as possible without waiting
for procurement and delivery of parts. In
addition, Special Repairs cannot be scheduled.
“Special Repairs” is defined in Article 3 of this specification.
8.4.2. Structures
Structures are the most likely parts of the System to suffer from earthquakes. Most
materials for repair are available locally. Bearing for girders may need replacement.
8.4.3. Trackwork
Track work may require repairs to the damage caused by derailments. Materials for
Special Repairs shall include switch points and baseplates and track materials for a
length of 200 meters of plain line concrete sleepered mainline track. The route
along EDSA may not allow external lifting.
Typhoons could cause washouts of ballasted tracks, but materials to repair
washouts will be covered by derailment repair materials except for ballast supply.
Materials for track repairs after earthquakes are general civil materials on the
market plus the derailment materials.
8.4.4. Building and General
No special material reserves are needed for Special Repairs because most are
available from the local market.
8.4.5. Overhead Contact System
The OCS can be damaged by high winds, falling objects or earthquakes. Thus, a
supply of poles, arms and the hardware as well as feeder and contact wires are
required.
An emergency supply of power cable for re-routing shall be provided by the
Contractor when necessary, after an earthquake or typhoon.
8.4.6. Signaling
The signal system may require repairs to damage from derailments which may
damage point machines and roddings, etc. Secondary effects from typhoons or
earthquakes may impact signal posts and cabling.
8.5. RECORDS FOR MAINTENANCE OF WAYS
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 217/240
The Client shall provide the Contractor with all documentation relating to the design,
procurement, construction, installation and maintenance of the System which is
necessary for the continuing maintenance of the System. This shall include all record
drawings, manuals, parts lists and other detailed documents.
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Records for
Maintenance of
Ways
The Contractor shall maintain full, up to date
and complete records of the maintenance of all
sub-systems and elements of the System. The
records shall include information and reports on
all Scheduled and Unscheduled Maintenance,
including repetitive failure/s and Special
Repairs and revisions on As Built Drawings.
The records for maintenance of way shall be
capable of inclusion in the CMMS and shall be
available at all times to the Owner and the
Operator.
9. REPORTING OBLIGATIONS
9.1. CONTRACTOR’S REPORTING OBLIGATIONS
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Contractor‟s
Reporting
Obligations
The Contractor shall provide such information
and other assistance as the Owner/Operator may
reasonably request to comply with the
Owner‟s/Operator‟s reporting obligations under
any Owner Permit or Applicable Law as it
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 218/240
relates to the maintenance and repair of the
System.
Notably, the Contractor will submit on a regular
basis the reports requested within the different
sections of the present specification.
The templates, contents, periodicity
(frequency), of the reports should be proposed
by the Contractor within the first 3 months of
validity of the contract, then discussed with and
approved by the Client prior to implementation.
During the course of the contract, these
elements (content, periodicity, templates) are
revisable upon request by the Client.
9.2. MONTHLY AND ANNUAL MAINTENANCE REPORTS
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Monthly and
Annual
Maintenance
Reports
The Contractor shall submit to the Owner and
the Operator the annual and monthly
maintenance performance reports.
9.3. EVENT REPORTS
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 219/240
Events Report
The Contractor, upon occurrence of any
“unusual incident” resulting in serious bodily
injury or loss of life, or in the entire System or a
material portion thereof being inoperable, or in
serious damage to the assets , shall notify the
Client orally and in writing (written notice may
be delivered electronically), within 2 hours
from its occurrence.
A complete description of any Unusual
Incident, including the time and location of the
incident, an explanation of what occurred and
the actions taken by all parties, shall be
delivered within 48 hours, and shall be included
in the Monthly Report.
9.4. SERVICE REPORT
Checklist:
Indication of “Comply” or “Not Comply” below
Complete narrative of the proposed comprehensive solution and highlight
how the proposed solution accomplishes the goals and requirements of
DOTC-MRT3
Item Specification Statement of
Compliance
Service Report
The Contractor shall notify the Owner and
Operator in writing within 24 hrs of any
circumstances resulting in the delay of any train
for more than 30 minutes, more than 10 trains
late in any day, or cancellation of more than 2
trains.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 220/240
IX. APPENDIXES
TABLE 1: SCOPE OF MAINTENANCE SERVICE
ITEMS Out of
Scope
In Scope
of Work Remarks
1. MAINTENANCE SERVICE
1.1 LRV
(1) Inspection, Maintenance and Repairs
i) Inside activity at the Depot ο
ii) Sub-contracted action to the outside (?) ο
(2) Interior Cleaning
i) In the Depot ο
ii) In the mainline ο
(3) Exterior Cleaning ο
(4) Repainting ο
1.2 MAINTENANCE OF WAY
1.2.1 Guideway Structure
(1) Inspection, Maintenance and Repairs ο
(2) Repainting ο
1.2.2 Station and Depot Buildings
(1) Inspection, Maintenance and Repairs ο
(2) Station cleaning except Technical Equipt. Room ο
(3) Cleaning of the facilities ο
(4) Repainting ο
(5) Lighting Maintenance ο
1.2.3 Track way
(1) Inspection, Maintenance and Repairs ο
1.2.4 Traction Power Substation
(1) Inspection, Maintenance and Repairs ο
1.2.5 OCS
(1) Inspection, Maintenance and Repairs ο
1.2.6 Signals
(1) Inspection, Maintenance and Repairs ο
1.2.7 Communications
(1) Inspection, Maintenance and Repairs ο
1.2.8 CCTV
(1) Inspection, Maintenance and Repairs ο
1.2.9.1 AFC existing magnetic system
(1) Inspection, Maintenance and Repairs ο
1.2.9.2 AFC future contactless system
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 221/240
ITEMS Out of
Scope
In Scope
of Work Remarks
(1) Inspection, Maintenance and Repairs ο
1.2.10 ESC/ELV
(1) Inspection, Maintenance and Repairs ο
1.2.11 DEPOT EQUIPMENT
(1) Equipment for LRV ο
(2) Equipment for other than LRV
1.2.12 FIREFIGHTING ο
(1) Inspection, Maintenance and Repairs
1.3 UNSCHEDULED MAINTENANCE
(1) Maintenance service for LRV ο
(2) Maintenance service for other than LRV ο
1.4 SPECIAL REPAIRS
(1) Maintenance service for LRV ο
Cost & Fee
basis
(2) Maintenance service for other than LRV ο
Cost & Fee
basis
2. EQUIPMENT AND FACILITIES
2.1 Equipment to be supplied under Turnkey Contract ο
2.2 Maintenance Equipment for LRV ο
2.3 Maintenance Equipment for other than LRV ο
2.4 Warehouse Facilities and Supported Equipment for Spare
parts ο
2.5 Furnishings and Fixtures in the warehouse ο
2.6 Air Conditioners of Office Buildings, Stations and ο
Depot Building
3. SPARE PARTS
3.1 LRV ο
3.2 Guideway Structure ο
3.3 Station and Depot Buildings ο
3.4 Track ο
3.5 Traction Power Substation ο
3.6 OCS ο
3.7 Signals ο
3.8 Communications ο
3.9 CCTV ο
3.10.1 AFC existing magnetic system ο
3.10.2 AFC future contactless system ο
3.11 ESC/ELV ο
3.12 Depot Equipment
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 222/240
ITEMS Out of
Scope
In Scope
of Work Remarks
(1) Initial Spare Parts for the Equipment supplied by
CKD ο
(2) Initial Spare Parts for the Equipment supplied by MHI ο
(3) Annual Spare Parts for the Equipment supplied by
CKD ο
(4) Annual Spare Parts for the Equipment supplied by
MHI ο
3.13 Spare Parts for Unscheduled Maintenance
(1) for LRV ο
(2) for other than LRV ο
3.14 Spare Parts for Special Repairs
(1) for LRV ο
Cost & Fee
basis
(2) for other than LRV ο
Cost & Fee
basis
4. CONSUMABLE MATERIALS
4.1 Tickets, etc. consumed by passengers ο
4.2 Consumable for the management of operation ο
4.3 LRV
(1) Consumable for the Maintenance ο
4.4 Guideway Structure
(1) Consumable for the Maintenance ο
4.5 Station and Depot Buildings
(1) Consumable for the Maintenance ο
(2) Painting ο
(3) Lighting Equipment
i) Offices for the Client ο
ii) Others (Maintenance facilities and equipt.) ο
4.6 Track Way
(1) Consumable for the Maintenance ο
4.7 Traction Power Substation
(1) Consumable for the Maintenance ο
4.8 OCS
(1) Consumable for the Maintenance ο
4.9 Signals
(1) Consumable for the Maintenance ο
(2) Form paper ο
4.10 Communications
(1) Consumable for the Maintenance ο
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 223/240
ITEMS Out of
Scope
In Scope
of Work Remarks
4.11 CCTV
(1) Consumable for the maintenance ο
4.12 AFC
(1) Consumable for the maintenance magnetic system ο
(2) Consumable for the maintenance contactless system ο
(3) Tickets ο
(4) Form paper ο
4.13 ESC/ELV
(1) Consumable for the maintenance ο
4.14 Depot Equipment
(1) Initial Consumables for the Equipment
supplied by CKD ο
(2) Initial Consumables for the Equipment supplied by
MHI ο
(3) Initial Consumables for the Equipment supplied by
CKD (?) ο
(4) Annual Consumables for the Equipment supplied by
MHI ο
5. COMMON SERVICE
5.1 Office Building Construction ο
5.2 Utility
(1) Electricity
i) Traction power for revenue service ο
ii) Traction power in the Depot ο
iii) Station power ο
iv) The Depot ο
v) Maintenance office ο
vi) Offices for the operation ο
vii) Commercial Development ο
(2) Water ο
i) Water for LRV maintenance ο
ii) Water for other than LRV in the Depot ο
iii) Water for stations ο
iv) Water for the maintenance office ο
(3) Telecommunications
i) Offices for Operations ο
ii) Offices for Maintenance ο
5.3 Furnishings and Fixtures for the Maintenance Office ο
5.4 Security Service
(1) Properties of the Depot ο
(2) Properties other than of the Depot ο
5.5 Maintenance of Landscaping in the mainline ο
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 224/240
ITEMS Out of
Scope
In Scope
of Work Remarks
5.6 Waste Management
(1) Collection of all waste related with LRV in the depot ο
(2) Collection of all waste other than LRV in the depot ο
(3) Management of outside activities for 5.6(1) & 5.6(2) ο
5.7 Maintenance Management System
(1) Maintenance for Hardware ο
(2) Maintenance for Software ο
5.8 Revising and Updating of System As-Built Drawings ο
6. DEPOT OPERATION
(1) LRV shifting for maintenance ο
(2) LRV shifting for the revenue service ο
(3) LRV operation control in the Depot ο
(4) Switch operation ο
7. LABOR FOR MAINTENANCE
(1) Maintenance for LRV ο
(2) Maintenance for other than LRV ο
(3) Administrative for LRV ο
(4) Administrative for other than LRV ο
(5) Parts management for LRV ο
(6) Parts management for other than LRV ο
(7) Maintenance for Maintenance Equipment for LRV ο
(8) Maintenance for Maintenance Equipment for other
than LRV
ο
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 225/240
TABLE 2: MAINTENANCE OF WAY DETAILED MAINTENANCE PROGRAM
SYSTEM SCOPE OF WORK
1.0 BUILDING / STATION FACILITIES
* All Building/Station Facilities shall include but not
limited to the following:
Line Stations Facilities
Depot Facilities
Building Offices Facilities
Road Vertical Clearances
Workshop Equipment
Motor Pool Equipment
PREVENTIVE MAINTENACE
Weekly
Monthly
Quarterly
Semi-annual
Yearly
CORRECTIVE MAINTENACE
*All repair and corrective works shall include but not
limited to:
Replacement of failed or defective parts and
equipment
Functional testing and calibration
Minor masonry and carpentry works
Minor fabrication and machining works in
supports of maintenance and repair
activities
Repainting works
Structural crack repair works
Cleaning works
2.0 GUIDEWAY STRUCTURES
* All Guideway Structures shall include but not
limited to the following:
Piers (which includes column and coping
beams)
Bridges (includes slabs, girders and bearing
pads)
Tunnel structures
Guideway railings
Retaining walls
Perimeter fences
PREVENTIVE MAINTENANCE
Monthly
Quarterly
Semi-annual
Yearly
CORRECTIVE MAINTENACE
*All repair and corrective works shall include but not
limited to:
Structural crack repair works
Replacement of failed or defective parts
Masonry works
Repainting works
Cleaning works
3.0 TRACKS
* All Tracks facilities shall include but not limited to
the following for Depot and Mainline:
Tangent and curve tracks
Switches and crossing (turnouts and cross-
PREVENTIVE MAINTENANCE
Daily (including foot patrol)
Monthly
Semi-annual
Yearly
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 226/240
overs)
Buffer stops
Expansion joints
Insulated rail joints
Road/grade crossings
Pit and pedestal tracks
Ballasts
Plinths
CORRECTIVE MAINTENANCE
*All repair and corrective works , including but not
limited to:
Replacement of worn out and damage rails
(includes rails, switches and crossings)
Repair of detached plinth
Replacement of defective sleepers and
fastenings
Removal and replacement of pulverized
ballasts
Rail grinding (using automatic grinding
equipment)
Greasing works (check rail, switches and
curve rails)
Track geometry alignment
Etc.
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 227/240
ANNEX A: List of Existing Maintenance Manuals
ROLLING STOCK EXISTING MAINTENANCE MANUAL
Item
No. Description Reference No.
1 Maintenance person training manual LRT/M/220/10003
2 Instruction for maintenance of mechanical and
electrical parts of cars – volume 1 LRT/M/220/10004
3 Maintenance of coupler LRT/M/220/10007
4 Maintenance of pantograph LRT/M/220/10008
5 Maintenance of air-conditioning unit LRT/M/220/10009
6 Maintenance of tachograph LRT/M/220/10011
7 Maintenance of auxiliary power converter LRT/M/220/10012
AUTOMATIC FARE COLLECTION EXISTING MAINTENANCE MANUAL
Item
No. Description Reference No.
1 Maintenance of TIM LRT/M/210/00017
2 Maintenance of A/D LRT/M/210/00018
3 Maintenance of AG LRT/M/210/00019
4 Maintenance of E/S LRT/M/210/00020
5 Process docs, replacement for AFC system LRT/M/210/00021
6 Standard adjustment for AFC system LRT/M/210/00022
7 PCB setting standard for AFC system LRT/M/210/00023
8 Standard lubrication for AFC system LRT/M/210/00024
TRACTION POWER SUB STATION EXISTING MAINTENANCE MANUAL
Item
No. Description Reference No.
1 Maintenance of 36 KV switchgear LRT/M/310/00001
2 Maintenance of 12 KV switchgear LRT/M/310/00002
3 Maintenance of 750Vdc rectifier LRT/M/310/00003
4 Maintenance of rectifier transformer LRT/M/310/00004
5 Maintenance of transformer LRT/M/310/00005
6 Maintenance of 750Vdc switchgear LRT/M/310/00006
7 Maintenance of UPS LRT/M/310/00007
8 Maintenance of 110Vdc battery LRT/M/310/00008
9 Maintenance of low voltage panel LRT/M/310/00009
10 Maintenance of emergency generator LRT/M/310/00010
11 Maintenance of vacuum circuit breaker LRT/M/310/000013
OVERHEAD CONTACT SYSTEM EXISTING MAINTENANCE MANUAL
Item
No. Description Reference No.
1 Maintenance LRT/M/341/11003
2 Installation LRT/M/341/11006
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 228/240
SIGNALING SYSTEM EXISTING MAINTENANCE MANUAL
Item
No. Description Reference No.
1 Maintenance of MAN900
LRT/M/320/00001
LRT/M/320/00005
2 Service manual LRT/M/320/00011
3 EBILOCK 950 service manual LRT/M/320/00012
4 Color light maintenance instruction LRT/M/320/00018
5 Maintenance for projection TV LRT/M/320/00100
6 Maintenance installation LRT/M/320/000110
7 Edicab System Training Manual Maintenance of
Train-Borne Equipment
LRT/M/320/00017
COMMUNICATION SYSTEM EXISTING MAINTENANCE MANUAL
Item
No. Description Reference No.
1 Maintenance of PABX LRT/M/330/00005
2 Maintenance of station PA LRT/M/330/00007
3 Maintenance of train borne PA LRT/M/330/00008
4 Maintenance of multi channel recorder LRT/M/330/00013
5 Maintenance of emergency telephone LRT/M/330/00024
6 Maintenance Manual PABX Part 2 LRT/M/330/00009
7 Maintenance Manual PABX Part 3 LRT/M/330/00010
ESCALATOR/ELEVATOR EXISTING MAINTENANCE MANUAL
Item
No. Description Reference No.
1 Maintenance of escalator LRT/M/211/00006
2 Maintenance of elevator LRT/M/212/00005
CCTV EXISTING MAINTENANCE MANUAL
Item
No. Description Reference No.
1 Maintenance of CCTV LRT/M/350/00001
2 Maintenance of video switcher LRT/M/350/00002
DEPOT EQUIPMENT EXISTING MAINTENANCE MANUAL
Item
No. Description Reference No.
1 Maintenance of OH Crane 10T LRT/M/230/20000
2 Maintenance of ultrasonic axle test LRT/M/230/20001
3 Maintenance of high pressure hot water cleaners LRT/M/230/20002
4 Maintenance of jib crane LRT/M/230/20003
5 Maintenance of scissors lift table LRT/M/230/20008
6 Maintenance of mobile jacks LRT/M/230/20009
7 Maintenance of parts washer LRT/M/230/20015
8 Maintenance of pedestal grinder LRT/M/230/10016
9 Maintenance of universal milling machine LRT/M/230/20018
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 229/240
DEPOT EQUIPMENT EXISTING MAINTENANCE MANUAL
Item
No. Description Reference No.
10 Maintenance of pillar drilling machine LRT/M/230/20019
11 Maintenance of universal grinder LRT/M/230/20020
12 Maintenance of mma welding equipment LRT/M/230/20021
13 Maintenance of circular saw LRT/M/230/20023
14 Maintenance of mobile fume extractor LRT/M/230/20024
15 Maintenance of acu recovery unit LRT/M/230/20025
16 Maintenance of acu charger unit LRT/M/230/20026
17 Maintenance of battery charger fixed LRT/M/230/20027
18 Maintenance of oil collector LRT/M/230/20042
19 Maintenance of carousel LRT/M/230/20043
20 Maintenance of waste oil system LRT/M/230/20047
21 Maintenance of underfloor wheel lathe LRT/M/230/20048
22 Maintenance of car progression system LRT/M/230/20049
23 Maintenance of re-railing equipment LRT/M/230/20050
24 Maintenance of undercar blowdown LRT/M/230/20056
25 Maintenance of tyre removal/replacement LRT/M/230/20059
26 Maintenance of pantograph test stand LRT/M/230/20060
27 Maintenance of split type air conditioner Refer to MHI manual
28 Maintenance of window type air conditioner Refer to local brand
manufacturer
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 230/240
ANNEX B: Additional Machines and Equipment
LRV MAINTENANCE
Item
No. Description Quantity Note
1 Vacuum Cleaners (Industrial) 3
2 Mobile Platforms for LRV windows (access staging) 1
3 Access platform for overhaul (access staging 3.5m h) 1
4 High pressure hot water cleaner 1
5 Pillar Drilling Machine (16mm capacity in steel) 1
6 Workbench 16
7 Tool Cabinets 20
8 Storage Shelving 10
9 Grease dispenser 4
10 Horizontal bandsaw (250mm dia. Bar) 1
11 Hand operated Guillotine 2mm (200mm blade) 1
12 Hydraulic Guillotine 4mm x 2m wide 1
13 Crimping Machine electric 1
14 Twisting Machine electric 1
15 Metal sheet bending machine 2m wide 4mm plate 1
16 Plasma cutting machine 5 to 10mm portable 1
17 Spot Welding machine portable (1.6 + 1.6mm) 1
18 Mechanical toolkits 50
19 Electrical toolkits 25
20 Mechanical/Electrical Storage toolkit 15
21 Electronic Storage toolkits 5
22 Surface Table 2400 x 1600mm (Standard accuracy) 1
23 Bearing press 0-10 tonne 1
24 Pallet truck 1.5 tonne 2
25 Tow truck (via forklift) 2 tonne (basic flat bed type) 3
26 Center Lathe 1650mm between centers Ajax AJ200E 1
27 Commutator undercutting machine 1
28 Induction heater for bearings 1
29 Balancing Machine for Rotor, Cardan shaft and Brake disc 1
30 Hand operated welding machine for item 29 1
31 Scissor lift table (1,000 x 1,500 mm) 1 tonne capacity 2
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 231/240
TRACKWORK
Item
No. Description Quantity Note
1 Clamp plates (Emergency fishplates) 3
2 Gauge tie bars insulated (for emergency use) 6
3 Rail lifting beam 1
4 Sleeper lifting beam 2
5 Flood light set & generator 3
6 4-Kango Hammers and Generator 2
7 Rail saws 3 T/C
8 Rail drills 3 T/C
9 Sleeper drills 2 T/C
10 Sleeper saws 1 T/C
11 Alumino-thermic welding kits 3 T/C
12 Weld shears 1 T/C
13 Hydraulic Rail Tensors (per one rail) 4 T/C
14 Electric arc welding kits 2 T/C
15 Grinder (hand held) for railhead faults 2 T/C
16 Rail head grinders (with rail rollers) 2 T/C
17 Rail flange grinders (with rail rollers) 2 T/C
18 Rail benders (single point) 1 T/C
19 Roller rail benders 1 T/C
20 Ballast hopper car 2 T/C
21 Rail flat wagon or bogies 2 T/C
22 Ballast Consolidators for sleeper ends (hand held vibrating plate) 3
23 Automated Liner only 1
24 Tamping machine (one man rig) 1 T/C
25 Track Condition Recording 1
26 Rail Tensors 1
27 Road/Rail Vehicle (crane) 1
28 Track Crew Wagon Road/Rail 1
T/C: These tools will be acquired as second hand condition from the contractor
OVERHEAD CATENARY SYSTEM AND CABLINGS
Item
No. Description Note
1 Installation Vehicle Rail/Road 1
2 Ladder Trolley 1
3 Lorry for Cable Drums 1
4 Auxiliary Power units 1
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 232/240
ANNEX C: Initial Spare Parts for LRV Maintenance
LRV MAINTENANCE
Item
No. Description Quantity Note
1 Gearbox with Wheels 26
2 Traction motors 26
3 Rail Brake 8
4 Disc Brake with Valve 46
5 Brake Pads 150
6 Cardan shaft 18
7 Chopper 10
8 Static Converter 8
9 Regulator 8
10 Controller 8
11 Pantograph 4
12 Spring to Bogies 35
13 Bogies Complete 12
14 Windshield 12
15 Side Windows 40
16 Doors 8
17 Coupler 5
18 Seat set 1
19 Driver's Seat 2
20 Converter Fan 2
21 Bochum Wheel 14
22 Bochum Wheel Parts (set) 16
23 Stanchions 1
24 Lighting 50
25 Reflectors 16
26 Information sheet 4
27 Bellows and rubber gangway 6
28 Pressed Pieces for Carbody lower 4
29 Pressed Pieces for Carbody upper 3
30 Pressed Pieces for Carbody side 4
31 Pressed Pieces for face 3
32 Driver's Panel 8
33 Lightning Arrester 8
34 Floor 180
35 Air-condition 4
36 Gear with Pinion 18
37 Set of bearings 10
38 Disc Brake Parts 18
39 Rail Brake Coil 8
40 Brake Valve Coil 26
41 Brake Valve Parts 18
42 Cardan Shaft parts 18
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 233/240
LRV MAINTENANCE
Item
No. Description Quantity Note
43 Parts of chopper 4
44 Contactor parts 5
45 IGBT pcs. 8
46 Static Converter pcs. 8
47 Control Unit 8
48 Power members 8
49 Regulator Parts 4
50 Set of Units 4
51 Parts of Controller 4
52 Pantograph Parts 3
53 Carbon Strips 450
54 Door Propulsion 8
55 Electronic devices 8
56 Terminal Switch 80
57 Rubber Strip 100
58 Parts of Coupler 18
59 Connecting Cable 5
60 Contact Board 4
61 Fluorescent Lamp Parts 18
62 Fluorescent Lamp Converter 40
63 Air-condition Unit Parts (set) 1
64 Filter Condenser 40
65 Filter Choke 3
66 Control Unit Information sheet 4
67 Rubber set for Bogies 20
68 Tachograph 8
69 Bogie Sensors 25
70 Relay 250
71 Wiper set 10
72 Wiper arms 80
73 Wiper rubbers 500
74 Consumable Material (set) 1
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 234/240
ANNEX D: Special Tools, Fixtures and Jigs
LRV MAINTENANCE
Item
No. Description Quantity Note
BOGIES
1 Measuring gauge to measure cross dimensions 1
2 Measuring gauge to measure wheel base 1
3 Measuring gauge to measure wheel gauge 1
4 Gauge for wheel diameters 1
5 Gauge to check wheel profile shape after machining 2
6 Gauge to check worn wheel profile shape 3
7 Jig for removal/assembly/ of traction motor from/to bogie 1
8 Fixture to press bolster ring bush 1
9 Fixture to press bearing bush in bolster 1
10 Fixture to press bearing bush in bolster (?) 1
11 Fixture to press bush spring of bolster bearing 1
12 Fixture to press steel bush in bolster 1
13 Remover of steel spring (of steel bush) in bolster 1
14 Fixture to stretch internal ring of axial bearing 1
15 Remover to pull off internal ring of axial bearing 1
16 Remover to pull off external ring of axial bearing 1
17 Fixture to dismantle and reassemble wheels (electric moment
spanner) 1
18 Special palletes for transport of selected parts (set) 1
19 Stands for wheels and gearboxes (set) 1
20 Bogies disconnecting jigs 1
GEARBOXES
21 Spanner for nut of gearbox 2
22 Remover of hub 2
23 Fixture for measurement of gap of pinion bearing 1
24 Set of fixtures for assembly and dismantling of gearbox parts by
means of hydraulic press 1
25 Pushing yoke of gearbox sealing ring 1
26 Set of assembling jigs to replace gears 1
27 Fixture to press bearing external ring 1
BRAKE VALVES
28 Positioner to dismantle, repair and reassembly 2
29 Set of strikers of bushes 1
30 Set of fixtures to press bushes 1
31 Fixture to adjust brake valve pull 1
CARDANS
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 235/240
LRV MAINTENANCE
Item
No. Description Quantity Note
32 Pressure lubricating pump 1
33 Set of fixtures to replace needle bearings 1
34 Set of jigs for Balancing Machine 1
CONTACTORS AND RELAYS
35 Pedestal for line contactor 2
36 Stands for adjusting and testing of contactors 2
37 Gauge to check SA781, SC contactors, 16/3 mm 3
38 Gauge to check SA261, SE11 contactors, 10/2.5 mm 3
39 Gauge to check RA441, RA35 relays 4/1.5 mm 3
40 Gauge to check SL11A contactors, 16/3.5 mm 2
41 Tension meter to check pressures of contacts, 0-10N 3
42 Tension meter to check pressures of contacts, 0-60N 3
43 Gauge to check gaps of auxiliary contacts CA14, 1mm 3
44 Portable fixture to check contactor closing, I.e. adjustable stabilized
source approx. 3-30V 5amp 2
ELECTRIC EQUIPMENT, IN GENERAL
45 Testing fixture of regulator 1
46 Fixture to adjust slip/spin protection 1
47 Set of jigs to check separate units of regulator 1
48 Fixture (reduction) to bring out signals of unit connector 1
49 Jig (extending frame) to measure unit in regulator 1
TRACK BRAKES
50 Hooks for transport and handling 2
DISC BRAKES
51 Set of jigs for Balancing Machine 1
TRACTION MOTORS WITHOUT REWINDING
52 Palette of traction motor 2
53 Palette of traction motor rotor 2
54 Tightener of traction motor bearer nut 1
55 Suspension lug for transport and handling 2
56 Traction motor stand (positioner) 2
57 Traction motor rotor suspension 2
58 Fixture for soldering of supply cables and internal connections 1
59 Fixture to measure commutator ovality 1
60 Hub remover 1
61 Fan remover 1
62 Bearing ring remover 1
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 236/240
LRV MAINTENANCE
Item
No. Description Quantity Note
63 Fixture to induction heat bearing rings 1
64 Tension meter to check pressure of brushes, 0 to 30N 2
65 Testing stand for traction motor test 1
66 Set of jigs for Balancing Machine 1
AUXILIARY MOTORS, TACHOALTERNATORS WITHOUT
REWINDING
67 Palettes 5
68 Rotor palettes 5
69 Universal remover for faces, small fans, etc. (?) 2
70 Remover of bearing rings 1
71 Fixture to induction heat bearing rings 1
72 Fixture to measure commutator ovality 1
73 Set of jigs for Balancing Machine 1
74 Fixtures to press GUFERO seals 2
75 Tension meter to check pressures of brushes, 0 to 10N 2
76 Testing stand for test of small HT motors 1
77 Testing stand for minor motors 1
PANTOGRAPH
78 Universal remover for bearings 1
79 Fixture to measure pantograph pressure characteristics 1
DOORS
80 Fixture to adjust safe gap against squeezing/clamping of persons 3
MAIN CONTROLLERS
81 Template to check controller switching program 1
CAR BODY
82 Set of jigs for rerailing 1
83 Jig to dismantle windows 1
84 Jig to reassemble windows 1
85 Palettes for windows 1
86 Palettes for doors 1
87 Palettes for covers 5
88 Accommodation bogies 18
89 Manipulation jig for pantograph 1
90 Manipulation jig for air condition 1
91 Manipulation jig for car section 1
92 Special palettes for transport of selected parts (set) 1
MRT3 MAINTENANCE Agreement Bid Documents Technical Specifications page 237/240
TRACKWORK
Item No. Description Quantity Note
1 Safe rail lifters for stressing & pad changing 4 T/C
2 Rail Jack 10 T/C
3 Slewing Jacks 5 T/C
4 Turfors or winches for retarding bufferstops 2 T/C
5 Hand trolleys 4 T/C
T/C: These tools will be acquired as second hand condition from the contractor
AUTOMATIC FARE COLLECTION SYSTEM
Item No. Description Quantity Note
SPECIAL TOOL
1 For TIM/Coin handling system 2 set
2 For TIM/reader encoder 2 set
3 For Gate Ticket transport 2 set
4 For A/D reader encoder 2 set
5 For E/S 2 set
OVERHEAD CATENARY SYSTEM AND CABLINGS
Item No. Description Quantity Note
1 Set of tools for OCS 1 set
2 Electrical Survey Tool for Cabling 1 set
3 Live Line Tester 2 sets
238
ANNEX E: Measuring Instrument
LRV MAINTENANCE
Item
No. Description Quantity Note
1 Tester to check cable circuits 10
2 Portable digital measuring instrument V.I.R. 3.5 - digital display 8
3 Portable digital measuring instrument R.L.C. 3.5 - digital display 2
4 Digital measuring instrument V.I.R. 4.5 - digital display 2
5 Portable digital measuring instrument to measure frame earthing 3
6 Portable digital measuring instrument to measure insulation 5
7 Portable digital memory oscilloscope with counter (TECTRONIX) 2
8 Adjustable source rated 5 to 24V 40 amp 2
9 High voltage source rated 0-4 kV 50 Hz 1
10 Portable jig to measure braking distances 1
11 Notebook to inspect doors and information of car 2
12
Adjustable power source to check current coils of relays rated
approx. 10V, 0 to 700 amp 1
13 Measurement to adjust headlamps 1
14 Contact thermometer to measure temperature rise 1
15 Stand for theodolite (?) 1
16 Theodolite to measure carbody and perpendicularity of pins (?) 1
17 Gauge to check welds, cracks, wear fractures also for the bogie 1
TRACKWORK
Item No. Description Quantity Note
1 Ultrasonic testers for rails & joints 2 T/C
2 Track geometry measuring trolley (hand pushed) 1 T/C
T/C: These instruments will be acquired as second hand condition from the contractor
AUTOMATIC FARE COLLECTION SYSTEM
Item No. Description Quantity Note
TEST EQUIPMENT
1 For TIM 2 set
2 For GATE 2 set
3 For A/D 2 set
4 For SCS 2 set
SPECIAL TEST EQUIPMENT
5 Coin handling system and reader encoder module 2 set
6 Ticket transport and reader encoder 2 set
7 Portable test unit 2 set
TRACTION POWER SUPPLY SYSTEM
Item
No. Description Quantity Note
1 Memory recorder 1
239
2 Digital Counter 1
3 Clamp AC Ammeter 2
4 Clamp DC Ammeter 2
5 Multi-Meter 15
6 Frequency Meter 1
7 Working Lamp 30
8 Portable Generator 2 kVA 1
9 WH Meter 1
10 Illumination Level Meter 1
11 Noise Level Meter 1
12 Frequency Display 1
13 Power Factor Meter 1
14 RY Tester 1
15 Phase Sequence Detector for L.V. 2
16 Megger 2
17 Portable Tester 15
18 Ground Tester 2
19 Oil Test Kit for Laboratory Analysis 1
240
ANNEX F: Routine Maintenance Spares Stock
Table 1: Routine Maintenance Spares Stock Holding
Item
No. Description Quantity Note
1- 1 Rail Clips: for Concrete Ties 100
1- 2 Rail Clips: for Plinth Track 100
1- 3 Insulators: for Concrete Ties 160
1- 4 Insulators: for Plinth Track 160
1- 5 Rail Pads: for Concrete Ties 80
1- 6 Rail Pads: for Plinth Track 160
1- 7 Anchor bolts: for Plinth Track (DFF) 160
1- 8 Anchor Insert: for Plinth Track (DFF) 20
1- 9 Institu(Chemical) Anchors and Bolts: for moving baseplates on
Plinth Track 20
1-10 Shims: for Plinth Track (DFF) 80
1-11 Baseplates: for Plinth Track (DFF) 20
1-12 Shims: Check/Guard rails 100
1-13 Coachscrews (Lag Screws) 100
1-14 Liners: Bufferstops Slides 10
1-15 Thermit Welding Portions and Mould sets (normal size) 10
1-16 Thermit Welding Portions and Mould sets (wide gap) 10
Table 2: Consumable Spare
Item No. Description Quantity Note
2- 1 Lubricant: Switch slideplates 50 liter
2- 2 Lubricant: Curved rail gauge face and check rail 50 liter
2- 3 Weed Killer 4500 kg
POWER SYSTEM
Item No. Description Quantity Note
A Spare parts for AC Switchgear
1 VCB
36kV 630A 25kA (for initial spare) 1
121kV 630A 20kA (for initial spare) 1
2 Voltage transformer
34.5kV / 3KV / 110V/3V 100VA (?) 1
11kV / 110V 100VA (?) 1
11kV / 3KV / 110V/3V 100VA (?) 1
3 Current transformer
(a) 33kV
[Winding type]
50/5A 15VA 5P10 1
[Bushing type]
150/5A 15VA 5P10 1
241
300/5A 15VA 5P10 1
(b) 12kV
[Winding type]
50/5A 15A 5P10 1
4 Protection Relay
(a) Overcurrent relay 1
(MCGG82) (50/51)
(b) Overcurrent relay 1
(MCTD01) (50R/51R)
(c) Under voltage relay 1
(MVTD21) (27)
(d) Overcurrent ground relay 1
(MCGG22) (51G)
(e) Lock-out relay 1
(BA-6LF-2A) (86)
(f) Phase sequence voltage relay 1
(UKT913) (47)
(g) A C directional overcurrent relay 1
(MET131) (67)
5 Plug type test terminal
Voltage terminal (2P) (for initial spare) 1
Voltage terminal (4P) (for initial spare) 1
Current terminal (2P) (for initial spare) 1
Current terminal (3P) (for initial spare) 1
6 Fuse
Fuse for VT(36 kV) 5A CL-LA 6
Fuse for VT(12 kV) 5A PL-J 6
Fuse for control 20A GFCC-CFA20 20
Fuse for control 3A GFCC-CFA3 14
7 Control switch
Type: B-S1-1A1B-MP-B 4
B-M4-4A4B-MDP-B 4
8 Meter
Volt-meter 2
Ammeter 2
Power factor meter 1
Watt hour meter (with DM) 1
Signal lamp (R) LA-24 10
Signal lamp (G) LB-CY-24 10
9 Space heater
200/220V 240W 4
200/220V 60W 4
10 Aux-Relay
Type : MM4XP-JD 5
: MM2XP-D 10
: HH23PW-R 5
: FRL233 17
: MS4SA-D 5
: MM23PW 6
: MM2XP 3
: UKTA-S 3
242
: H3CR-A 3
11 Circuit breaker
(36 kV VCB)
(a) Vacuum interrupter 3
(b) Closing coil 1
(c) Tripping coil 1
(d) Charging motor 1
(e) Anti-pumping relay 1
(12 kV VCB)
(a) Vacuum interrupter 3
(b) Closing coil 1
(c) Tripping coil 1
(d) Charging motor 1
(e) Anti-pumping relay 1
B For 3000 kW 750 kW Rectifier
1 Diode element (3000 kW) 5
2 Diode element (750 kW) 1
3 Hole storage capacitors 2
4 Over Temp. alarm thermostat 2
5 Over Temp. trip thermostat 2
6 Over Temp. isolating transformer (3000 kW) 1
7 DC surge capacitors 2
8 DC surge resistor 2
9 DC surge discharge resistor 2
10 DC surge fuse 4
11 DC surge diverter (3000 kW) 1
12 DC Aux. relay (48 VDC) 2
13 DC Aux. relay (110 VDC) 2
14 AC Aux. relay 2
15 AC Aux.supply fuse (N1T4) 15
16 AC Aux.supply fuse (N1T6) 5
17 AC Aux.supply fuse (T1A4) 5
18 Diode fuse (3000 kW) 10
19 Diode fuse 750 kW) 2
20 Power supply 1
21 Meter relay 1
22 Anticondensation heater 60 W TH01 2
C Spare parts for REC transformer
1 HV Bushing (3300 kVA) 1
2 HV Bushing (850 kVA) 1
3 LV Bushing (3300 kVA) 1
4 LV Bushing (850 kVA) 1
5 Gasket set (3300 kVA) 1
6 Gasket set (850 kVA) 1
7 Oil temp. indicator (3300 kVA) 1
8 Oil temp. indicator (850 kVA) 1
9 Pressure relief device (3300 kVA) 1
10 Pressure relief device (850 kVA) 1
D Spare parts for DC-SWG
243
1 Signal lamp and Bulb
Yellow lamp 5
Green lamp 5
Red lamp 5
2 Bulb for lamp 15
3 Space heater 2
4 Adaptor 4
5 Support 4
6 Micro switch 4
7 Control relay
KC6-31Z 5
KC6-22Z 2
BC9-30-01 2
MRS2-VAR 2
EUS 2
8 Local remote switch 2
9 Volt-meter 3
10 Ammeter 3
11 HSCB 6000A (for initial spare) 1
12 HSCB 4000A (for initial spare) 1
13 HSCB 2600A (initial spare) 1
14 HSCB closing device 4
15 Transformer trip relay Babcock 4
16 Protection Relay (CR-3) 1
17 Lightning arrestor 5
18 Varister (Zener diode) 4
19 Current detector (shunt 6000A) 1
20 Current detector (shunt 4000A) 1
21 Current detector (shunt 1500A) 1
22 Current detector (shunt 500A) 1
23 Contactor type BMS 08.06 2
24 Measuring AMP type MIU 2
25 Negative potential control relay, warning 2
26 Negative potential control relay, tripping 2
27 Aux. voltage detection relay 2
28 Track alive relay 2
29 Low impedance ground relay 2
30 Draining diode 2
31 Protection & control unit PCU 1
32 Disconnecting switch 6kA 1
33 Switch set for control panel 2
34 Key interlock set 1
35 Main contactor 6000A 1
4000A 2
2600A 1
36 Fuse for contactor panel 5
E Spare parts for AC LV panel
1 Molded case circuit breaker
3P 2000A 30kA 1
3P 1600A 30kA 1
3P 800A 30kA 1
244
3P 400A 30kA 1
3P 225A 30kA 1
3P 100A 30kA 2
3P 50A 30kA 1
3P 600A 7kA 1
3P 400A 7kA 1
3P 225A 7kA 1
3P 100A 7kA 2
3P 50A 7kA 2
2P 225A 7kA 2
2P 100A 7kA 2
2P 50A 7kA 2
2 Protection relay
Under voltage relay 1
Over current ground relay 1
3 Meter
Ammeter 1
Volt-meter 1
Watt-hour meter 1
4 Fuse for control 10
5 Aux.relay 10
F Spare parts for UPS & Battery Charger
1 Fuse for control 10
2 Signal lamp 10
3 Volt-meter 1
4 Ammeter 1
5 Thyristor 3
6 Diode 3
G Spare parts for diesel engine generator (2500 hour-use) 150 kVA
(150 kVA)
1 Oil filter 6
2 Fuel filter 6
3 Air filter 2
4 Drive belt, alternator 1
5 Sealant 1
6 Sealant ring, thermostat 1
7 Thermostat 1
8 Water filter 1
(500 kVA)
1 Oil filter 12
2 Fuel filter 6
3 Air filter 4
4 Drive belt, alternator 1
5 Sealant 1
6 Sealant ring, thermostat 1
7 Thermostat 1
8 Water filter 1
9 Oil filter, bypass 6
H Spare parts for Aux. Transformer
245
1 Temperature sensor 1
2 Level sensor 1
I Alarm panel
1 Signal lamp (R)HS-LED LENS S-R 5
2 Signal lamp (G)HS-LED LENS S-G 5
3 Lens and Bulb ML 15
4 Space heater 120W 2
J Lighting system excluding building light
Fluorescent light for tunnel
1 Fluorescent tube 20
2 Fluorescent ballast 20
3 Starter glow 20
4 Capacitor 20
Emergency Exit light for tunnel
5 Fluorescent tube 3
6 Fluorescent ballast 3
7 Starter glow 3
Emergency Exit light for Depot
8 Fluorescent tube 5
9 Fluorescent ballast 5
10 Starter glow 5
Depot Lighting
11 High Pressure Sodium lamp (250W) 13
12 High Pressure Sodium lamp (100W) 38
13 Ballast for 250W 13
14 Ballast for 100W 38
OVERHEAD CATENARY SYSTEM
Item
No. Description Quantity Note
1 Accessory for Mast At Grade 2
2 Accessory for Mast Elevated 4
3 Accessory for Portal Elevated 1
4 Accessory for Anchor Mast At Grade 1
5 Accessory for Anchor Mast Elevated 1
6 Portal Beam : Cross Beam L<15m
7 Portal Beam : Cross Beam L>15m 1
8 Tension Beam : OCS Anchor 1
9 Span wire Beam for column 6
10 Drop Vertical for Soffit 2
11 Drop Vertical for Portal 1
12 Cantilever Support : Hinged Push-Off 2 x 150/1 x 170 4
13 Cantilever Support : Hinged Pull-Off 2 x 150/1 x 170 4
14 Cantilever Support : Hinged OOR 2 x 150/1 x 170 1
15 Cantilever Support : Hinged Push-Off 1 x 150/1 x 170 1
16 Cantilever Support : Hinged Pull-Off 1 x 150/1 x 170 1
17 Single Track Wire Pull-off 1 x 70 2
246
18 Single Track Span Wire Support 1 x 70 1
19 Two Track Span Wire Support 1 x 70 2
20 Three Track Span Wire Support 1 x 70 1
21 Accessory for Feeder Wire 600
22 Feeder Wire Arrangement 8
23 Feeder Wire Support Arrangement 8
24 Feeder Wire Anchor 1
25 Feeding Branch (except Conductor) Main Line 1
26 Feeding Branch (except Conductor) Depot 1
27 OCS Assemblies (except Conductor) 2 x 150/1 x 170 250
28 OCS Assemblies (except Conductor) 2 x 150/1 x 170 50
29 OCS Assemblies (except Conductor) 1 x 70 0
30 Mid Point Anchor for Main Line 1
31 Back Guy Single 1
32 Back Guy V-Type 1
33 Tensioning Equipment : Pulley 2 x 150/1 x 170 1
34 Tensioning Equipment : Pulley 1 x 150/1 x 170 1
35 Tensioning Equipment : Fixed 1 x 150 1
36 Tensioning Equipment : Fixed 1 x 150/1 x 170 1
37 Tensioning Equipment : Fixed 1 x 170 1
38 Sectioning Equipment Air Joint 1
39 Sectioning Equipment : FRP Section 2 x 150/1 x 170 1
40 Sectioning Equipment : FRP Section 1 x 170 1
41 Crossing Equipment 1 x 150/1 x 170 1
42 Lightning Arrestor Pole Mounted 1
43 Accessory for Positive Feeder 5
44 Accessory for Negative Feeder 5
45 Isolator Switch 4000A 1
46 Isolator Switch 1500A 1
47 Earth Equipment 2
48 Color Light Display 1
49 Indicator Plate 1
50 Rail Bond 2
51 Wire Protection Board 1
52 Mast Type 1 1
53 Mast Type 2 3
54 Mast Type 3 2
55 Conductor for Contact 170 sq mm 500 m
56 Conductor for Feeder 250 sq mm 537 m
57 Conductor for Messenger 150 sq mm 500 m
58 Replacement for all Contact Wire 170 sq mm 5000 m
CABLING
Item No. Description Quantity Note
1
34.5 kV XLPE Shielded Insulated and PVC Oversheathed copper
Power cable 100mm2
x 1 Core 100 m
2
11 kV XLPE Insulated and PVC Oversheathed copper Power
Cable 38mm2 x Triplex 300 m
3
2 kV XLPE Insulated and PVC Oversheathed copper Power
Cable 400mm2 x 1 Core 300 m
247
600 kV XLPE Insulated and PVC Oversheathed copper Power
Cable
4 250mm2 x 1 Core 200 m
5 5.5mm2 x 4 Core 200 m
6 60mm2 x 3 Core 200 m
7 38mm2 x 4 Core 200 m
8 600 V PVC Insulated copper wire 70mm2 x 1 Core 300 m
600 V PVC Insulated copper tape shield and PVC Oversheathed
copper Control Cable
9 2mm2 x 30 Core 300 m
10 2mm2 x 5 Core 100 m
11
Polyethylene Insulated, Quadded, Copper tape Shielded and
Polyethylene sheathed copper signal cable 1.25mm2 x 2 Pairs 300 m
Polyethylene Insulated Pair Type Copper and Steel Shielded and
PVC Sheathed copper Telecommunication cable
12 0.9mm2 x 10 Pairs 300 m
13 1.2mm2 x 150 Pairs 300 m
14 600 V Bond Cable L = 3m 2 pcs
15 Maintenance socket 4 pcs
16 Concrete trough (distigunation 70) 8 pcs
17 Concrete trough (distigunation 150B) 13 pcs
18 Concrete trough (distigunation 200B) 13 pcs
19 Trough cover of trunk line 17 pcs
20
Cable straight connector (11
kV) 2 pcs
21 (Telecommunication) 2 pcs
22
Cable end connector (34.5 kV
Power) 4 pcs
CABLING
Item No. Description Quantity Note
23 (11 kV Power) 4 pcs
24 (2 kV Positive Feeder) 8 pcs
25 (Negative Feeder) 4 pcs
26 (Low voltage) 90 pcs
27 (Ground sleeve) 60 pcs
28 (Telecommunication) 60 pcs
29 (Signal Power control) 40 pcs
30 Cable clamp 2 pcs
31 Marking tag 6 pcs
32 Cable gland 4 pcs
SIGNALING SYSTEM
Item No. Description Quantity Note
1 Lockman Processor Unit 1 Local Control System
2 CVDU 14" 1 Local Control System
3 Line Driver 1 Local Control System
248
SIGNALING SYSTEM
Item No. Description Quantity Note
4 Keyboard 2 Local Control System
5 Spare Parts Set 1 Central Control System
6 21" Flat Square Monitor 1 Central Control System
7 CVDU Driver, EDC 1 Central Control System
8 Power Supply to CVDU driver 1 Central Control System
9 Magazine for EDC/INT (?) 1 Central Control System
10 Keyboard 1 Central Control System
11 Power Unit 1 Central Control System
12 Printer 1 Central Control System
13 Modem 1 Central Control System
14 Central Unit 2 Interlocking Main Unit
15 Backplane 1 Interlocking Main Unit
16 Power Supply 2 Interlocking Main Unit
17 Communication Unit 2 Interlocking Main Unit
18 Disc/Ethernet Unit 2 Interlocking Main Unit
19 Interface Module 2 Interlocking Main Unit
20 CPU Rack 19" 1 Interlocking Main Unit
21 Power Cable 1 Interlocking Main Unit
22 Power Module 2 Interlocking Loop I/F
23 Modem Module 2 Interlocking Loop I/F
24 Interface Module 2 Interlocking Loop I/F
25 Rack 1 Interlocking Loop I/F
26 Link Concentrator TKSB 1 Object Controllers
27 Object Controller 1 3 Object Controllers
28 Object Controller 2 2 Object Controllers
29 Circuit Board PMP 2 Object Controllers
30 Circuit Board BIS 5 Object Controllers
31 Circuit Board OPU (1 sb) 3 Object Controllers
32 Circuit Board OPU (2 vsb) 3 Object Controllers
33 Circuit Board OPW 3 Object Controllers
34 Circuit Board CPW 3 Object Controllers
35 Circuit Board CON 3 Object Controllers
36 Circuit Board BRK 6 Object Controllers
37 Circuit Board BRL 6 Object Controllers
38 Circuit Board CME 4 Object Controllers
39 Circuit Board LCM 4 Object Controllers
40 Circuit Board TRE 6 Object Controllers
41 Circuit Board MDM 4 Object Controllers
42 Power Supply Unit 1 Object Controllers
43 Battery 4 Object Controllers
44 2 Light Signal with pole 2 Signal Material
45 Signal lamps 100 Signal Material
46 Indication Lamps 30 Point Materials
47 Motor for Point Machine 2 Point Materials
48 Point Machine Installation Set 1 Point Materials
49 Point Position Detector 1 Point Materials
50 Local Operation Box 2 Point Materials
51 Balise 10 ATP Materials
52 Balise Connector 8 ATP Materials
249
SIGNALING SYSTEM
Item No. Description Quantity Note
53 Transmitter 5 Track Circuit
54 Receiver 8 Track Circuit
55 Tuning Unit 10 Track Circuit
56 End Terminal Unit 4 Track Circuit
57 Power Supply Unit 4 Track Circuit
58 LMU (Tx) 2 Track Circuit
59 LMU (Rx) 2 Track Circuit
60 Impedance Bond 2 Track Circuit
61 Impedance Bond Tuning Module 4 Track Circuit
62 Insulated Rail Joint 8 Track Circuit
63 Logic Unit 4 ATP On-board
64 Driver's Panel 5 ATP On-board
65 Antenna Unit 6 ATP On-board
66 Emergency Brake Relay 2 ATP On-board
67 Cable Set 2 ATP On-board
68 Tachometer Hasler 4 ATP On-board
69 Tacho Cable Connectors 4 ATP On-board
70 Power Supply 4 ATP On-board
71 Filter Unit 4 ATP On-board
72 I/O Board 6 ATP On-board
73 CPU/MEM Board 4 ATP On-board
74 Transmission Board 4 ATP On-board
75 Power Distribution Unit 2 ATP On-board
76 Transmitting Unit 6 ATP On-board
77 Antenna Simulator 1 Test Equipment
78 Antenna Field Strength measurement 1 Test Equipment
79 Beacon Tester 1 Test Equipment
80 Cable Length Meter 1 Test Equipment
COMMUNICATION SYSTEM
Item No. Description Quantity Note
1 Telephone Batch of Spare Parts 1 PABX
2 Operator Console 1 PABX
3 Digital Automatic Telephone Set 2 PABX
4 Analog Automatic Telephone Set 4 PABX
5 Main Distribution Frame 1 PABX
6 PABX Rectifier 1 PABX
7 Radio Batch of Spare Parts 1 Radio
8 Train PA Batch of Spare Parts 1 Train-borne PA
9 Multichannel Recorder Batch of Spare Parts 1 Station PA
10 Station PA Batch of Spare Parts 1 Station PA
250
CCTV SYSTEM
Item No. Description Quantity Note
1 CCD Color Camera 4
2 Auto-iris Lens 2.8mm 2
3 Auto-iris Lens 6.0mm 3
4 Auto-iris Lens 28mm 1
5 14" Color Monitor 2
6 20" Color Monitor 2
7 Camera Housing 1
8 Camera Dome Enclosure 3
9 Camera Mounting Bracket 1
10 Quad Demodulator 2
11 Programmable Video Switcher 1
12 Sequential Video Switcher 1
13 Power Supply Unit 2
AFC
Item No. Description Quantity Note
1 Automatic Gate type 2 1
2 Automatic Gate type 4 1
3 Ticket Issuing Machine 1
4 Analyzer Dispenser 1
5 Station Computer System 1
6 Central Computer System 1
7 Magnetic Head for AG 492
8 Magnetic Head for TIM 63
9 Rollers for AG 492
10 Rollers for TIM 63
11 Others
ELEVATOR (49 sets)
Item No. Description Quantity Note
1 Low Wedge Plans Belt 132
2 Victaulik Joint (?) 33
3 Pressure Gauge 33
4 Air Breather 33
5 Filter Element 33
6 Guide Shoe ( LUR191K13 ) 66
7 Guide Roller 66
8 Back up Ring 33
9 Wick for Oiler 132
10 Packing 33
11 Dust Seal 330
12 Dust Wiper 33
13 O-ring 99
14 Grand Bearing 33
15 Grand metal 33
16 V -belt 33
251
ELEVATOR (49 sets)
Item No. Description Quantity Note
17 Micro Switch 33
18 Oil ( liter ) 66
19 Grease ( kg ) 16.5
20 Carbon Brush 132
21 Touch-up Paint 33
22 Cable 132
23 Ratch assy 33
24 Relating rope 33
25 Switch assy 33
26 Fuse ( 5A ) 198
27 Fuse ( 10A ) 66
28 Relay Coil ( KRC Type ) ( 125v ) 33
29 Relay Coil ( KRC Type ) ( 62.5v ) 33
30 Relay Coil ( KLC Type ) ( 125v ) 33
31 Relay Coil ( KLC Type ) ( 62.5v ) 33
32 Relay Coil ( KTC Type ) ( 125v ) 33
33 KRC Relay 231
34 KLC Relay 33
35 MY Relay ( DC 100v w/o Manual ) 33
36 MY Relay ( DC 100v with Manual ) 33
37 MY Relay ( DC 62.5v ) 33
38 MY Relay ( DC 125v ) 33
39 STA Timer 33
40 STA Timer (?) 33
41 Silicone Stack 33
42 Surge Absorber 33
43 Digde (?) 33
44 Nylon Guide for E Type Landing Switch 33
45 Neon Lamp 132
46 Neon Lamp (?) 66
47 Printed Board 33
ESCALATOR (69 sets)
Item No. Description Quantity Note
1 Brake 46
2 V - Velt3VR-560 184
3 Senser for GOV (?) 46
4 H.R.Drive Roller 184
5 Step Assy 46
6 Tread Board R 46
7 Tread Board L 46
8 Riser 46
9 Demarcation Cleat R 46
10 Demarcation Cleat L 46
11 Demarcation Comb 92
12 Step Bracket 92
13 Pan Head Screw 1380
14 Nut 1380
15 Spring Washer 1380
252
ANNEX F: Routine Maintenance Spares Stock
BUILDING FACILITIES MECHANICAL
Item No. Description Quantity Note
1 Air Conditioner air filter (Large size) 12
2 Air Conditioner air filter (Small size) 10
3 Air Conditioner fuse for control panel 35
4 Air Conditioner refrigerant (R-22) kg 100
5 Air Conditioner Lamp (Indicator) 20
6 Wall mount ventilator complete 8
7 Ceiling mount ventilator complete 2
8 Axial fan complete 3
9 Ball tap complete 4
10 Pump mechanical seal 3
11 Battery (12V) 13
12 ABC Portable fire extinguishers 800
BUILDING FACILITIES ELECTRICAL
Item No. Description Quantity Note
LIGHTING FIXTURE
1 Lamp SON-70W/220V 30
2 Lamp MBI 250W/220V 60
3 Lamp MBI 400W/220V 120
4 Lamp MB 2500W/220V 100
5 Lamp Fluorescent 40W/220V 350
6 Lamp Fluorescent 20W/220V 60
CONTROL PANELS
7 Indication Lamp 18V (W) 60
8 Indication Lamp 18V (R) 60
9 Indication Lamp 18V (O) 60
10 Indication Lamp 18V (G) 60
FIRE ALARM SYSTEM
11 Head Detector / DC24V 30
12 Smoke Detector / DC24V 20
MAINTENANCE EQUIPMENT
Item No. Description Quantity Note
1.01.1 Overhead crane 10T 15m span
1 Load rope 1
2 Rope guide 1
3 Electrical spares package 1
4 Set of brakes for Hoist, LT & CT 1
5 Pendant 1
1.01.2 Ultrasonic axle test equipment
1 Battery pack 1
2 Set of fuses 1
253
MAINTENANCE EQUIPMENT
Item No. Description Quantity Note
1.01.3 High pressure hot water cleaner
1 Valve 1
2 Belts 2
3 Valves (?) 3
4 Regulation Valve 1
5 O-rings 12
6 Repair kit 1
7 Repair kit (?) 1
8 Float Valve 1
9 Switch 1
10 Element 1
11 Contractor (?) 1
12 Relay 1
13 Switch (?) 1
14 Stat (?) 1
15 Overstat (?) 1
16 Fuses 1
17 Chemical valve 1
18 Switch (?) 1
19 Valve (?) 1
20 Gun 1
21 O-rings (?) 10
22 Lance 1
23 Nozzle cover 3
24 Nozzles 2
25 Coupling 2
26 High pressure hose 1
27 Filter 1
1.01.4 Jib crane 3.2T 5m arm
1 Load rope 2
2 Rope guide 2
3 Electrical spares package 2
4 Set brakes for Hoist, Slew & CT 2
5 Pendant 2
1.01.5 Bogie repair hoist
1 Motor Contractor (?) 3
2 Push button 4
3 Limit switch 1
4 Coupling inlet 4
5 Flange motor 1
1.02.1 Bogie turntable (electric)
1 Turning motor contractor (?) 2
2 Proximity switch stop right/left 2
3 Proximity switch stop lock/unlock 2
4 Indicator lamp system on 2
5 Support rollers 5
254
MAINTENANCE EQUIPMENT
Item No. Description Quantity Note
6 Round steel bar 4
7 Flange motor 2
8 Lock motor 2
1.02.2 LRV Access steps
1 Front castor 2
2 Back castor 4
1.02.3 Car hoist & body stands
1 Spindle nut 1
2 Drive motor with brake 1
3 Drive motor 1
4 Double limit switch 3
5 Limit switch 4
6 Proximity switch 3
7 Motor Contractor (?) 3
8 Motor protection 3
9 Main Contractor 2
10 Emergency push button 2
11 Push button 6
12 Input unit 1
13 Output unit 1
14 Lamps 10
15 Coupling inlet 1
16 Spindle nut (?) 2
17 Drive motor (?) 2
18 Double limit switch (?) 3
19 Gear limit switch 2
20 Indicating switch 3
21 Pressure switch 5
22 Sealing for column 3
23 Motor Contractor (?) 3
1.02.4 Scissor lift 2T capacity
1 Safety ledge clip 1
2 Safety ledge switch 1
3 PCB w/ relay and rectifier 1
4 Release solenoid valve Savery 1
5 24V AC release solenoid coil Savery 1
6 Cylinder seal kit 1
7 EU wheel 1
8 EU hinge block 1
9 Hinge bush 1
10 Center bush 1
11 Trunnion bush 1
12 Top limit switch 1
13 Push button box (raise/lower) 1
14 Contactor 1
15 Overload (?) 1
16 Flow control valve 1/4" BSP 1
255
MAINTENANCE EQUIPMENT
Item No. Description Quantity Note
17 Hycdraulic hose 1
1.03.1 Mobile jacks (set of 12)
1 Spindle nut 1
2 Motor 1
3 Double limit switch 1
4 Limit switch 1
5 Volkollan wheel (?) 1
6 Motor Contractor (?) 1
7 Emergency push button 1
8 Push button 1
9 Set of lamps 1
1.03.3 Access tower
1 Cylinder seal kit 1
2 Safety switch 1
3 Wheel 1
4 Limit switch 1
5 Emergency stop button 1
6 Contractor (?) 1
7 Valve 1
8 Pendant housing 1
9 Hydraulic hose set 1
10 Overload control 1
1.03.4 Overhead crane 10T 14m span
1 Load rope 1
2 Roper guide 1
3 Electrical spares package 1
4 Set of brakes for Hoist, LT & CT 1
5 Pendant 1
1.04.5 Hydraulic press
1 Repair kit 1
2 Repair kit 1
1.05.1 Jib crane 2T 4m span
1 Load rope 1
2 Rope guide 1
3 Electrical spares package 1
4 Set of brakes for Hoist, LT & CT 1
5 Pendant 1
1.05.4 (?) Parts washer
1 Spray boom bushes 2
2 6K W dual element heaters 1
3 Lid seal set 1
4 Gas struts (?) 1
1.05.4 (?) Pedestal grinder
256
MAINTENANCE EQUIPMENT
Item No. Description Quantity Note
1 Wheel 200 x 25 x 15 A36 grit 1
2 Wheel 200 x 25 x 15 A80 grit 1
3 Wheel 200 x 25 x 15 120 Green grit 1
1.06.2 Universal milling machine
1 Belt 1
2 Bush 1
3 Key 1
4 Bolt 1
5 Digital circuit 1
1.06.4 Pillar drilling machine
1 Spindle return springs 1
2 Handles 1
3 Knobs M10 x 90 1
4 Knobs M8 x 60 1
5 Working light bulb 1
6 Fuse set 1
1.06.6 Universal grinder
1 Switch 1
2 Bearing 1
3 Bearing (?) 1
4 Guide 1
5 Guide (?) 1
1.06.7 MMA Welding machine
1 On / Off switch 1
2 Potentiometer 1
3 PCB 1
4 Thermostat 1
5 Thyristor 1
1.06.10 Circular saw
1 Pair of drive belts 1
2 Riving knife 1
3 M8 x 25 handle 1
4 M8 handle 1
1.06.11 Pedestal grinder (same as Item no. 1.05. 4) (?)
1 Wheel 200 x 25 x 15 A36 grit 1
2 Wheel 200 x 25 x 15 A80 grit 1
3 Wheel 200 x 25 x 15 120 Green grit 1
1.06.12 Parts washer (same as Item no. 1.05.04) (?)
1 Spray boom bushes 2
2 6 kW dual element heaters 1
3 Lid seal set 1
4 Gas struts 1
257
MAINTENANCE EQUIPMENT
Item No. Description Quantity Note
1.06.13 Mobile fume extractor
1 HT module 1
2 Prefilter 1
3 Main collecting cell 1
4 Contact block 1
1.07.1
Jib crane 2T 4m span (same as item no. 1.05.01)
(?)
1 Load rope 1
2 Rope guide 1
3 Electrical spares package 1
4 Set of brakes for Hoist, LT & CT 1
5 Pendant 1
1.07.2
Parts washer (same as Item nos. 1.05.04 &
1.06.12) (?)
1 Spray boom bushes 2
2 6 kW dual element heaters 1
3 Lid seal set 1
4 Gas struts 1
1.07.3 ACU Recovery unit
1 Compressor 1
2 Filter / Dryer 3
3 36" Yellow hose 1
4 36" Red hose 1
5 36" Blue hose 1
6 Recovery / Recycling solenoid valve 1
7 Moisture indicator 1
8 Heavy duty vinyl cover 1
9 Sensor (Leak detector) 1
1.07.4 ACU Charger unit
1 Tank heater blanket 1
2 120" Blue hose 1
3 120" Red hose 1
4 60" Yellow hose 1
5 Compound gauge 1
6 Pressure gauge 1
7 36" Yellow hose 1
8 Refrigerant solenoid valve 1
9 Vacuum solenoid valve 1
10 US gallon - Vacuum pump oil 6
11 Vacuum grease 1
12 Manifold service kit 2
13 Heavy duty vinyl cover 1
1.07.6
Pedestal grinder (same as Item nos. 1.05.04 &
1.06.11) (?)
1 Wheel 200 x 25 x 15 A36 grit 1
258
MAINTENANCE EQUIPMENT
Item No. Description Quantity Note
2 Wheel 200 x 25 x 15 A80 grit 1
3 Wheel 200 x 25 x 15 120 Green grit 1
1.08.1
Jib crane 2T 4m span (same as items no. 1.05.01 &
1.07.1) (?)
1 Load rope 1
2 Rope guide 1
3 Electrical spares package 1
4 Set of brakes for Hoist, LT & CT 1
5 Pendant 1
1.08.3 Battery Charger fixed
1 Fuse link 2
2 Fuse link (?) 2
3 Fuse link (?) 2
4 Controller 1
5 Supperssion board (?) 1
6 Thyristor 1
7 Diode 1
1.09.2
Pedestal grinder (same as Item nos. 1.05.04,
1.06.11 & 1.07.6) (?)
1 Wheel 200 x 25 x 15 A36 grit 1
2 Wheel 200 x 25 x 15 A80 grit 1
3 Wheel 200 x 25 x 15 120 Green grit 1
1.09.8
Parts washer (same as Item nos. 1.05.04, 1.06.12
& 1.07.2) (?)
1 Spray boom bushes 2
2 6 kW dual element heaters 1
3 Lid seal set 1
4 Gas struts 1
1.11.6 Grease dispenser
1 Grease hose 3m x 1/4" 1
2 Grease control valve 1
3 Z - swivel 1
1.11.7 Oil dispenser
1 OIl hose 3m x 1/2" 1
2 Non drip nozzle oil meter (365100) 1
1.11.9 Oil collector
1 Oil discharge hose 2m x 3/4" 1
2 Quick release coupler 1
1.12.4 Vertical storage carousel
1 Brake motor & gearbox 1
2 Roller (pivot arm) 1
3 Roller (main chain) 4
4 External circlip 14 mm dia shaft 1
259
MAINTENANCE EQUIPMENT
Item No. Description Quantity Note
5 External circlip 17.5 mm dia shaft 4
6 Arm assy 500mm deep carrier 1
7 Limit switch EL 40 H / well 45ZS1 1
8 Photoswitch EP7 1
9 Photoswitch EP12 1
10 Power supply FP1 1
11 Relay TL / E331 24Vdc MY4 1
12 Reversing Contactor FC409 1
13 Aux Contact block EC410 1
14 Man power starter EM2 6>10A 1
15 Momentary switch ES9 1
16 Illuminated momentary switch ES10 1
17 Keyswitch 1
18 Lamp EO3 1
19 Contact assy TL / 365 N / O - N / C 1
20 Opto coupler EO1 1
21 Wire ended suppressor S18 1
22 3 mm Bulldog clip 3
23 Motherboard 1
24 PT604 IDE card 1
25 RTV GA VO 9111016 VGA card 1
26 Linpic driver card 1
1.12.5 Forklift truck 2T
1 Cushion 2
2 Seal king pin 3
3 Seal Hub 3
4 Seal Hub (?) 3
5 Seal Hub (?) 3
6 Bush (6040DX) 2
7 Bushing 2
8 Connector (HBF-15-25) 1
9 Lamp Ay Head 1
10 Lamp Ay Flasher 1
11 Lamp Comb Rear 1
12 Bulb He / Lamp 3
13 Bulb FI / Lamp 3
14 Bulb Reverse 3
15 Switch Main 1
16 Controller F-R 1
17 Switch Micro 1
18 Switch Stop 1
19 Switch Flasher 1
20 Accelerator Unit 1
21 Fuse 5A 2
22 Horn 48V 1
23 Flasher Unit 48V 25W 2
24 Hour Meter 1
25 Back Horn 48V 1
260
MAINTENANCE EQUIPMENT
Item No. Description Quantity Note
26 PCB Pr/Part 1
27 PCB I/O Part 1
28 PCB T Moulde 1
29 Washer King Pin 1
30 Cap Bearing 1
31 Bolt Dr/Hub 4
32 Bolt Strg Hub 3
33 Nut Dr/Hub 4
34 Nut Strg Hub 3
35 Shoe & Lining Ay 3
36 Shoe & Lining Ay RH 3
37 Seal Kit TT/Cyl 3
38 Seal Kit Ll/Cyl 3
39 Cushion 1
40 Filter Hyd Suction 2
41 Gas Spring 1
42 Roller Slide 1
43 Cyl Ay Master 1
44 Fuse 100A 3
45 Fuse 200A 3
46 Bearing (51207) 1
47 Bearing (MMK3530) 2
48 Cable Parking L/H 2
49 Cable Parking R/H 2
50 Pin King 1
51 Bush Hyd Motor 3
52 Bush Dr/Motor 3
53 Bush St/Motor 3
54 Cyl Ay wheel 1
55 Bearing Jig (CE20-DO) 2
56 Seal Kit St/Cyl New 3
57 Magnet Ay Hyd 2ST 1
58 Magnet Ay Hyd 1ST 1
59 Magnet Ay Strg 1
1.12.6 Pallet truck
1 Seal kit 2
2 Casset valve kit 2
1.13.1 Waste oil system
1 Level Sensor 1
2 Air end kit for Diaphragm Pump 1
3 Fluid kit for Diaphragm Pump 1
4 Funnel and Drain Arm 1
1.14.1 Underfloor wheel lathe
1 Drive roller 2
2 Guide roller 2
3 Diameter roller 1
4 Drive belt 1
5 O-ring / Oil seal set 1
261
MAINTENANCE EQUIPMENT
Item No. Description Quantity Note
6 Sideway wiper set 2
7 Pump 1
8 Strainer 1
9 Filter element 1
10 Filter element (?) 1
11 Pressure switch 1
12 Solenoid valve 1
13 Solenoid valve (?) 1
14 Reducer valve 1
15 Check valve 1
16 Seal kit 1
17 Seal kit (?) 1
18 Fuse 6A 3
19 Fuse 20A 5
20 Fuse 80A 5
21 Read relay 1
22 Switch relay 1
23 Rectifier bridge 1
24 Relay 1
25 Trim pot 1
26 Moving contact 1
27 Fixed contact 1
28 Coil 1
29 Contact block 1
30 Bulb 13
31 Switch 1
32 Switch element 1
33 Switch element (?) 1
34 Gear pump 1
35 Float switch 1
36 Line filter 1
37 Metre units (pairs) (?) 3
38 Filter element 1
39 CPU card 1
40 Power supply 1
41 Graphics card 1
42 PLC coupling 1
43 Spindle encoder 1
44 Axis encoder 2
1.14.2 Car progressor
1 Flange bearing robot drive 1
2 Flange bearing idler 1
3 Flange bearing idler (?) 1
4 Robot GA-T-90834 wheel bearing 1
5 Wheel 1
6 Guide roller 2
7 Guide roller throughst water 2
8 Fuse 2
9 Fuse (?) 2
262
MAINTENANCE EQUIPMENT
Item No. Description Quantity Note
10 Pushbutton 2
11 Contact block 2
12 Selector switch 1
13 Overload heater 3
14 Drive motor 4HP with brake 1
15 Drive motor brake disc 1
16 Rotary limit switch 1
1.15.1 Rerailing equipment
A Honda engine GX 340
1 Set of packings 1
2 Air filter insert 1
3 Spark plug connector 1
4 Spark plug 1
B Control desk SM 12
5 Gasket set pressure valve cartridge 1
6 Set of gaskets for control valves 2
C Telescopic jack 400/200 kN
7 Scraper ring ES 56202-1300 1
8 O-ring 132.94 x 3.53 1
9 Sealing ring GS 55013-1300 1
10 O-ring 135.89 x 5.33 1
11 Support ring YT 5158-004 1
12 O-ring 145.72 x 2.62 1
13 Piston seal GS 50189-1492 1
14 O-ring 120.02 x 7.00 1
15 Scraper ring ES 56202-0750 1
16 O-ring 78.97 x 3.53 1
17 Sealing ring GS 55013-0750 1
18 O-ring 81.92 x 5.33 1
19 Support ring YT 5158-003 1
20 O-ring 88.57 x 2.62 1
21 Piston seal GS 50189-1492 1
22 O-ring 72.39 x 5.33 1
23 Piston guide ring BB 50704 - 0900 1
24 Piston guide ring BB 50704 -1450 1
D Flat jack 600 kN
25 Piston seal GS 50189-1325 1
26 O-ring 142.24 x 7.00 1
27 Scraper ring S 509922-5136 1
28 O-ring 142.24 x 5.33 1
29 Kantsil 013-N70-B326 (?) 1
30 Support ring YT 5158-005 1
31 O-ring 152.07 x 2.62 1
32 Sealing ring YT 1071-112 1
33 Piston guide YT 1070 - 090 1
1.15.4 Points grinder
1 Spacer 4
263
MAINTENANCE EQUIPMENT
Item No. Description Quantity Note
2 Inclination support ring 1
3 Brake pad 1
4 Tightening washer 2
5 Spacer (?) 2
6 Coupling 1
7 Pressure spring 1
8 Lever spring 2
9 Self lubricating ring 2
10 Tightness ring 1
11 Self lubricating ring (?) 1
12 Key 1
13 Scrapper point 1
14 Flanged ring 1
15 Tightening collar 1
16 Key (?) 1
17 Bakelite knob 1
Engine components
18 Oil filter Plug 5
19 Starter rope 3
20 Intake valve 1
21 Seal oil 2
22 Tank Plug 1
23 Filter 2
24 Starter spring 1
25 Spark Plug 2
26 Filter element 5
1.15.5 Corrugation grinder
1 Key 1
2 Guiding roller & adjustment ring 4
3 Splint ring 1
4 Hand lever of clamp 1
5 Ball bearing 1
6 Lubricator 2
7 Tightening nut KM 5 1
8 Flexiblock 1
9 Ball Bearing 2
10 V -belt 10 x 8 x 775 1
11 O-ring 1
12 Scraper joint 1
13 Felt joint 1
14 O-ring No. 14 1
15 Outer circlip 45 2
16 Retaining chain 1
17 Inner circlip 2
18 Bearing 1
Engine components
19 Spark plug 1
20 Clamp 1
21 Prefilter 1
264
MAINTENANCE EQUIPMENT
Item No. Description Quantity Note
22 Chamber float 1
23 Filter Element 1
24 Spring cage 1
25 Ring set 1
26 Needle valve 1
27 Nozzle 1
28 Gasket & seal kit 1
29 Wheel 1
30 Seal 1
1.15.7 Road / Rail vehicle rerailing
1 5/2 - way valve 1
2 Bulb 5
3 Bulb (?) 3
4 Buzzer 1
5 Castle nut 3
6 Cup spring 5
7 Non-return valve 1
8 Pressure switch 1
9 Relay 3
10 Seal kit for lifting cylinder 1
11 Shaft seal 2
12 Signal lamp Red 1
13 Signal lamp White 1
14 Taper roller bearing 1
15 Bleeder valve 1
16 Blinker Imp 1
17 Blinker Imp (?) 1
18 Brake pad 1
19 Brake pressure 1
20 Bulb (?) 3
21 Bulb (?) 5
22 Bulb (?) 3
23 Bulb (?) 1
24 Bulb (?) 2
25 Bulb (?) 1
26 Oil filter cap 1
27 Carbon brush set 1
28 Carbon brush set (?) 1
29 Carbon brush set (?) 1
30 Cover 1
31 Crankshaft seal 1
32 Cylinder head gasket 1
33 Exhaust valve 1
34 Filter 1
35 Filter Element 1
36 Filter Element (?) 3
37 Filter Element (?) 3
38 Fuel feed pump 1
265
MAINTENANCE EQUIPMENT
Item No. Description Quantity Note
39 Fuel pump 1
40 Fuel strainer 1
41 Fuse 5
42 Fuse (?) 5
43 Gasket 1
44 Gasket (?) 1
45 Gasket kit 1
46 Gasket kit (?) 1
47 Gasket set 1
48 Gasket set cylinder head 1
49 Gasket set oil pump 1
50 Gasket set water pump 1
51 Gasket filter cap 1
52 Gasket fuel filter 1
53 Gasket valve cover 2
54 Grooved ball bearing 1
55 Horn 1
56 Indicator 1
57 Injection valve 1
58 Intake valve 1
59 Master cylinder 1
60 Needle bearing 2
61 Nozzle 1
62 Nozzle (?) 3
63 Oil dipstick 1
64 Oil span 1
65 Outside rearview mirror 1
66 Pinion 1
67 Pinion pin bushing 3
68 Piston ring 1
69 Potentiometer 1
70 Pressure plate 1
71 Pump 1
72 Regulator valve 1
73 Repair kit 1
74 Repair kit (?) 1
75 Repair set 1
76 Screw plug 1
77 Sender unit 1
78 Sender unit (?) 1
79 Sender unit (?) 1
80 Sender unit (?) 1
81 Shock absorber 1
82 Shock absorber (?) 1
83 Solenoid switch 1
84 Switch 1
85 Switch (?) 1
86 Switch (?) 1
87 Switch (?) 1
266
MAINTENANCE EQUIPMENT
Item No. Description Quantity Note
88 Switch (?) 1
89 Switch (?) 1
90 Switch (?) 1
91 Switch (?) 1
92 Tail lamp 1
93 Tail lamp (?) 1
94 Threaded union 1
95 Tie rod 1
96 V-belt 1
97 V-belt (?) 1
98 V-belt (?) 1
99 V-belt (?) 1
100 Valve 1
101 Valve guide 1
102 Valve guide (?) 1
103 Valve spring 3
104 Valve master cylinder 1
105 Valve master cylinder (?) 1
106 Wiper arm 1
107 Wiper blade 2
108 Wiper blade (?) 2
1.16.1 Compressed air system
1 Atlas copco compressor maintenance kit 1
2 Autodrain repair kit 1
3 Harkinson dryer service kit 1
4 Panel breaker assy 1
5 Pressure regulating valve 65 mm kit 1
6 Atlas copco compressor filter kit 2
7 Harkinson filter element 1
8 Harkinson filter element (?) 1
9 Vickers filter reg. Lube service kit 2
10 Vickers filter reg. Lube service kit (?) 2
11 Vickers filter reg. Lube service kit (?) 2
1.17.1 Undercar blowdown system
1 Repair kit 2
2 Repair kit valves 15
3 Repair kit (?) 3
4 Damper 2
5 O-ring 50
6 Repair kit (?) 2
7 Micro switch 2
8 O-ring (?) 3
9 Piston 2
10 Piston (?) 2
11 Valve 2
12 Solenoid valve 2
1.18.1 Train washer plant
267
MAINTENANCE EQUIPMENT
Item No. Description Quantity Note
1 Brush drive gearmotor 1
2 Flexible drive coupling 1
3 Brush shaft top bearing 1
4 Brush shaft bottom bearing 1
5 Brush half pairs 5
6 Spray nozzles 20
7 Wash pump seal 1
8 Rinse pump seal 1
9 Filter pump seal 1
10 Detergent injection pump spare kit 1
11 Check valve for wash pump 1
12 Check valve for rinse pump 1
13 Check valve for filter pump 1
14 Track switch 1
15 Electrical spares kit 1
268
Section VIII. Bidding Forms
269
TABLE OF CONTENTS
BID FORM ......................................................................................................... 270
CONTRACT AGREEMENT FORM ...................................................................... 274
OMNIBUS SWORN STATEMENT ........................................................................ 275
BANK GUARANTEE FORM FOR ADVANCE PAYMENT ..................................... 277
BID SECURING DECLARATION……………………………………………………..278
270
Bid Form
Date:
Invitation to Bid10 No:
To: [name and address of Procuring Entity]
Gentlemen and/or Ladies:
Having examined the Bidding Documents including Bid Bulletin Numbers [insert
numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to
[supply/deliver/perform] [description of the Goods] in conformity with the said Bidding
Documents for the sum of [total Bid amount in words and figures] or such other sums as may
be ascertained in accordance with the Schedule of Prices attached herewith and made part of
this Bid.
We undertake, if our Bid is accepted, to deliver the goods in accordance with the
delivery schedule specified in the Schedule of Requirements.
If our Bid is accepted, we undertake to provide a performance security in the form,
amounts, and within the times specified in the Bidding Documents.
We agree to abide by this Bid for the Bid Validity Period specified in BDS provision
for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time
before the expiration of that period.
Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,
and to contract execution if we are awarded the contract, are listed below:11
Name and address
of agent
Amount and
Currency
Purpose of
Commission or gratuity
(if none, state “None”)
Until a formal Contract is prepared and executed, this Bid, together with your written
acceptance thereof and your Notice of Award, shall be binding upon us.
We understand that you are not bound to accept the lowest or any Bid you may receive.
We certify/confirm that we comply with the eligibility requirements as per ITB Clause
5 of the Bidding Documents.
10 If ADB, JICA and WB funded projects, use IFB.
11 Applicable only if the Funding Source is the ADB, JICA or WB.
271
Dated this ________________ day of ________________ 20______.
[signature] [in the capacity of]
Duly authorized to sign Bid for and on behalf of ____________________________
272
For Goods Offered From Abroad
Name of Bidder . Invitation to Bid12 Number __. Page of
.
1 2 3 4 5 6 7 8 9
Item Description Country
of origin
Quantity Unit price CIF port of
entry (specify port) or
CIP named place
(specify border point or
place of destination)
Total CIF or
CIP price per
item
(col. 4 x 5)
Unit Price
Delivered Duty
Unpaid (DDU)
Unit price
Delivered Duty
Paid (DDP)
Total Price
delivered DDP
(col 4 x 8)
12 If ADB, JICA and WB funded projects, use IFB.
273
For Goods Offered From Within the Philippines
Name of Bidder . Invitation to Bid13 Number . Page of .
1 2 3 4 5 6 7 8 9 10
Item Description Country
of origin
Quantity Unit price EXW
per item
Cost of local
labor, raw
material, and
component2
Total price
EXW per item
(cols. 4 x 5)
Unit prices per
item final
destination and
unit price of
other incidental
services
Sales and other
taxes payable
per item if
Contract is
awarded
Total Price
delivered Final
Destination
(col 8 + 9) x 4
13 If ADB, JICA and WB funded projects, use IFB.
274
Contract Agreement Form
THIS AGREEMENT made the _____ day of __________ 20_____ between [name of
PROCURING ENTITY] of the Philippines (hereinafter called “the Entity”) of the one part and
[name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of the
other part:
WHEREAS the Entity invited Bids for certain goods and ancillary services, viz.,
[brief description of goods and services] and has accepted a Bid by the Supplier for the
supply of those goods and services in the sum of [contract price in words and figures]
(hereinafter called “the Contract Price”).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part
of this Agreement, viz.:
(a) the Bid Form and the Price Schedule submitted by the Bidder;
(b) the Schedule of Requirements;
(c) the Technical Specifications;
(d) the General Conditions of Contract;
(e) the Special Conditions of Contract; and
(f) the Entity‟s Notification of Award.
3. In consideration of the payments to be made by the Entity to the Supplier as
hereinafter mentioned, the Supplier hereby covenants with the Entity to provide the goods
and services and to remedy defects therein in conformity in all respects with the provisions of
the Contract
4. The Entity hereby covenants to pay the Supplier in consideration of the provision of
the goods and services and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the contract at the time and in the
manner prescribed by the contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed
in accordance with the laws of the Republic of the Philippines on the day and year first above
written.
Signed, sealed, delivered by the (for the Entity)
Signed, sealed, delivered by the (for the Supplier).
275
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:
276
If a sole proprietorship: I am not related to the Head of the Procuring Entity,
members of the Bids and Awards Committee (BAC), the Technical Working Group,
and the BAC Secretariat, the head of the Project Management Office or the end-user
unit, and the project consultants by consanguinity or affinity up to the third civil
degree;
If a partnership or cooperative: None of the officers and members of [Name of
Bidder] is related to the Head of the Procuring Entity, members of the Bids and
Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat,
the head of the Project Management Office or the end-user unit, and the project
consultants by consanguinity or affinity up to the third civil degree;
If a corporation or joint venture: None of the officers, directors, and controlling
stockholders of [Name of Bidder] is related to the Head of the Procuring Entity,
members of the Bids and Awards Committee (BAC), the Technical Working Group,
and the BAC Secretariat, the head of the Project Management Office or the end-user
unit, and the project consultants by consanguinity or affinity up to the third civil
degree;
7. [Name of Bidder] complies with existing labor laws and standards; and
8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a
Bidder:
a) Carefully examine all of the Bidding Documents;
b) Acknowledge all conditions, local or otherwise, affecting the implementation of
the Contract;
c) Made an estimate of the facilities available and needed for the contract to be bid,
if any; and
d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the
Project].
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.
_____________________________________
Bidder‟s Representative/Authorized Signatory
[JURAT]
* This form will not apply for WB funded projects.
277
Bank Guarantee Form for Advance Payment
To: [name and address of PROCURING ENTITY]
[name of Contract]
Gentlemen and/or Ladies:
In accordance with the payment provision included in the Special Conditions of Contract,
which amends Clause 9 of the General Conditions of Contract to provide for advance
payment, [name and address of Supplier] (hereinafter called the “Supplier”) shall deposit
with the PROCURING ENTITY a bank guarantee to guarantee its proper and faithful
performance under the said Clause of the Contract in an amount of [amount of guarantee in
figures and words].
We, the [bank or financial institution], as instructed by the Supplier, agree unconditionally
and irrevocably to guarantee as primary obligator and not as surety merely, the payment to
the PROCURING ENTITY on its first demand without whatsoever right of objection on our
part and without its first claim to the Supplier, in the amount not exceeding [amount of
guarantee in figures and words].
We further agree that no change or addition to or other modification of the terms of the
Contract to be performed thereunder or of any of the Contract documents which may be made
between the PROCURING ENTITY and the Supplier, 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
received by the Supplier under the Contract until [date].
Yours truly,
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
278
BID SECURING DECLARATION
REPUBLIC OF THE PHILIPPINES
CITY OF ____________________)S.S.
x-------------------------------------------------x
BID-SECURING DECLARATION
Invitation to Bid/ Request for Expression of Interest No. 14
[Insert reference number]
To: [Insert name and address of the Procuring Entity]
I/We6, the undersigned, declare that:
1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may in the form of a Bid-Securing Declaration.
2. I/We accept that: (a) I/We will be automatically disqualified from the 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 of
the Guidelines on the Use of Bid Securing Declaration7, if I/we have committed any of
the following actions:
(i.) Withdrawn my/our Bid during the period of bid validity required in the
Bidding Documents; or
(ii.) Fail or refuse to accept the award and enter into contract or perform any and
all acts necessary to the execution of the Contract, in accordance with the
Bidding Documents after having been notified of your acceptance of our Bid
during the period of bid validity.
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;
5Select one and delete the other.
6Select one and delete the other. Adapt same instruction for similar terms throughout the document.
7Issued by the GPPB through GPPB Resolution 03-2012 on 27 January 2012.
279
(b) I am/we are declared ineligible or post-disqualified upon receipt of your notice
to such effect, and (i) I/We failed to timely file a request for reconsideration or
(ii) I/we filed a waiver to avail of said right;
(c) I am/we are declared as the bidder with the Lowest Calculated and Responsive
Bid/Highest Rated and Responsive Bid8, and I/we have furnished the
performance security and signed the Contract.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ___day of [Month]
[Year] at [place of execution].
[Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant
SUBSCRIBED AND SWORN to before me this ____day of [month][year] at [place
of execution], Philippines. Affiant/s is/are personally known to me and was/were identified
by me through competent evidence of identity as defined in the 2004 Rules on Notarial
Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with
no.______ and his/her Community Tax Certificate No. ______issued on _____at______.
Witness my hand and seal this _____day of [month] [year].
NAME OF NOTARY PUBLIC
Serial No. of Commission _________________
Notary Public for _____until_______________
Roll of Attorneys No.______________
PTR No. __,[date issued], [place issued]
IBP No. __,[date issued], [place issued]
Doc No. _______
Page No. ______
Book No. ______
Series of ______
280
top related