procurement of infrastructure project mrt3 capacity ...€¦ · procurement of infrastructure...
TRANSCRIPT
PHILIPPINE BIDDING DOCUMENTS
(As Harmonized with Development Partners)
Procurement of Infrastructure Project
MRT3 Capacity Expansion
Project Lot 2: Upgrade of
Ancillary Systems (Re-bid)
Government of the Republic of the Philippines
VOLUME I
Fourth Edition
December 2010
2
NOTICE
BE NOTIFIED AND AWARE THAT
THIS IS A DESIGN-AND-BUILD PROJECT
FOLLOWING THE REVISED IMPLEMENTING
RULES AND REGULATIONS OF
REPUBLIC ACT 9184 WITH AN EMPHASIS
ON ANNEX “G” (GUIDELINES FOR THE
PROCUREMENT AND IMPLEMENTATION
OF CONTRACTS FOR DESIGN-AND-BUILD
INFRASTRUCTURE PROJECTS).
3
TABLE OF CONTENTS
Section I. Invitation to Bid 4
Section II. Instructions to Bidders 7
Section III. Bid Data Sheet 36
Section IV. General Conditions of Contract 53
Section V. Special Conditions of Contract 85
Section VI. Specifications VOLUME II
Section VII. Drawings VOLUME III
Section VIII. Bill of Quantities 91
Section IX. Bidding Forms 98
4
Section I. Invitation to Bid
Republic of the Philippines
DEPARTMENT OF TRANSPORTATION
Invitation to Bid for
MRT3 Capacity Expansion Project Lot 2: Upgrade of Ancillary Systems
1. The Department of Transportation – Metro Rail Transit 3 (DOT-MRT3), through the General
Appropriations Act (GAA) of 2015, intends to apply the sum of ONE BILLION THIRTY-
TWO MILLION TWO HUNDRED SIXTY-SIX THOUSAND SIXTY-FOUR PESOS
(PHP 1,032,266,064.00) being the Approved Budget for the Contract (ABC) to payments
under the contract for the MRT3 Capacity Expansion Project Lot 2: Upgrade of
Ancillary Systems. Bids received in excess of the ABC shall be automatically rejected at
bid opening.
2. The DOT-MRT3 now invites bids for the MRT3 Capacity Expansion Project Lot 2:
Upgrade of Ancillary Systems. Completion of the Works is within Four Hundred Fifty
(450) Calendar Days from the date of the receipt of the Notice to Proceed. Bidders should
have completed a contract similar to the Project, the value of which, adjusted to current prices
using the National Statistics Office (NSO) consumer price indices, is at least fifty (50%)
percent of the ABC. The description of an eligible bidder is contained in the Bidding
Documents, particularly, in Section II. Instructions to Bidders (ITB), and Section III. Bid
Data Sheet (BDS).
3. Bidding will be conducted through two (2)-step competitive bidding procedures using non-
discretionary “pass/fail” criteria as specified in the Revised Implementing Rules and
Regulations (IRR) of Republic Act No. 9184 (R.A. 9184), otherwise known as the
“Government Procurement Reform Act.” The provisions of Annex “G” (Guidelines for
the Procurement and Implementation of Contracts for Design and Build
Infrastructure Projects) of the said Revised IRR of R.A. No. 9184 shall likewise be
applied in the procurement process and implementation of the subject project.
4. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations
with at least seventy-five percent (75%) interest or outstanding capital stock belonging to
citizens of the Philippines, subject to the condition for eligibility provided in the Revised
IRR of R.A. 9184.
Interested bidders may obtain further information from DOT-MRT3 and inspect the Bidding
Documents at the Finance and Comptrollership Division Office, 2nd Floor, MRT3 Depot,
EDSA corner North Avenue, Barangay Pag-asa, Quezon City, from Mondays to Fridays, 8
AM to 5 PM.
A complete set of Bidding Documents may be purchased by interested Bidders from 26 July
2016 until before the deadline for submission of bids from the address above and upon
payment of a nonrefundable fee for the Bidding Documents in the amount of Seventy-Five
Thousand Pesos (PHP 75,000.00).
It may also be downloaded free of charge from the websites of the Philippine Government
Electronic Procurement System (PhilGEPS) (www.philgeps.net), the DOT
(www.dotc.gov.ph), and the DOT-MRT3 (www.dotcmrt3.gov.ph), provided that bidders
shall pay the fee for the Bidding Documents not later than the submission of their bids.
The DOT-MRT3 will hold a Pre-Bid Conference open to all interested parties on 02 August
2016, 11 AM at the Conference Room, 2nd Floor, MRT3 Depot, EDSA corner North Avenue,
Barangay Pag-asa, Quezon City.
The DOT-MRT3 scheduled the site visit/ocular inspection for interested bidders who
purchased the bidding documents between 26 July 2016 until the day before the deadline
for submission of bids to fully understand the Scope of Work, Technical Specifications, and
Terms of Reference to guide the bidders in preparing their bids. Guidelines for the site
visit/ocular inspection attached in the BDS Annex “C”.
5. The Deadline for Submission of Bids (Eligibility, Technical, and Financial) is on 01
September 2016, at 11 AM at the Station Division Office, 2nd Floor, MRT3 Depot, EDSA
corner North Avenue, Barangay Pag-asa, Quezon City.
The Opening of the First Step of Procedure (Eligibility and Technical bids) will be held
immediately after the deadline for submission of bids on the same date at the Conference
Room, 2nd Floor, MRT3 Depot, EDSA corner North Avenue, Barangay Pag-asa, Quezon
City. This will be held publicly in the presence of the bidders’ authorized representatives who
choose to attend. Late bids shall not be accepted. All bids must be accompanied by a bid
security in any of the acceptable forms and in the amount stated in ITB Clause 18, and BDS
Clause 18.1.
Oral presentation of the Technical bids will be on 08 September 2016 at 10 AM at the
Conference Room, 2nd Floor, MRT3 Depot, EDSA corner North Avenue, Barangay Pag-asa,
Quezon City.
Eligible and technically qualified bidders shall be notified of the schedule of the Opening of
the Financial Bid (Second Step of Procedure) upon completion of the evaluation and
validation of the submitted documents during the First Step of Procedure.
6. The DOT-MRT3 reserves the right to accept or reject any bid, annul the bidding process,
or reject all bids at any time prior to contract award without thereby incurring any liability
to the affected bidder/s.
For further information, please refer to:
MS. ELEANOR G. NAIDAS
Head, BAC Secretariat
MRT3 Rehabilitation and Capacity Expansion Projects
Finance and Comptrollership Division Office
2nd Floor, MRT3 Depot, EDSA corner North Avenue
Barangay Pag-asa, Quezon City
Telefax No.: (+632) 9266608/929-5347 local 2200
E-mail Address: [email protected]
Website: www.dotcmrt3.gov.ph http://www.dotc.gov.ph
(SGD.)
ATTY. GERARD L. CHAN
OIC, Assistant Secretary for Procurement – DOT
Chairperson, Bids and Awards Committee
MRT3 Rehabilitation and Capacity Expansion Projects
7
Section II. Instructions to Bidders
8
TABLE OF CONTENTS
A. GENERAL..............................................................................................................10
1. Scope of Bid....................................................................................................10
2. Source of Funds...............................................................................................10
3. Corrupt, Fraudulent, Collusive, and Coercive Practices..................................10
4. Conflict of Interest...........................................................................................12
5. Eligible Bidders................................................................................................13
6. Bidder’s Responsibilities..................................................................................14
7. Origin of GOODS and Services........................................................................16
8. Subcontracts......................................................................................................16
B. CONTENTS OF BIDDING DOCUMENTS..........................................................16
9. Pre-Bid Conference...........................................................................................16
10. Clarification and Amendment of Bidding Documents......................................17
C. PREPARATION OF BIDS......................................................................................17
11. Language of Bids.............................................................................................. 17
12. Documents Comprising the Bid, Eligibility and Technical Components..........17
13. Documents Comprising the Bid: Financial Components.................................. 20
14. Alternative Bids................................................................................................. 21
15. Bid Prices............................................................................................................21
16. Bid Currencies................................................................................................... 22
17. Bid Validity........................................................................................................22
18. Bid Security........................................................................................................23
19. Format and Signing of Bids................................................................................25
20. Sealing and Marking of Bids..............................................................................25
9
D. SUBMISSION AND OPENING OF BIDS………………………………………26
21. Deadline for Submission of Bids……………………………………………..26
22. Late Bids……………………………………………………………………...26
23. Modification and Withdrawal of Bids……………………………………......26
24. Opening and Preliminary Examination of Bids……………………………….27
E. EVALUATION AND COMPARISON OF BIDS………………………………..29
25. Process to be Confidential…………………………………………………….29
26. Clarification of Bids…………………………………………………………..29
27. Detailed Evaluation and Comparison of Bids………………………………...29
28. Post Qualification……………………………………………………………..30
29. Reservation Clause……………………………………………………………..31
F. AWARD OF CONTRACT…………………………………………………….….33
30. Contract Award………………………………………………………………..33
31. Signing of the Contract………………………………………………………..33
32. Performance Security…………………………………………………………34
33. Notice to Proceed …………………………………………………………….35
10
A. General
1. Scope of Bid
1.1. The Procuring Entity as defined in the BDS, invites bids for the construction of
Works, as described in Section VI. Specifications. The name and identification
number of the Contract is provided in the BDS.
1.2. The successful bidder will be expected to complete the Works by the intended
completion date specified in SCC Clause 1.16.
2. Source of Funds
The Procuring Entity has a budget or has applied for or received funds from the Funding
Source named in the BDS, and in the amount indicated in the BDS. It intends to apply
part of the funds received for the Project, as defined in the BDS, to cover eligible
payments under the Contract for the Works.
3. Corrupt, Fraudulent, Collusive, and Coercive Practices
3.1. Unless otherwise specified in the BDS, the Procuring Entity, as well as bidders
and contractors, shall observe the highest standard of ethics during the
procurement and execution of the contract. In pursuance of this policy, the
Funding Source:
(a) defines, for purposes of this provision, the terms set forth below as
follows:
(i) “corrupt practice” means behavior on the part of officials in the
public or private sectors by which they improperly and
unlawfully enrich themselves, others, or induce others to do so,
by misusing the position in which they are placed, and includes
the offering, giving, receiving, or soliciting of anything of value
to influence the action of any such official in the procurement
process or in contract execution; entering, on behalf of the
Procuring Entity, into any contract or transaction manifestly and
grossly disadvantageous to the same, whether or not the public
officer profited or will profit thereby, and similar acts as
provided in Republic Act 3019;
(ii) “fraudulent practice” means a misrepresentation of facts in order
to influence a procurement process or the execution of a contract
to the detriment of the Procuring Entity, and includes collusive
practices among Bidders (prior to or after Bid submission)
designed to establish bid prices at artificial, non-competitive
levels and to deprive the Procuring Entity of the benefits of free
and open competition;
(iii) “collusive practices” means a scheme or arrangement between
two or more bidders, with or without the knowledge of the
11
Procuring Entity, designed to establish bid prices at artificial,
non-competitive levels; and
(iv) “coercive practices” means harming or threatening to harm,
directly or indirectly, persons, or their property to influence their
participation in a procurement process, or affect the execution of
a contract;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or concealing
of evidence material to an administrative proceedings or
investigation or making false statements to investigators
in order to materially impede an administrative
proceedings or investigation of the Procuring Entity or
any foreign government/foreign or international
financing institution into allegations of a corrupt,
fraudulent, coercive or collusive practice; and/or
threatening, harassing or intimidating any party to
prevent it from disclosing its knowledge of matters
relevant to the administrative proceedings or
investigation or from pursuing such proceedings or
investigation; or
(bb) acts intended to materially impede the exercise of the
inspection and audit rights of the Procuring Entity or any
foreign government/foreign or international financing
institution herein.
(b) will reject a proposal for award if it determines that the bidder
recommended for award has engaged in corrupt or fraudulent practices
in competing for the Contract; and
(c) will declare a firm ineligible, either indefinitely or for a stated period of
time, to be awarded Contract funded by the Funding Source if it at any
time determines that the firm has engaged in corrupt or fraudulent
practices in competing or, or in executing, a Contract funded by the
Funding Source.
3.2. Further, the Procuring Entity will seek to impose the maximum civil,
administrative, and/or criminal penalties available under the applicable laws on
individuals and organizations deemed to be involved in any of the practices
mentioned in ITB Clause 3.1(a).
3.3. Furthermore, the Funding Source and the Procuring Entity reserve the right to
inspect and audit records and accounts of a contractor in the bidding for and
performance of a contract themselves or through independent auditors as
reflected in the GCC Clause 34.
12
4. Conflict of Interest
4.1. All bidders found to have conflicting interests shall be disqualified to participate
in the procurement at hand, without prejudice to the imposition of appropriate
administrative, civil, and criminal sanctions. A Bidder may be considered to
have conflicting interests with another Bidder in any of the events described in
paragraphs (a) through (c) and a general conflict of interest in any of the
circumstances set out in paragraphs (d) through (g) below:
(a) A Bidder has controlling shareholders in common with another Bidder;
(b) A Bidder receives or has received any direct or indirect subsidy from
any other Bidder;
(c) A Bidder has the same legal representative as that of another Bidder for
purposes of this Bid;
(d) A Bidder has a relationship, directly or through third parties, that puts
them in a position to have access to information about or influence on
the bid of another Bidder or influence the decisions of the Procuring
Entity regarding this bidding process. This will include a firm or an
organization who lends, or temporarily seconds, its personnel to firms
or organizations which are engaged in consulting services for the
preparation related to procurement for or implementation of the project
if the personnel would be involved in any capacity on the same project;
(e) A Bidder submits more than one bid in this bidding process. However,
this does not limit the participation of subcontractors in more than one
bid;
(f) A Bidder who participated as a consultant in the preparation of the
design or technical specifications of the goods and related services that
are the subject of the bid; or
(g) A Bidder who lends, or temporary seconds, its personnel to firms or
organizations which are engaged in consulting services for the
preparation related to procurement for or implementation of the project,
if the personnel would be involved in any capacity on the same project.
4.2. In accordance with Section 47 of the Revised IRR of RA 9184, all Bidding
Documents shall be accompanied by a sworn affidavit of the Bidder that it is
not related to the Head of the Procuring Entity, members of the Bids and Awards
Committee (BAC), members of the Technical Working Group (TWG),
members of the BAC Secretariat, the head of the Project Management Office
(PMO) or the end-user unit, and the project consultants, by consanguinity or
affinity up to the third civil degree. On the part of the bidder, this Clause shall
apply to the following persons:
(a) If the Bidder is an individual or a sole proprietorship, to the Bidder
himself;
13
(b) If the Bidder is a partnership, to all its officers and members;
(c) If the Bidder is a corporation, to all its officers, directors, and controlling
stockholders; and
(d) If the Bidder is a joint venture (JV), the provisions of items (a), (b), or
(c) of this Clause shall correspondingly apply to each of the members of
the said JV, as may be appropriate.
(e) Relationship of the nature described above or failure to comply with this
Clause will result in the automatic disqualification of a Bidder.
5. Eligible Bidders
5.1. Unless otherwise indicated in the BDS, the following persons shall be eligible
to participate in this Bidding:
(a) Duly licensed Filipino citizens/sole proprietorships;
(b) Partnerships duly organized under the laws of the Philippines and of
which at least seventy-five percent (75%) of the interest belongs to
citizens of the Philippines;
(c) Corporations duly organized under the laws of the Philippines, and of
which at least seventy-five percent (75%) of the outstanding capital
stock belongs to citizens of the Philippines;
(d) Cooperatives duly organized under the laws of the Philippines, and of
which at least seventy-five percent (75%) of the interest belongs to
citizens of the Philippines; and
(e) Persons/entities forming themselves into a JV, i.e., a group of two (2) or
more persons/entities that intend to be jointly and severally responsible
or liable for a particular contract: Provided, however, that, in accordance
with Letter of Instructions No. 630, Filipino ownership or interest of the
joint venture concerned shall be at least seventy-five percent (75%):
Provided, further, that joint ventures in which Filipino ownership or
interest is less than seventy-five percent (75%) may be eligible where
the structures to be built require the application of techniques and/or
technologies which are not adequately possessed by a person/entity
meeting the seventy-five percent (75%) Filipino ownership requirement:
Provided, finally, that in the latter case, Filipino ownership or interest
shall not be less than twenty-five percent (25%). For this purpose
Filipino ownership or interest shall be based on the contributions of each
of the members of the joint venture as specified in their JVA.
5.2. The Procuring Entity may also invite foreign bidders when provided for under
any Treaty or International or Executive Agreement as specified in the BDS.
5.3. Government Corporate Entities may be eligible to participate only if they can
establish that they (a) are legally and financially autonomous, (b) operate under
14
commercial law, and (c) are not dependent agencies of the GOP or the Procuring
Entity.
5.4. (a) Unless otherwise provided in the BDS, the Bidder must have completed at
least one (1) single contract that is similar to this Project, equivalent to at least
fifty percent (50%) of the ABC adjusted to current prices using the National
Statistics Office consumer price index.
(b) For Foreign-funded Procurement, the Procuring Entity and the foreign
government/foreign or international financing institution may agree on another
track record requirement, as specified in the BDS.
For this purpose, contracts similar to the Project shall be those described in the
BDS, and completed within the period stated in the Invitation to Bid and ITB
Clause 12.1(a)(iii).
5.5. The Bidder must submit a computation of its Net Financial Contracting
Capacity (NFCC) using the following formula, must be at least equal to the
ABC to be bid:
NFCC = [(Current assets minus current liabilities) (K)] minus the value of
all outstanding or uncompleted portions of the projects under ongoing
contracts, including awarded contracts yet to be started coinciding with the
contract for this Project.
Where:
K = 10 for a contract duration of one year or less, 15 for a contract duration
of more than one year up to two years, and 20 for a contract duration of more
than two years.
6. Bidder’s Responsibilities
6.1. The Bidder or its duly authorized representative shall submit a sworn statement
in the form prescribed in Section IX. Bidding Forms as required in ITB Clause
12.1(b) (iii).
6.2. The Bidder is responsible for the following:
(a) Having taken steps to carefully examine all of the Bidding Documents;
(b) Having acknowledged all conditions, local or otherwise, affecting the
implementation of the contract;
(c) Having made an estimate of the facilities available and needed for the
contract to be bid, if any;
(d) Having complied with its responsibility to inquire or secure
Supplemental/Bid Bulletin/s as provided under ITB Clause 10.3.
(e) Ensuring that it is not “blacklisted” or barred from bidding by the GOP
or any of its agencies, offices, corporations, or LGUs, including foreign
15
government/foreign or international financing institution whose
blacklisting rules have been recognized by the GPPB;
(f) Ensuring that each of the documents submitted in satisfaction of the
bidding requirements is an authentic copy of the original, complete, and
all statements and information provided therein are true and
correct;
(g) Authorizing the Head of the Procuring Entity or its duly authorized
representative/s to verify all the documents submitted;
(h) Ensuring that the signatory is the duly authorized representative of the
Bidder, and granted full power and authority to do, execute and perform
any and all acts necessary and/or to represent the Bidder in the bidding,
with the duly notarized Secretary’s Certificate attesting to such fact, if
the Bidder is a corporation, partnership, cooperative, or joint venture;
(i) Complying with the disclosure provision under Section 47 of the Act in
relation to other provisions of Republic Act 3019; and
(j) Complying with existing labor laws and standards, if applicable.
Failure to observe any of the above responsibilities shall be at the risk of the
Bidder concerned.
6.3. The Bidder, by the act of submitting its bid, shall be deemed to have inspected
the site, determined the general characteristics of the contract works and the
conditions for this Project and examine all instructions, forms, terms, and
project requirements in the Bidding Documents.
6.4. It shall be the sole responsibility of the prospective bidder to determine and to
satisfy itself by such means as it considers necessary or desirable as to all
matters pertaining to this Project, including: (a) the location and the nature of
the contract, project, or work; (b) climatic conditions; (c) transportation
facilities; (d) nature and condition of the terrain, geological conditions at the site
communication facilities, requirements, location and availability of
construction aggregates and other materials, labor, water, electric power and
access roads; and (e) other factors that may affect the cost, duration and
execution or implementation of the contract, project, or work.
6.5. The Procuring Entity shall not assume any responsibility regarding erroneous
interpretations or conclusions by the prospective or eligible bidder out of the
data furnished by the procuring entity.
6.6. Before submitting their bids, the Bidders are deemed to have become familiar
with all existing laws, decrees, ordinances, acts and regulations of the
Philippines which may affect the contract in any way.
6.7. The Bidder shall bear all costs associated with the preparation and submission
of his bid, and the Procuring Entity will in no case be responsible or liable for
those costs, regardless of the conduct or outcome of the bidding process.
16
6.8. Bidders should note that the Procuring Entity will only accept bids only from
those that have paid the nonrefundable fee for the Bidding Documents at the
office indicated in the Invitation to Bid.
7. Origin of GOODS and Services
There is no restriction on the origin of Goods, or Contracting of Works or Services
other than those prohibited by a decision of the United Nations Security Council taken
under Chapter VII of the Charter of the United Nations.
8. Subcontracts
8.1. Unless otherwise specified in the BDS, the Bidder may subcontract portions of
the Works to an extent as may be approved by the Procuring Entity and stated
in the BDS. However, subcontracting of any portion shall not relieve the Bidder
from any liability or obligation that may arise from the contract for this Project.
8.2. Subcontractors must submit the documentary requirements under ITB Clause
12 and comply with the eligibility criteria specified in the BDS. In the event that
any subcontractor is found by the Procuring Entity to be ineligible, the
subcontracting of such portion of the Works shall be disallowed.
8.3. The Bidder may identify the subcontractor to whom a portion of the Works will
be subcontracted at any stage of the bidding process or during contract
implementation. If the Bidder opts to disclose the name of the subcontractor
during bid submission, the Bidder shall include the required documents as part
of the technical component of its bid.
B. Contents of Bidding Documents
9. Pre-Bid Conference
9.1. (a) If so specified in the BDS, a pre-bid conference shall be held at the venue
and on the date indicated therein, to clarify and address the Bidders’ questions
on the technical and financial components of this Project.
(b) The pre-bid conference shall be held at least twelve (12) calendar days
before the deadline for the submission of and receipt of bids. If the Procuring
Entity determines that, by reason of the method, nature, or complexity of the
contract to be bid, or when international participation will be more
advantageous to the GOP, a longer period for the preparation of bids is
necessary, the pre-bid conference shall be held at least thirty (30) calendar days
before the deadline for the submission and receipt of bids, as specified in the
BDS.
9.2. Bidders are encouraged to attend the pre-bid conference to ensure that they
fully understand the Procuring Entity’s requirements. Non-attendance of the
Bidder will in no way prejudice its bid; however, the Bidder is expected to know
the changes and/or amendments to the Bidding Documents as recorded in the
minutes of the pre-bid conference and the Supplemental/Bid Bulletin.
17
9.3. Any statement made at the pre-bid conference shall not modify the terms of the
bidding documents unless such statement is specifically identified in writing as
an amendment thereto and issued as a Supplemental/Bid Bulletin.
10. Clarification and Amendment of Bidding Documents
10.1. Bidders who have purchased the Bidding Documents may request for
clarification(s) on any part of the Bidding Documents or for an interpretation.
Such a request must be in writing and submitted to the Procuring Entity at the
address indicated in the BDS at least ten (10) calendar days before the deadline
set for the submission and receipt of Bids.
10.2. Supplemental/Bid Bulletins may be issued upon the Procuring Entity’s initiative
for purposes of clarifying or modifying any provision of the Bidding Documents
not later than seven (7) calendar days before the deadline for the submission and
receipt of Bids. Any modification to the Bidding Documents shall be identified
as an amendment.
10.3. Any Supplemental/Bid Bulletin issued by the BAC shall also be posted on the
Philippine Government Electronic Procurement System (PhilGEPS) and the
website of the Procuring Entity concerned, if available. Unless, otherwise
provided in the BDS, it shall be the responsibility of all Bidders who secure the
Bidding Documents to inquire and secure Supplemental/Bid Bulletins that may
be issued by the BAC. However, bidders who have submitted bids before the
issuance of the Supplemental/Bid Bulletin must be informed and allowed to
modify or withdraw their bids in accordance with ITB Clause 23.
C. Preparation of Bids
11. Language of Bids
The Bid, as well as all correspondence and documents relating to the Bid exchanged by
the Bidder and the Procuring Entity, shall be written in English. Supporting documents
and printed literature furnished by the Bidder may be in another language provided they
are accompanied by an accurate translation in English certified by the appropriate
embassy or consulate in the Philippines, in which case the English translation shall
govern, for purposes of interpretation of the Bid.
12. Documents Comprising the Bid: Eligibility and Technical
Components
12.1. Unless otherwise indicated in the BDS, the first envelope shall contain the
following eligibility and technical documents:
(a) Eligibility Documents –
Class “A” Documents:
(i) Registration certificate from the Securities and Exchange
Commission (SEC), Department of Trade and Industry (DTI) for
sole proprietorship, or Cooperative Development Authority
18
(CDA) for cooperatives, or any proof of such registration as
stated in the BDS;
(ii) Mayor’s permit issued by the city or municipality where the
principal place of business of the prospective bidder is located;
(iii) Statement of ALL its ongoing government and private contracts
including contracts awarded but not yet started, if any, and
Statement of at least ONE (1) completed contract that is similar
to the project to be bid, and equivalent to at least 50% of the
ABC, adjusted to the current prices using the NSO Consumer
Price Index. The statement shall include, for each contract, the
following:
(iii.1) name of the contract;
(iii.2) date of the contract;
(iii.3) contract duration;
(iii.4) owner’s name and address;
(iii.5) nature of work;
(iii.6) contractor’s role (whether sole contractor, subcontractor,
or partner in a JV) and percentage of participation;
(iii.7) total contract value at award;
(iii.8) date of completion or estimated completion time;
(iii.9) total contract value at completion, if applicable;
(iii.10) percentages of planned and actual accomplishments, if
applicable;
(iii.11) value of outstanding works, if applicable;
(iii.12) the statement shall be supported by the notices of award
and/or notices to proceed issued by the owners; and
(iii.13) the statement shall be supported by the Constructors
Performance Evaluation System (CPES) rating sheets,
and/or certificates of completion and owner’s
acceptance, if applicable;
(iv) Unless otherwise provided in the BDS, valid Philippine
Contractors Accreditation Board (PCAB) license and
registration for the type and cost of the contract for this Project;
(v) Audited financial statements, showing, among others, the
prospective total and current assets and liabilities, stamped
19
“received” by the BIR or its duly accredited and authorized
institutions, for the preceding calendar year which should not be
earlier than two (2) years from the date of bid submission;
(vi) NFCC computation in accordance with ITB Clause 5.5;
(vii) Tax clearance per Executive Order 398 Series of 2005 as finally
reviewed and approved by the BIR; and
Class “B” Document:
(viii) If applicable, valid Joint Venture Agreement (JVA) or, in lieu
thereof, duly notarized statements from all the potential joint
venture partners stating that they will enter into and abide by the
provisions of the JVA in the instance that the bid is successful
shall be included in the bid.
(b) Technical Documents –
(i) Bid security as prescribed in ITB Clause 18. If the Bidder opts
to submit the bid security in the form of:
(i.1) a bank draft/guarantee or an irrevocable letter of credit
issued by a foreign bank, it shall be accompanied by a
confirmation from a Universal or Commercial Bank; or
(i.2) a surety bond accompanied by a certification coming
from an authorized Insurance Commission that a surety
or insurance company is authorized to issue such
instrument;
(ii) Project Requirements, which shall include the following:
(ii.1) Organizational chart for the contract to be bid;
(ii.2) List of contractor’s personnel (e.g. project Manager,
Project Engineers, Materials Engineers, and Foremen), to
be assigned to the contract to be bid, with their complete
qualification and experience data;
(ii.3) List of contractor’s equipment units, which are owned,
leased, and/or under purchase agreements, supported by
certification of availability of equipment from the
equipment lessor/vendor for the duration of the project;
(ii.4) Preliminary Design Plans;
(ii.5) Design and Construction Methods;
(ii.6) Design and Construction Schedules;
20
(ii.7) Value Engineering of Design and Construction Methods;
and
(iii) Sworn statement in accordance with Section 25.2(b)(iv) of the
IRR of RA 9184 and using the form prescribed in Section IX.
Bidding Forms.
13. Documents Comprising the Bid: Financial Component
13.1. Unless otherwise stated in the BDS, the financial component of the bid shall
contain the following:
a) Financial Bid Form in accordance with the form prescribed in Section
IX. Bidding Forms indicating lump sum bid prices, which shall include
the detailed engineering costs;
b) Detailed estimates (Price Schedules/Bill of Quantities) including a
summary sheet indicating the unit prices of construction materials, labor
rates and equipment rentals used in coming up with the bid;
c) Cash flow by the quarter and payment schedules; and
d) Any other document related to the financial component of the bid as
stated in the BDS.
13.2. (a) Unless indicated in the BDS, all Bids that exceed the ABC shall not be
accepted.
(b) Unless otherwise indicated in the BDS, for foreign-funded
procurement, a ceiling may be applied to bid prices provided the
following conditions are met:
(i) Bidding Documents are obtainable free of charge on a freely
accessible website. If payment of Bidding Documents is required
by the procuring entity, payment could be made upon the
submission of bids.
(ii) The procuring entity has procedures in place to ensure that the ABC
is based on recent estimates made by the engineer or the
responsible unit of the procuring entity and that the estimates are
based on adequate detailed engineering (in the case of works) and
reflect the quality, supervision and risk and inflationary factors, as
well as prevailing market prices, associated with the types of
works or goods to be procured.
(iii) The procuring entity has trained cost estimators on estimating prices
and analyzing bid variances. In the case of infrastructure projects,
the procuring entity must also have trained quantity surveyors.
(iv) The procuring entity has established a system to monitor and report
bid prices relative to ABC and engineer’s/procuring entity’s
estimate.
21
(v) The procuring entity has established a monitoring and evaluation
system for contract implementation to provide a feedback on
actual total costs of goods and works.
14. Alternative Bids
14.1. Alternative Bids shall be rejected. For this purpose, alternative bid is an offer
made by a Bidder in addition or as a substitute to its original bid which may be
included as part of its original bid or submitted separately therewith for purposes
of bidding. A bid with options is considered an alternative bid regardless of
whether said bid proposal is contained in a single envelope or submitted in two
(2) or more separate bid envelopes.
14.2. Bidders shall submit offers that comply with the requirements of the Bidding
Documents, including the basic technical design as indicated in the drawings
and specifications. Unless there is a value engineering clause in the BDS,
alternative bids shall not be accepted.
14.3. Each Bidder shall submit only one Bid, either individually or as a partner in a
JV. A Bidder who submits or participates in more than one bid (other than as a
subcontractor if a subcontractor is permitted to participate in more than one bid)
will cause all the proposals with the Bidder’s participation to be disqualified.
This shall be without prejudice to any applicable criminal, civil and
administrative penalties that may be imposed upon the persons and entities
concerned.
15. Bid Prices
15.1 The contract shall be for the whole Works, which is design and build, based on
Price Schedules/Bill of Quantities for the detailed engineering design, and for
the construction of the works submitted by the Bidder. Bidders shall quote for
the entire design and build contract on a “single responsibility” basis such that
the total bid prices covers all the Contractor’s obligations mentioned in or to be
reasonably inferred from the Bidding Documents in respect to design and
construction of the project. The obligations of the Contractor include, but not
limited to, acquisition of all permits, approvals and licenses, etc.; and, any and
all such items and services as maybe specified in the Bidding Documents, all in
accordance with the requirements of the General Conditions of Contract. Items
against which, no price is entered by the Bidder will not be paid for by the
Procuring Entity when executed and shall be deemed to be covered by the prices
for other items.
15.2 The Bidder shall fill in rates and prices for all items of the Works, which is
design and build, described in the Price Schedules/Bill of Quantities to be
submitted by the Bidder. The Bidder shall identify and enumerate any and all
items of Works, which is design and build, and fill-in the pertinent quantities,
unit rates, and prices. Bids not addressing or providing all of the required items
of works in the Price Schedules/Bill of Quantities including, where applicable,
Price Schedules/Bill of Quantities, shall be considered non-responsive and, thus,
automatically disqualified. In this regard, where a required item is provided, but
no price is indicated, the same shall be considered as non-responsive, but
22
specifying a “0” (zero) for the said item would mean that it is being offered for
free to the Government.
15.3 All duties, taxes, and other levies payable by the Contractor under the Contract,
or for any other cause, prior to the deadline for submission of bids, shall be
included in the rates, prices, and total bid price submitted by the Bidder.
15.4 All bid prices for the given scope of work in the contract as awarded shall be
considered as fixed prices, and therefore not subject to price escalation during
contract implementation, except under extraordinary circumstances as specified
in GCC Clause 48. Price escalation may be allowed in extraordinary
circumstances as may be determined by the National Economic and
Development Authority in accordance with the Civil Code of the Philippines,
and upon the recommendation of the Procuring Entity. Furthermore, in cases
where the cost of the awarded contract is affected by any applicable new laws,
ordinances, regulations, or other acts of the GOP, promulgated after the date of
bid opening, a contract price adjustment shall be made or appropriate relief shall
be applied on a no loss-no gain basis.
16. Bid Currencies
16.1. All bid prices shall be quoted in Philippine Pesos unless otherwise provided in
the BDS. However, for purposes of bid evaluation, bids denominated in foreign
currencies shall be converted to Philippine currency based on the exchange rate
prevailing on the day of the Bid opening.
16.2. If so allowed in accordance with ITB Clause 16.1, the Procuring Entity for
purposes of bid evaluation and comparing the bid prices will convert the
amounts in various currencies in which the bid price is expressed to Philippine
Pesos at the exchange rate as published in the BSP reference rate bulletin on the
day of the bid opening.
16.3. Unless otherwise specified in the BDS, payment of the contract price shall be
made in Philippine Peso.
17. Bid Validity
17.1. Bids shall remain valid for the period specified in the BDS which shall not
exceed one hundred twenty (120) calendar days from the date of the opening of
bids.
17.2. In exceptional circumstances, prior to the expiration of the bid validity period,
the Procuring Entity may request Bidders to extend the period of validity of
their bids. The request and the responses shall be made in writing. The bid
security described in ITB Clause 18 should also be extended corresponding to
the extension of the bid validity period at the least. A Bidder may refuse the
request without forfeiting its bid security, but his bid shall no longer be
considered for further evaluation and award. A Bidder granting the request shall
not be required or permitted to modify its bid.
18. Bid Security
23
18.1. The bid security in the amount stated in the BDS shall be equal to the percentage
of the ABC in accordance with the following schedule:
Form of Bid Security Amount of Bid Security
(Equal to Percentage of the ABC)
(a) Cash or cashier’s/manager’s
check issued by a Universal or
Commercial Bank.
Two percent (2%)
(b) Bank draft/guarantee or
irrevocable letter of credit issued
by a Universal or Commercial
Bank: Provided, however, that it
shall be confirmed or
authenticated by a Universal or
Commercial Bank, if issued by a
foreign bank.
(c) Surety bond callable upon
demand issued by a surety or
insurance company duly certified
by the Insurance Commission as
authorized to issue such security;
and/or
Five percent (5%)
(d) Any combination of the
foregoing.
Proportionate to share of form
with respect to total amount of
security
(e) Bid Securing Declaration No percentage required.
For biddings conducted by local government units, the Bidder may also submit
bid securities in the form of cashier’s/manager’s check, bank draft/guarantee, or
irrevocable letter of credit from other banks certified by the BSP as authorized
to issue such financial statement.
The Bid Securing Declaration mentioned above is an undertaking which states,
among others, that the bidder shall enter into contract with the procuring entity
and furnish the performance security required under ITB Clause 32.2, from
receipt of the Notice of Award, and committing to pay the corresponding fine,
and be suspended for a period of time from being qualified to participate in any
government procurement activity in the event it violates any of the conditions
stated therein as provided in the guidelines issued by the GPPB.
18.2. The bid security should be valid for the period specified in the BDS. Any bid
not accompanied by an acceptable bid security shall be rejected by the Procuring
Entity as non-responsive.
18.3. No bid securities shall be returned to bidders after the opening of bids and before
contract signing, except to those that failed or declared as post-disqualified,
upon submission of a written waiver of their right to file a motion for
reconsideration and/or protest. Without prejudice on its forfeiture, Bid
Securities shall be returned only after the bidder with the Lowest Calculated
Responsive Bid has signed the contract and furnished the Performance Security,
24
but in no case later than the expiration of the Bid Security validity period
indicated in ITB Clause 18.2.
18.4. Upon signing and execution of the contract, pursuant to ITB Clause 31, and the
posting of the performance security, pursuant to ITB Clause 32, the successful
Bidder’s Bid security will be discharged, but in no case later than the Bid
security validity period as indicated in ITB Clause 18.2.
18.5. The bid security may be forfeited:
(a) if a Bidder:
(i) withdraws its bid during the period of bid validity specified in
ITB Clause 17;
(ii) does not accept the correction of errors pursuant to ITB Clause
27.3(b);
(iii) fails to submit the requirements within the prescribed period, or
a finding against their veracity, as stated in ITB Clause 28.2;
(iii) submission of eligibility requirements containing false
information or falsified documents;
(iv) submission of bids that contain false information or falsified
documents, or the concealment of such information in the bids
in order to influence the outcome of eligibility screening or any
other stage of the public bidding;
(v) allowing the use of one’s name, or using the name of another for
purposes of public bidding;
(vi) withdrawal of a bid, or refusal to accept an award, or enter into
contract with the Government without justifiable cause, after the
Bidder had been adjudged as having submitted the Lowest
Calculated and Responsive Bid;
(vii) refusal or failure to post the required performance security
within the prescribed time;
(viii) refusal to clarify or validate in writing its bid during post-
qualification within a period of seven (7) calendar days from
receipt of the request for clarification;
(ix) any documented attempt by a bidder to unduly influence the
outcome of the bidding in his favor;
(x) failure of the potential joint venture partners to enter into the
joint venture after the bid is declared successful; or
(xi) all other acts that tend to defeat the purpose of the competitive
bidding, such as habitually withdrawing from bidding,
25
submitting late Bids or patently insufficient bid, for at least three
(3) times within a year, except for valid reasons.
(b) if the successful Bidder:
(i) fails to sign the contract in accordance with ITB Clause 31;
(ii) fails to furnish performance security in accordance with ITB
Clause 32.
19. Format and Signing of Bids
19.1. Bidders shall submit their bids through their duly authorized representative
using the appropriate forms provided in Section IX. Bidding Forms on or before
the deadline specified in the ITB Clause 21 in two (2) separate sealed bid
envelopes, and which shall be submitted simultaneously. The first shall contain
the technical component of the bid, including the eligibility requirements under
ITB Clause 12.1, and the second shall contain the financial component of the
bid.
19.2. Forms as mentioned in ITB Clause 19.1 must be completed without any
alterations to their format, and no substitute form shall be accepted. All blank
spaces shall be filled in with the information requested.
19.3. The Bidder shall prepare an original of the first and second envelopes as
described in ITB Clauses 12 and 13. In addition, the Bidder shall submit copies
of the first and second envelopes. In the event of any discrepancy between the
original and the copies, the original shall prevail.
19.4. The bid, except for unamended printed literature, shall be signed, and each and
every page thereof shall be initialed, by the duly authorized representative/s of
the Bidder.
19.5. Any interlineations, erasures, or overwriting shall be valid only if they are
signed or initialed by the duly authorized representative/s of the Bidder.
20. Sealing and Marking of Bids
20.1. Bidders shall enclose their original eligibility and technical documents
described in ITB Clause 12, in one sealed envelope marked “ORIGINAL -
TECHNICAL COMPONENT”, and the original of their financial component
in another sealed envelope marked “ORIGINAL - FINANCIAL
COMPONENT”, sealing them all in an outer envelope marked “ORIGINAL
BID”.
20.2. Each copy of the first and second envelopes shall be similarly sealed duly
marking the inner envelopes as “COPY NO. ___ - TECHNICAL
COMPONENT” and “COPY NO. ___ – FINANCIAL COMPONENT” and the
outer envelope as “COPY NO. ___”, respectively. These envelopes containing
the original and the copies shall then be enclosed in one single envelope.
26
20.3. The original and the number of copies of the Bid as indicated in the BDS shall
be typed or written in indelible ink and shall be signed by the bidder or its duly
authorized representative/s.
20.4. All envelopes shall:
(a) contain the name of the contract to be bid in capital letters;
(b) bear the name and address of the Bidder in capital letters;
(c) be addressed to the Procuring Entity’s BAC identified in ITB
Clause10.1;
(d) bear the specific identification of this bidding process indicated in the
Invitation to Bid; and
(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for the
opening of bids, in accordance with ITB Clause 21.
20.5. If bids are not sealed and marked as required, the Procuring Entity will assume
no responsibility for the misplacement or premature opening of the bid.
D. Submission and Opening of Bids
21. Deadline for Submission of Bids
Bids must be received by the Procuring Entity’s BAC at the address and on or before
the date and time indicated in the BDS.
22. Late Bids
Any bid submitted after the deadline for submission and receipt of bids prescribed by
the Procuring Entity, pursuant to ITB Clause 21, shall be declared “Late” and shall not
be accepted by the Procuring Entity.
23. Modification and Withdrawal of Bids
23.1. The Bidder may modify its bid after it has been submitted; provided that the
modification is received by the Procuring Entity prior to the deadline prescribed
for submission and receipt of bids. The Bidder shall not be allowed to retrieve
its original bid, but shall be allowed to submit another bid equally sealed,
properly identified, linked to its original bid marked as “TECHNICAL
MODIFICATION” or “FINANCIAL MODIFICATION” and stamped
“received” by the BAC. Bid modifications received after the applicable deadline
shall not be considered and shall be returned to the Bidder unopened.
23.2. A Bidder may, through a letter of withdrawal, withdraw its bid after it has been
submitted, for valid and justifiable reason; provided that the letter of withdrawal
is received by the Procuring Entity prior to the deadline prescribed for
submission and receipt of bids.
27
23.3. Bids requested to be withdrawn in accordance with ITB Clause 23.1 shall be
returned unopened to the Bidders. A Bidder may also express its intention not
to participate in the bidding through a letter which should reach and be stamped
by the BAC before the deadline for submission and receipt of bids. A Bidder
that withdraws its bid shall not be permitted to submit another bid, directly or
indirectly, for the same contract.
23.4. No bid may be modified after the deadline for submission of bids. No bid may
be withdrawn in the interval between the deadline for submission of bids and
the expiration of the period of bid validity specified by the Bidder on the
Financial Bid Form. Withdrawal of a bid during this interval shall result in the
forfeiture of the Bidder’s bid security, pursuant to ITB Clause 18.5, and the
imposition of administrative, civil, and criminal sanctions as prescribed by RA
9184 and its IRR.
24. Opening and Preliminary Examination of Bids
24.1. A two-steps procedure shall be undertaken by the Procuring Entity, which may
be undertaken with the assistance of the Design and Build Committee (DBC) or
with the Procuring Entity’s Engineer (Project Consultant).
24.2. First Step Procedure - The BAC shall open the first bid envelopes of Bidders in
public as specified in the BDS to determine each Bidder’s compliance with the
documents prescribed in ITB Clause 12. For this purpose, the BAC shall check
the submitted documents of each bidder against a checklist of required
documents to ascertain if they are all present, using a non-discretionary
“pass/fail” criterion. If a bidder submits the required document, it shall be rated
“passed” for that particular requirement. In this regard, bids that fail to include
any requirement or are incomplete or patently insufficient shall be considered
as “failed”. Otherwise, the BAC shall rate the said first bid envelope as
“passed”.
All the bids which are rated “passed” shall be then subjected to detailed
evaluation involving the review of the preliminary conceptual designs and track
record submitted by the Bidder, as required in ITB Clause 12.1(a) (iii) and
12.1(b) (ii), using the non-discretionary “pass/fail” criteria that involved
compliance with the following requirements:
a) Compliance with required design and construction experience;
b) Quality of personnel to be assigned to the project which covers suitability
of key staff to perform the duties of the particular assignment and general
qualifications and competence including education and training of the key
staff;
c) Adherence of preliminary design plans to the required performance
specifications and parameters and degree of details specified by the
Procuring Entity that will enable the quantities to be estimated and verified
up to plus/minus fifteen percent (+/-15%) of the final quantities;
d) Concept of approach and methodology for detailed engineering design,
supervisions and construction with emphasis to clarity, feasibility,
28
innovativeness and comprehensiveness of the plan approach, and the
quality of interpretation of project problems, risk, and suggested solutions;
e) Suitability of Design and Construction Schedules;
f) Value engineering analysis of design and construction methods to be
implemented; and
g) Suitability of contractor’s equipment units, which are owned, leased,
and/or under purchase agreements, supported by certification of
availability of equipment from the equipment lessor/vendor for the duration
of the project.
24.3 Second Step Procedure - Only those bids that passed the above criteria indicated
in the First Step Procedure shall be subjected to the Second Step Procedure.
Unless otherwise specified in the BDS, the BAC shall forthwith open the second
(financial) envelope of each remaining eligible bidder whose first envelope
passed the criteria of the First Step Procedure. In case one or more of the
requirements in the second envelope of a particular bid is missing, incomplete
or patently insufficient, and/or if the submitted total bid price exceeds the ABC
unless otherwise provided in ITB Clause 13.1(b), the BAC shall rate the bid
concerned as “failed”. Only bids that are determined to contain all the bid
requirements for both components shall be rated “passed” and shall immediately
be considered for evaluation and comparison.
24.4 Letters of withdrawal shall be read out and recorded during bid opening, and the
envelope containing the corresponding withdrawn bid shall be returned to the
Bidder unopened. If the withdrawing Bidder’s representative is in attendance,
the original bid and all copies thereof shall be returned to the representative
during the bid opening. If the representative is not in attendance, the Bid shall
be returned unopened by registered mail. The Bidder may withdraw its bid prior
to the deadline for the submission and receipt of bids, provided that the
corresponding letter of withdrawal contains a valid authorization requesting for
such withdrawal, subject to appropriate administrative sanctions.
24.5 If a Bidder has previously secured a certification from the Procuring Entity to
the effect that it has previously submitted the above-enumerated Class “A”
Documents, the said certification may be submitted in lieu of the requirements
enumerated in ITB Clause 12.1(a), items (i) to (vi).
24.6 In the case of an eligible foreign Bidder as described in ITB Clause 5, the Class
“A” Documents enumerated in ITB Clause 12.1(a) may be substituted with the
appropriate equivalent documents, if any, issued by the country of the foreign
Bidder concerned.
24.7 Each partner of a joint venture agreement shall likewise submit the documents
required in ITB Clauses 12.1(a) (i) and 12.1(a)(ii). Submission of documents
required under ITB Clauses 12.1 (a)(iii) to 12.1 (a)(vi) by any of the joint
venture partners constitutes compliance.
24.8 A Bidder determined as “failed” has three (3) calendar days upon written notice
or, if present at the time of bid opening, upon verbal notification within which
to file a request for reconsideration with the BAC: Provided, however, that the
29
request for reconsideration shall not be granted if it is established that the finding
of failure is due to the fault of the Bidder concerned: Provided, further, that the
BAC shall decide on the request for reconsideration within seven (7) calendar
days from receipt thereof. If a failed Bidder signifies his intent to file a request
for reconsideration, the BAC shall keep the bid envelopes of the said failed
Bidder unopened and/or duly sealed until such time that the request for
reconsideration or protest has been resolved.
24.9 The Procuring Entity shall prepare the minutes of the proceedings of the bid
opening that shall include, as a minimum: (a) names of Bidders, their bid price,
bid security, findings of preliminary examination; and (b) attendance sheet. The
BAC members shall sign the abstract of bids as read.
E. Evaluation and Comparison of Bids
25. Process to be Confidential
25.1 Members of the BAC, including its staff and personnel, as well as its Secretariat
and TWG, are prohibited from making or accepting any kind of communication
with any bidder regarding the evaluation of their bids until the issuance of the
Notice of Award, unless n the case of ITB Clause 26.
25.2 Any effort by a bidder to influence the Procuring Entity in the Procuring Entity’s
decision in respect of Bid evaluation, Bid comparison or contract award will
result in the rejection of the Bidder’s Bid.
26. Clarification of Bids
To assist in the evaluation, comparison and post-qualification of the bids, the Procuring
Entity may ask in writing any Bidder for a clarification of its bid. All responses to
requests for clarification shall be in writing. Any clarification submitted by a Bidder in
respect to its bid and that is not in response to a request by the Procuring Entity shall
not be considered
27. Detailed Evaluation and Comparison of Bids
27.1 The Procuring Entity will undertake the detailed evaluation and comparison of
Bids which have passed the opening and preliminary examination of Bids,
pursuant to ITB Clause 24, in order to determine the Lowest Calculated Bid.
27.2 In evaluating the Bids to get the Lowest Calculated Bid, the Procuring Entity
shall undertake the following:
a) The detailed evaluation of the financial component of the bids, to
establish the correct calculated prices of the bids; and
b) The ranking of the total bid prices as so calculated from the lowest to
highest. The bid with the lowest price shall be identified as the Lowest
Calculated Bid.
30
27.3 The Procuring Entity's BAC shall immediately conduct a detailed evaluation of
all bids rated “passed,” using non-discretionary “pass/fail” criterion. The BAC
shall consider the following in the evaluation of bids:
a) Completeness of the bid. Unless the ITB specifically allows partial bids,
bids not addressing or providing all of the required items in the Schedule
of Requirements including, where applicable, bill of quantities, shall be
considered non-responsive and, thus, automatically disqualified. In this
regard, where a required item is provided, but no price is indicated, the
same shall be considered as non-responsive, but specifying a "0" (zero)
for the said item would mean that it is being offered for free to the
Procuring Entity; and,
b) Arithmetical corrections. Consider computational errors and omissions
to enable proper comparison of all eligible bids. It may also consider bid
modifications if expressly allowed in the BDS. Any adjustment shall be
calculated in monetary terms to determine the calculated prices.
27.4 Based on the detailed evaluation of bids, those that comply with the above-
mentioned requirements shall be ranked in the ascending order of their total
calculated bid prices, as evaluated and corrected for computational errors,
discounts and other modifications, to identify the Lowest Calculated Bid. Total
calculated bid prices, as evaluated and corrected for computational errors,
discounts and other modifications, which exceed the ABC shall not be
considered, unless otherwise indicated in the BDS.
27.5 The Procuring Entity’s evaluation of bids shall only be based on the bid price
quoted in the Financial Bid Form
27.6 Bids shall be evaluated on an equal footing to ensure fair competition. For this
purpose, all bidders shall be required to include in their bids the cost of all taxes,
such as, but not limited to, value added tax (VAT), income tax, local taxes, and
other fiscal levies and duties which shall be itemized in the bid form and
reflected in the detailed estimates. Such bids, including said taxes, shall be the
basis for bid evaluation and comparison.
28. Post Qualification
28.1 The Procuring Entity shall determine to its satisfaction whether the Bidder that
is evaluated as having submitted the Lowest Calculated Bid (LCB) complies
with and is responsive to all the requirements and conditions specified in ITB
Clauses 5, 12, and 13.
28.2 Within a non-extendible period of three (3) calendar days from receipt by the
Bidder of the notice from the BAC that it submitted the LCB, the Bidder shall
submit the following documentary requirements:
a) Latest income and business tax returns in the form specified in the BDS;
b) Certificate of PhilGEPS Registration or PhilGEPS Registration Number
if the procuring entity is a Philippine foreign office or post, provided that
31
participating bidders should register with the PhilGEPS prior to bid
opening; and
c) Other appropriate licenses and permits required by law and stated in the
BDS.
Failure of the Bidder declared as LCB to duly submit the requirements under
this Clause or a finding against the veracity of such, shall be ground for
forfeiture of the bid security and disqualification of the Bidder for award.
28.3 The determination shall be based upon an examination of the documentary
evidence of the Bidder’s qualifications submitted pursuant to ITB Clauses 12
and 13, as well as other information as the Procuring Entity deems necessary
and appropriate, using a non-discretionary “pass/fail” criterion.
28.4 If the BAC determines that the Bidder with the Lowest Calculated Bid passes
all the criteria for post-qualification, it shall declare the said bid as the Lowest
Calculated Responsive Bid, and recommend to the Head of the Procuring Entity
the award of contract to the said Bidder at its submitted price or its calculated
bid price, whichever is lower, subject to ITB Clause 30.3.
28.5 A negative determination shall result in rejection of the Bidder’s Bid, in which
event the Procuring Entity shall proceed to the next Lowest Calculated Bid to
make a similar determination of that Bidder’s capabilities to perform
satisfactorily. If the second Bidder, however, fails the post qualification, the
procedure for post qualification shall be repeated for the Bidder with the next
Lowest Calculated Bid, and so on until the Lowest Calculated and Responsive
Bid is determined for contract award.
28.6 Within a period not exceeding seven (7) calendar days from the date of receipt
of the recommendation of the BAC, the Head of the Procuring Entity shall
approve or disapprove the said recommendation. In the case of government
owned and government-owned and/or -controlled corporations (GOCCs) and
government financial institutions (GFIs), the period provided herein shall be
fifteen (15) calendar days.
29. Reservation Clause
29.1 Notwithstanding the eligibility or post-qualification of a bidder, the Procuring
Entity concerned reserves the right to review its qualifications at any stage of
the procurement process if it has reasonable grounds to believe that a
misrepresentation has been made by the said bidder, or that there has been a
change in the Bidder’s capability to undertake the project from the time it
submitted its eligibility requirements. Should such review uncover any
misrepresentation made in the eligibility and bidding requirements, statements
or documents, or any changes in the situation of the Bidder which will affect its
capability to undertake the project so that it fails the preset eligibility or bid
evaluation criteria, the Procuring Entity shall consider the said Bidder as
ineligible and shall disqualify it from submitting a bid or from obtaining an
award or contract.
32
29.2 Based on the following grounds, the Procuring Entity reserves the right to reject
any and all Bids, declare a Failure of Bidding at any time prior to the contract
award, or not to award the contract, without thereby incurring any liability, and
make no assurance that a contract shall be entered into as a result of the bidding:
a) if there is prima facie evidence of collusion between appropriate public
officers or employees of the Procuring Entity, or between the BAC and
any of the bidders, or if the collusion is between or among the bidders
themselves, or between a bidder and a third party, including any act
which restricts, suppresses or nullifies or tends to restrict, suppress or
nullify competition;
b) if the Procuring Entity’s BAC is found to have failed in following the
prescribed bidding procedures; or
c) for any justifiable and reasonable ground where the award of the contract
will not redound to the benefit of the Government as follows:
i) If the physical and economic conditions have significantly
changed so as to render the project no longer economically,
financially or technically feasible as determined by the head of
the procuring entity;
ii) If the project is no longer necessary as determined by the head
of the procuring entity; and
iii) If the source of funds for the project has been withheld or
reduced through no fault of the Procuring Entity.
29.3 In addition, the Procuring Entity may likewise declare a failure of bidding when:
a) No bids are received;
b) All prospective bidders are declared ineligible;
c) All bids fail to comply with all the bid requirements or fail post-
qualification; or,
d) The bidder with the Lowest Calculated Responsive Bid refuses, without
justifiable cause to accept the award of contract, and no award is made.
F. Award of Contract
30. Contract Award
30.1 Subject to ITB Clause 28, the Procuring Entity shall award the contract to the
Bidder whose Bid has been determined to be the Lowest Calculated and
Responsive Bid (LCRB).
30.2 Prior to the expiration of the period of Bid validity, the Procuring Entity shall
notify the successful Bidder in writing that its Bid has been accepted, through a
Notice of Award received personally or sent by registered mail or electronically,
33
receipt of which must be confirmed in writing within two (2) days by the LCRB
and submitted personally or sent by registered mail or electronically to the
Procuring Entity.
30.3 Notwithstanding the issuance of the Notice of Award, award of contract shall be
subject to the following conditions:
a) Submission of the following documents within the prescribed period
from receipt by the Bidder of the notice that it has the Lowest Calculated
and Responsive Bid:
i) Valid JVA, if applicable, within ten (10) calendar days;
ii) Valid PCAB license and registration for the type and cost of the
contract to be bid for foreign bidders, within thirty (30) calendar
days, if allowed under a Treaty or International or Executive
Agreement mentioned in ITB Clause 12.1(a)(iv);
b) Posting of the performance security in accordance with ITB Clause 32;
c) Signing of the contract as provided in ITB Clause 31; and
d) Approval by higher authority, if required.
31. Signing of the Contract
31.1 At the same time as the Procuring Entity notifies the successful Bidder that its
Bid has been accepted, the Procuring Entity shall send the Contract Form to the
Bidder, which Contract has been provided in the Bidding Documents,
incorporating therein all agreements between the parties.
31.2 Within ten (10) calendar days from receipt of the Notice of Award, the
successful Bidder shall post the required performance security, sign and date the
contract and return it to the Procuring Entity.
31.3 The Procuring Entity shall enter into contract with the successful Bidder within
the same ten (10) calendar day period provided that all the documentary
requirements are complied with.
31.4The following documents shall form part of the contract:
a) Contract Agreement;
b) Bidding Documents;
c) Winning bidder’s bid, including the Technical and Financial Proposals,
and all other documents/statements submitted;
d) Performance Security;
e) Credit line in accordance with ITB Clause 5.5, if applicable;
34
f) Notice of Award of Contract; and
g) Other contract documents that may be required by existing laws and/or
specified in the BDS.
32. Performance Security
32.1 To guarantee the faithful performance by the winning Bidder of its obligations
under the contract, it shall post a performance security within a maximum period
of ten (10) calendar days from the receipt of the Notice of Award from the
Procuring Entity and in no case later than the signing of the contract.
32.2 The performance security shall be denominated in Philippine Pesos and posted
in favor of the Procuring Entity in an amount equal to the percentage of the total
contract price as stated in the BDS in accordance with the following schedule:
Form of Performance Security
Amount of Performance Security
(Equal to Percentage of the Total
Contract Price)
(a) Cash or cashier’s/manager’s
check issued by a Universal or
Commercial Bank.
Ten percent (10%)
(b) Bank draft/guarantee or
irrevocable letter of credit issued
by a Universal or Commercial
Bank: Provided, however, that it
shall be confirmed or
authenticated by a Universal or
Commercial Bank, if issued by a
foreign bank.
(c) Surety bond callable upon
demand issued by a surety or
insurance company duly
certified by the Insurance
Commission as authorized to
issue such security; and/or
Thirty percent (30%)
(d) Any combination of the
foregoing.
Proportionate to share of form with
respect to total amount of security
32.3 Failure of the successful Bidder to comply with the above-mentioned
requirement shall constitute sufficient ground for the annulment of the award
and forfeiture of the bid security, in which event the Procuring Entity shall
initiate and complete the post qualification of the second Lowest Calculated Bid.
The procedure shall be repeated until the Lowest Calculated and Responsive Bid
is identified and selected for contract award. However, if no Bidder passed post-
qualification, the BAC shall declare the bidding a failure and conduct a re-
bidding with re-advertisement.
33. Notice to Proceed
35
33.1 Within three (3) calendar days from the date of approval of the Contract by the
appropriate government approving authority, the Procuring Entity shall issue its
Notice to Proceed to the Bidder.
33.2 The contract effectivity date shall be provided in the Notice to Proceed by the
Procuring Entity, which date shall not be later than seven (7) calendar days from
the issuance of the Notice to Proceed.
36
Section III. Bid Data Sheet
37
Bid Data Sheet
ITB Clause
1.1 The PROCURING ENTITY is Department of Transportation – Metro
Rail Transit 3 (DOT-MRT3).
The name of the Project is MRT3 Capacity Expansion (CAPEX) Lot 2:
Upgrade of Ancillary Systems.
2 The Funding Source is:
The Government of the Philippines (GOP) through 2015 General
Appropriations Act in the amount of ONE BILLION THIRTY-TWO
MILLION TWO HUNDRED SIXTY-SIX THOUSAND SIXTY-FOUR
PESOS (PHP 1,032,266,064.00).
The name of the Project is MRT3 Capacity Expansion (CAPEX) Lot 2:
Upgrade of Ancillary Systems.
3.1 No further instructions.
5.1 No further instructions.
5.2 Bidding is restricted to eligible bidders as defined in ITB Clause 5.1.
5.4 The Bidder must have completed a single contract that is similar to this
Project, equivalent to at least fifty percent (50%) of the ABC.
For this purpose, similar contracts shall refer to the design, build, and
commissioning of a power sub-station facility/system.
8.1 Sub-contracting is allowed up to a maximum of forty-nine percent (49%) of
the total contract amount.
Sub-contractors can be nominated during contract implementation subject to
the approval of the DOT-MRT3, provided that sub-contractors must comply
with ITB Clause 8.2.
The single point of responsibility shall remain with the Main Contractor
pursuant to ITB Clause 8.1.
Further, only in the following shall sub-contracting be allowed:
a. Civil & Track Works;
b. Overhead Catenary System; and,
c. Depot Maintenance Equipment and Facilities.
8.2 For purposes of nomination of the sub-contractor, the following documents
must be submitted:
The eligibility documents as specified in ITB Clause 12.1 (a) (i, ii, iii, iv, v,
38
& vii), and 12.1 (b)(ii) (1) (2) & (3).
9.1 The Procuring Entity will hold a Pre-Bid Conference for this Project on 02
August 2016, 11 AM, at the Conference Room, 2nd Floor, MRT3 Depot,
EDSA corner North Avenue, Barangay Pag-asa, Quezon City.
10.1 The Procuring Entity’s address is:
Finance and Comptrollership Division Office
2nd Floor, MRT3 Depot, EDSA corner North Avenue
Barangay Pag-asa, Quezon City
Telefax No.: (+632) 9266608/929-5347 local 2200
E-mail Address: [email protected]
Websites: www.dotcmrt3.gov.ph, http://www.dotc.gov.ph
Contact Person: Ms. Eleanor G. Naidas Head, Bids and Awards Committee Secretariat
10.3 No further instructions.
12.1 In case of joint venture, each member should submit eligibility documents as
specified in ITB Clauses 12.1(a)(i), (ii) and (vii).
Submission must be compliant with Sections 9.2 and 10.0 of Annex “G” of
the Revised IRR of Republic Act No. 9184, Guidelines for the Procurement
and Implementation of Contract for Design and Build Infrastructure Projects.
12.1(a)(i) No other acceptable proof of registration is recognized.
For foreign bidders, the eligibility requirements under Class “A” Documents
may be substituted by the appropriate equivalent documents, if any, issued by
the country of the foreign bidder concerned. The eligibility requirements or
statements, the bids, and all other documents to be submitted to the BAC must
be in English. A translation of the documents in English certified by the
appropriate embassy or consulate in the Philippines must accompany the
eligibility requirements under Class “A” and “B” Documents if they are in
other foreign language.
If there is no appropriate equivalent document in the country of the foreign
bidder concerned, a certification under oath to that effect shall be submitted
by the bidder. If executed abroad, the certification must be duly authenticated
by the Philippine embassy/consulate where said certification was executed.
Further, any document executed abroad submitted with the bid must likewise
be duly authenticated by the Philippine embassy/consulate where said
document was executed.
The following foreign documents, where applicable, must be submitted duly
authenticated by the Philippine embassy/consulate in the country of origin:
39
1. Appropriate equivalent document to the registration certificate from the
Securities and Exchange Commission, Department of Trade and
Industry for sole proprietorship, or Cooperative Development Authority
for cooperatives;
2. Appropriate equivalent document to the Mayor’s Permit issued by the
city or municipality where the principal place of business of the
prospective bidder is located;
3. Audited financial statement for the last two (2) years (specifically, 2013
and 2014). Proof that these where submitted to the taxing authority in
the bidder’s country of origin must likewise be submitted or appear on
the face of said statements;
4. Certifications executed and notarized abroad (If statement is not
required to be notarized under the Bidding Documents then
authentication is likewise not necessary.); and
5. Contracts.
If the authentication is not completed in time for the bidding, the submission
of proof of filing of application for authentication with the concerned
Philippine embassy/consulate must be submitted; provided that the duly
authenticated document is submitted during the post-qualification stage.
12.1(a)(iii) Bidders must submit the following:
1. Duly signed Statement of ALL Ongoing Government and Private
Contracts including contracts awarded but not yet started (refer to form
SF-INFR-15).
Note: This statement shall be supported with:
a. Notice of Award and/or Contract;
b. Notice to Proceed issued by the owner; and
c. Certificate of Accomplishment signed by the owner or Project
Engineer.
2. Duly signed Statement showing the bidder’s Single Largest Completed
Contract which is similar in nature (refer to form SF-INFR-16).
Note: This statement shall be supported with:
a. Contract;
b. CPES rating sheets and/or Certificate of Completion; and
c. Certificate of Acceptance.
The bidders must have an experience of having completed at least one (1)
contract that is similar to the contract to be bid, specifically the design, build
and commissioning of a power sub-station facility/system, and whose
values, adjusted to current prices using the NSO consumer price indices, must
be at least fifty percent (50%) of the Approved Budget for the Contract.
40
12.1(a)(iv) Bidders must submit a valid PCAB License with Size Range of Large B (GE-
1), General Engineering “AAA” or Large B (SP-EE), Specialty Electrical
Work “AAA”.
For joint venture bidders, a Joint License issued by the PCAB pursuant to
Section 38 of R.A. No. 4566 (and not merely the PCAB license and
registration individually issued to each joint venture partner) must also be
submitted. Failure of the joint venture to submit a Joint PCAB License is a
ground for its disqualification.
12.1 (b)(ii.2) The required personnel with required experience and valid PRC License are
as follows:
Position
Total
Experience in
Engineering,
Construction,
or Railway
Industry
(Years)
In
Similar
Project *
(Years)
In
Similar
Position**
(Years)
PRC
License
1. For the Design
Works
Design Manager 15 10 5 Required
Chief Structural
Engineer 10 5 3 Required
Chief Electrical
Engineer 7 5 3 Required
Tracks Expert 7*** 5**** 3 Not
Required
Depot
Equipment/Facilities
Expert
7*** 7**** 3 Not
Required
Chief Mechanical
Engineer 7*** 5**** 3 Required
System Interface
Engineer 7*** 5**** 3
Not
Required
Quantity Surveyor 7 5 3 Required
2. During
Construction,
Installation,
Commissioning
Works
Project Manager 15 10 3 Not
Required
Project Engineer 10 5 3 Required
Chief Structural
Engineer 10 5 3 Required
41
Chief Electrical
Engineer 7 5 3 Required
Chief Mechanical
Engineer 7*** 5**** 3 Required
Tracks Expert 7*** 5**** 3 Not
Required
Depot
Equipment/Facilities
Expert
7*** 5**** 3 Not
Required
Materials Engineer 7 5 3
Not
required
but
DPWH
Accredite
d
Quantity Engineer 7 5 3 Required
Surveyor/Locating
Engineer 7 5 3 Required
Health and Safety
Engineer 7 5 3
Not
Required
but
DOLE
Accredite
d
Quality Assurance
Engineer 7 5 3
Not
Required
System Interface
Engineer 7*** 5**** 3
Not
Required
*Must refer to an experience in a project for the construction/installation, and
commissioning of a power sub-station facility/system.
**Similar positions refer to similar nature of responsibilities.
***Must refer to experience in railway project or in the railway industry.
****Similar project must likewise refer to railway project or in the railway
industry.
NOTE: CVs (make use and submit form provided in Section IX of the Bidding
Documents), and photocopies of valid PRC Licenses or proof thereof must be
submitted with the bid.
Duly signed Statement of Availability of Key Personnel and Equipment (refer
to form SF-INFR-18).
42
12.1(b)(ii.3) The required Minimum Equipment are as follows:
Item Particulars Capacity
Minimum
Required
Number of
Units/Sets
1. Telescopic Crane One (1) unit
2. Road-Rail Vehicle with
Elevated Platform
One (1) unit
3. Service Generator One (1) unit
4. Flat Car with Catenary Wire
Reel Stand
One (1) unit
5. Backhoe/Excavator/Breaker
Machine
One (1) unit
6. Dump Truck One (1) unit
7. Pay Loader One (1) unit
8. Concrete Cutter One (1) unit
9. Hand-Held/Portable Powered
Ballast Tamping Machine
Two (2) unit
10. Rail Welding Equipment Two (2) sets
11. Pick Up Truck for project use At least
2012 model,
double cab
Two (2) units
List of Contractor’s Equipment OWNED/LEASED assigned to the Proposed
Contract (refer to form SF-INFR-49).
Note: For owned equipment, proof of ownership shall be required. List of
contractor’s equipment units, which are leased, and/or under purchase
agreements, should be supported by certification of availability of equipment
from the equipment lessor/vendor for the duration of the project
13.1 The Bidder must also submit a detailed Unit Price Analysis (UPA), to be
included in the Second (Financial) Envelope.
13.2(a) The ABC is ONE BILLION THIRTY-TWO MILLION TWO HUNDRED
SIXTY-SIX THOUSAND SIXTY-FOUR PESOS (PHP 1,032,266,064.00).
Any bid with a financial component exceeding this amount shall not be
accepted.
14.2 Alternative bids shall not be accepted.
16.1 The bid prices shall be quoted in Philippine Pesos.
16.3 Payment shall be made in Philippine Currency.
17.1 Bids will be valid until One Hundred Twenty (120) calendar days from Bid
Opening.
18.1 The bid security shall be in the following amount:
43
1. The amount of Twenty Million Six Hundred Forty-Five Thousand Three
Hundred Twenty-One Pesos and 28/100 (PHP 20,645,321.28), or 2% of
ABC, if bid security is in cash, cashier’s/manager’s check, bank
draft/guarantee or irrevocable letter of credit; or
2. The amount of Fifty-One Million Six Hundred Thirteen Thousand Three
Hundred Three Pesos and 20/100 (PHP 51,613,303.20), or 5% of ABC, if
bid security is in Surety Bond; or
3. Any combination of the foregoing proportionate to the share of form with
respect to total amount of security; or,
4. Bid Securing Declaration in the form prescribed by GPPB.
Pursuant to Section 27.5 of R.A. No. 9184 and its Revised IRR and GPPB
Resolution No. 25-2013 and GPPB Circular 01-2014, bidders may submit
a Bid Securing Declaration that is an undertaking which states, among
others, that the bidder shall enter into contract with the procuring entity
and furnish the required performance security within ten (10) calendar
days, or less, as indicated in the Bidding Documents, from receipt of the
Notice of Award, and committing to pay the corresponding fine and be
suspended for a period of time from being qualified to participate in any
government procurement activity in the event it violates any of the
conditions stated therein as required in the guidelines issued by the GPPB.
In no case shall bid security or Bid Securing Declaration be returned later
than the expiration of the bid validity period indicated in the Bidding
Documents, unless it has been extended in accordance with Section 28.2
of the IRR.
The Bid Securing Declaration Form is found in Section IX. Bidding Forms
18.2 The bid security shall be valid until One Hundred Twenty (120) calendar
days from date of opening of Bids.
20.3 Bidders shall submit one (1) set of original and two (2) copies of the first and
second envelopes. Each set must be properly bound and tabbed for easy
reference.
Bidders shall also accomplish a duly signed one (1) page summary indicating
or outlining therein the number of pages comprising each set of documents
submitted in compliance with the Technical and Financial Components of its
bid, respectively, including the total number of pages forming each of two
components. Moreover, all pages of documents submitted must be numbered.
However, non-compliance with the summary, page numbering, binding, and
tabbing requirement shall not be considered as grounds for disqualification.
See attached sample/diagram on Marking and Sealing of envelope (BDS
Annexes 1 and 2).
44
21 The address for submission of bids (Eligibility, Technical and Financial) is:
Finance and Controllership Division Office
2nd Floor, MRT3 Depot, EDSA corner North Avenue
Barangay Pag-asa, Quezon City
Telefax No.: (+632) 9266608/929-5347 local 2200
The deadline for submission of bids is 01 September 2016 at 11 AM.
24.2 The opening of the Eligibility and Technical component of the Bids (First
Step of Procedure) will be held at the address below:
Conference Room, 2nd Floor
MRT3 Depot, EDSA corner North Avenue
Barangay Pag-asa, Quezon City
Telefax No.: (+632) 926-4465
The date and time of bid opening is 01 September 2016 at 11 AM.
24.3 The date and time of Opening of Financial Bids (Second Step of Procedure)
will be announced through a bid bulletin in the DOT, MRT3, and PhilGEPS
websites. The address for the Opening of Financial Bids is below:
Conference Room
2nd Floor, MRT3 Depot, EDSA corner North Avenue
Barangay Pag-asa, Quezon City
Telefax No.: (+632) 926-4465
27.3(b) Bid modification shall not be allowed.
27.4 No further instructions.
28.2(a) Only tax returns filed and taxes paid through the BIR Electronic Filing and
Payment System (EFPS) shall be accepted.
NOTE: The latest income and business tax returns are those within the last
six months preceding the date of bid submission.
28.2(c) No further instructions.
31.4(g) Additional contract documents to be submitted by the Contractor before
contract signing:
1. Design Key Personnel/Manpower Deployment Schedule.
Additional documents to be submitted by the Contractor during contract
implementation:
1. Equipment Utilization Schedule;
2. Construction, Installation & Commissioning Works Key
Personnel/Manpower Deployment Schedule;
45
3. S-Curve;
4. PERT/CPM;
5. Construction Safety and Health Program Approved by DOLE
6. Traffic Management Plan;
7. Quality Assurance/ Quality Control Plan;
8. Environmental Program; and
9. Other documents/plans/reports/ drawings required in the TOR.
32.2 No further instructions.
33.2 The effective date of the Contract shall be within seven (7) days from the
issuance of the Notice to Proceed.
46
SEALING AND MARKING OF BIDS
FIRST ENVELOPE - Eligibility and Technical Requirements
SECOND ENVELOPE - Financial Requirements
ORIGINAL ENVELOPE
COPY 1 ENVELOPE
COPY 2 ENVELOPE
SECOND
ENVELOPE SECOND
ENVELOPE
SECOND
ENVELOPE
FIRST
ENVELOPE FIRST
ENVELOPE
FIRST
ENVELOPE
ONE SEALED BID
Annex A ANNEX A
SEALING OF BID ENVELOPES
47
ANNEX B
MARKING OF BID ENVELOPES
48
ANNEX B
49
GUIDELINES FOR SITE VISIT FOR THE DOT MRT3 LOT 2:
UPGRADE OF
ANCILLARY SYSTEMS
I. VENUE AND COVERAGE
The MRT3 Depot Office is located at North Avenue corner EDSA, Barangay Bagong
Pag-asa, Quezon City. The site visit shall include the inspection of MRT3 Depot and
MRT3 stations from North Avenue to Taft.
II. OBJECTIVES
1. To allow bidders to validate their understanding of the Bidding Documents,
specifically the Technical Specifications and Terms of Reference. Bidders should
exercise due diligence during the conduct of the site visit in assessing the condition
of the system and subsystems as basis in the submission of their bid proposal.
2. To enable bidders to familiarize themselves with the existing system conditions for
the Project.
III. REQUEST FOR AUTHORITY TO CONDUCT SITE VISIT
1. Bidders intending to conduct site visits shall address their requests to the Bids and
Awards Committee (BAC) through its Chairman. Requests should be accompanied
by a duly accomplished Participation Confirmation Form (Form A). Both
requirements shall be submitted to the BAC Secretariat copy furnish DOT-MRT3
through fax and email at least twenty-four (24) hours before the desired date and
time for the site visit in the following address/contact numbers:
The DOT-MRT3 BAC Secretariat c/o Ms. Eleanor G. Naidas
MRT3 Depot Office, North Avenue corner EDSA
Barangay Bagong Pag-asa, Quezon City
Telefax No.: (+63 2) 9266680/929-5347 loc 2200
ENGR. ROMAN R. BUENAFE
General Manager, DOT-MRT3
MRT3 Depot Office, North Avenue corner EDSA
Barangay Bagong Pag-asa, Quezon City
Telefax No.: (632) 929-5347 local 4405.
Facsimile No.: (+63 2) 924-0054
2. Only formal requests, duly received by the BAC shall be given due course.
3. Bidders who are participating in the site visit for the first time will be given priority
over those who have previously conducted a site visit for the Project.
4. A maximum of three (3) representatives indicated in Form A per bidder will be
allowed to join the site visit. In the absence of any of the representatives indicated
ANNEX C
50
in Form A, alternate representatives may be allowed to join the site visit in place of
the absent representative/s.
5. It is highly encouraged that one of the bidders in the site inspection is the duly
designated Authorized Representative of the bidder for this project.
IV. ATTIRE
1. Bidders are encouraged to wear non-slip safety shoes.
2. The use of hard hats for all bidders is necessary. Hard hats must be provided by the
bidders.
V. CONDUCT OF SITE VISIT/INSPECTION
1. Duly designated authorized DOT-MRT3 personnel will assist in the conduct of the
site visit.
2. DOT-MRT3 personnel who are on-site and operating the current system, as well as
the members of the MRT3 BAC, the Technical Working Group (TWG) and/or BAC
Secretariat, will not answer questions from prospective Bidders. Bidders therefore
are advised to send their queries in writing and address the same to the BAC.
3. The requested activity as well as the personnel involved therein must not in any
way impede or interfere with the normal operations and maintenance of the MRT3,
the activities of the DOT-MRT3 personnel, and/or the normal movements of the
MRT3 passengers.
4. In order to facilitate the orderly conduct of the site visit and for easy mobility,
bidders are encouraged not to bring heavy or bulky materials or equipment. The
equipment in the list submitted by the Bidder will be subject to the inspection and
approval of the DOT-MRT3 prior to entry in the MRT3 premises.
5. In case any activity is conducted inside the train, applicant’s personnel shall not
tamper, handle and/or operate train controls at all times.
6. All representatives involved in the activity must log-in/log-out with the designated
security personnel and wear proper identification tags at all times while inside the
MRT3 premises.
7. Taking of videos and photographs during the site visit is strictly prohibited.
8. The no-smoking, no-eating/drinking and no-littering policy inside the MRT3
premises shall be strictly observed. The applicant shall ensure that the activity area
is clean and in order upon leaving the premises. All waste materials used by
prospective bidder/s must be completely cleaned up and brought out of the MRT3
premises by the said bidder.
9. The bidders or its representatives shall be responsible for the conduct of his/her
personnel at all times. Bidders shall not hold DOT-MRT3 liable for any injury or
loss suffered by them or their personnel while inside the MRT3 premises. However,
51
any damage or loss suffered by the DOT-MRT3 as a result of the actions of the
bidder’s personnel shall be charged against the said bidder/s.
10. Bidders are not allowed to request for documents, records manuals and the like
during the site visit.
11. Minutes of the site visit will not be prepared. Any statement made by any official,
employee, personnel and/or contractor of DOT-MRT3 shall not affect the conduct
of the bidding unless the same is addressed in an amendment to the Bidding
Documents through a supplemental/bid bulletin.
12. The DOT-MRT3 reserves the right to cancel the Access Permit prior to or during
activity without thereby incurring any liability.
VI. SCHEDULE
Site visits/ocular inspections shall only be allowed on weekdays from 9:30 AM to 4:30
PM beginning __________ 2016 upon the purchase of the Bid Documents until the
day before the Submission and Opening of Bids.
52
PARTICIPANT CONFIRMATION FORM
MRT3 LOT 2: UPGRADE OF ANCILLARY SYSTEMS
Company Name: _________________________________________________________
The Bidder hereby nominates the following authorized representative/s to participate in the site
visit for the above-mentioned project and undertakes to abide by the Guidelines for the Site Visit
as provided by the DOT and DOT-MRT3.
List of Personnel to Enter the Facility
Maximum of three (3) representatives per Bidder.
BIDDER’S NAME DESIGNATION EMAIL
ADDRESS
CONTACT
NO. SIGNATURE
1
2
3
Alternate Representatives (in the absence of the above-mentioned representatives):
BIDDER’S
NAME DESIGNATION DISCIPLINE
ADDRESS
CONTACT
NO. SIGNATURE
1
2
3
4
5
List of Materials/Equipment/Gadget to be Brought Into the Facility by the Bidder
LIST OF ITEMS/MATERIALS/EQUIPMENT/GADGETS
1 6 11
2 7 12
3 8 13
4 9 14
5 10 15
Name and Signature of Authorized Representative Date
Attachments:
1. Copy of the Official Receipt as proof of purchase of Bidding Documents; and
2. Copy of one company ID of each of the representatives, preferably, or any
Government-issued ID.
Form
A
53
Section IV. General Conditions of Contract
54
TABLE OF CONTENTS
1. DEFINITIONS ................................................................................................ 57
2. INTERPRETATION ........................................................................................ 59
3. GOVERNING LANGUAGE AND LAW ............................................................. 59
4. COMMUNICATIONS ...................................................................................... 59
5. POSSESSION OF SITE .................................................................................... 60
6. THE CONTRACTOR’S OBLIGATIONS ........................................................... 60
7. PERFORMANCE SECURITY ........................................................................... 61
8. SUBCONTRACTING ....................................................................................... 62
9. LIQUIDATED DAMAGES ............................................................................... 62
10. SITE INVESTIGATION REPORTS ................................................................... 63
11. THE PROCURING ENTITY, LICENSES AND PERMITS ................................... 63
12. CONTRACTOR’S RISK AND WARRANTY SECURITY .................................... 63
13. LIABILITY OF THE CONTRACTOR ............................................................... 65
14. PROCURING ENTITY’S RISK ........................................................................ 65
15. INSURANCE .................................................................................................. 65
16. TERMINATION FOR DEFAULT OF CONTRACTOR ........................................ 66
17. TERMINATION FOR DEFAULT OF PROCURING ENTITY .............................. 67
18. TERMINATION FOR OTHER CAUSES ........................................................... 67
19. PROCEDURES FOR TERMINATION OF CONTRACTS ..................................... 69
20. FORCE MAJEURE, RELEASE FROM PERFORMANCE .................................. 71
21. RESOLUTION OF DISPUTES .......................................................................... 72
55
22. SUSPENSION OF LOAN, CREDIT, GRANT, OR APPROPRIATION .................. 72
23. PROCURING ENTITY’S REPRESENTATIVE’S DECISIONS ............................. 73
24. APPROVAL OF DRAWINGS AND TEMPORARY WORKS BY THE PROC
URING ENTITY’S REPRESENTATIVE ............................................................ 73
25. ACCELERATION AND DELAYS ORDERED BY THE PROCURING
ENTITY’S REPRESENTATIVE ....................................................................... 73
26. EXTENSION OF THE INTENDED COMPLETION DATE .................................. 73
27. RIGHT TO VARY ........................................................................................... 74
28. CONTRACTOR'S RIGHT TO CLAIM .............................................................. 74
29. DAYWORKS .................................................................................................. 74
30. EARLY WARNING ........................................................................................ 74
31. PROGRAM OF WORK ................................................................................... 75
32. MANAGEMENT CONFERENCES .................................................................... 75
33. BILL OF QUANTITIES ................................................................................... 76
34. INSTRUCTIONS, INSPECTIONS AND AUDITS ................................................. 76
35. IDENTIFYING DEFECTS ................................................................................ 76
36. COST OF REPAIRS ........................................................................................ 77
37. CORRECTION OF DEFECTS .......................................................................... 77
38. UNCORRECTED DEFECTS ............................................................................ 77
39. ADVANCE PAYMENT .................................................................................... 77
40. PROGRESS PAYMENTS ................................................................................. 78
41. PAYMENT CERTIFICATES ............................................................................ 78
42. RETENTION .................................................................................................. 79
43. VARIATION ORDERS .................................................................................... 80
56
44. CONTRACT COMPLETION ............................................................................ 81
45. SUSPENSION OF WORK ................................................................................ 81
46. PAYMENT ON TERMINATION ....................................................................... 82
47. EXTENSION OF CONTRACT TIME ................................................................ 83
48. PRICE ADJUSTMENT .................................................................................... 84
49. COMPLETION ............................................................................................... 84
50. TAKING OVER .............................................................................................. 84
51. OPERATING AND MAINTENANCE MANUALS ............................................... 84
57
1. Definitions
For purposes of this Clause, boldface type is used to identify defined terms.
1.1. The Arbiter is the person appointed jointly by the Procuring Entity and the
Contractor to resolve disputes in the first instance, as provided for in GCC
Clause 21.
1.2. The Bill of Quantities refers to a list of the specific items of the Work and their
corresponding unit prices, lump sums, and/or provisional sums.
1.3. The Completion Date is the date of completion of the Works as certified by the
Procuring Entity’s Representative, in accordance with GCC Clause 49.
1.4. The Contract is the contract between the Procuring Entity and the Contractor
to execute, complete, and maintain the Works.
1.5. The Contract Price is the price stated in the Letter of Acceptance and thereafter
to be paid by the Procuring Entity to the Contractor for the execution of the
Works in accordance with this Contract.
1.6. The Contract Time Extension is the allowable period for the Contractor to
complete the Works in addition to the original Completion Date stated in this
Contract.
1.7. The Contractor is the juridical entity whose proposal has been accepted by the
Procuring Entity and to whom the Contract to execute the Work was awarded.
1.8. The Contractor’s Bid is the signed offer or proposal submitted by the
Contractor to the Procuring Entity in response to the Bidding Documents.
1.9. Days are calendar days; months are calendar months.
1.10. Dayworks are varied work inputs subject to payment on a time basis for the
Contractor’s employees and Equipment, in addition to payments for associated
Materials and Plant.
1.11. A Defect is any part of the Works not completed in accordance with the
Contract.
1.12. The Defects Liability Certificate is the certificate issued by Procuring Entity’s
Representative upon correction of defects by the Contractor.
1.13. The Defects Liability Period is the one-year period between contract
completion and final acceptance within which the Contractor assumes the
responsibility to undertake the repair of any damage to the Works at his own
expense.
1.14. Drawings are graphical presentations of the Works. They include all
supplementary details, shop drawings, calculations, and other information
provided or approved for the execution of this Contract.
58
1.15. Equipment refers to all facilities, supplies, appliances, materials or things
required for the execution and completion of the Work provided by the
Contractor and which shall not form or are not intended to form part of the
Permanent Works.
1.16. The Intended Completion Date refers to the date specified in the SCC when
the Contractor is expected to have completed the Works. The Intended
Completion Date may be revised only by the Procuring Entity’s Representative
by issuing an extension of time or an acceleration order.
1.17. Materials are all supplies, including consumables, used by the Contractor for
incorporation in the Works.
1.18. The Notice to Proceed is a written notice issued by the Procuring Entity or the
Procuring Entity’s Representative to the Contractor requiring the latter to begin
the commencement of the work not later than a specified or determinable date.
1.19. Permanent Works all permanent structures and all other project features and
facilities required to be constructed and completed in accordance with this
Contract which shall be delivered to the Procuring Entity and which shall
remain at the Site after the removal of all Temporary Works.
1.20. Plant refers to the machinery, apparatus, and the like intended to form an
integral part of the Permanent Works.
1.21. The Procuring Entity is the party who employs the Contractor to carry out the
Works stated in the SCC.
1.22. The Procuring Entity’s Representative refers to the Head of the Procuring
Entity or his duly authorized representative, identified in the SCC, who shall be
responsible for supervising the execution of the Works and administering this
Contract.
1.23. The Site is the place provided by the Procuring Entity where the Works shall be
executed and any other place or places which may be designated in the SCC, or
notified to the Contractor by the Procuring Entity’s Representative as forming
part of the Site.
1.24. Site Investigation Reports are those that were included in the Bidding
Documents and are factual and interpretative reports about the surface and
subsurface conditions at the Site.
1.25. Slippage is a delay in work execution occurring when actual accomplishment
falls below the target as measured by the difference between the scheduled and
actual accomplishment of the Work by the Contractor as established from the
work schedule. This is actually described as a percentage of the whole Works.
1.26. Specifications means the description of Works to be done and the qualities of
materials to be used, the equipment to be installed and the mode of construction.
59
1.27. The Start Date, as specified in the SCC, is the date when the Contractor is
obliged to commence execution of the Works. It does not necessarily coincide
with any of the Site Possession Dates.
1.28. A Subcontractor is any person or organization to whom a part of the Works
has been subcontracted by the Contractor, as allowed by the Procuring Entity,
but not any assignee of such person.
1.29. Temporary Works are works designed, constructed, installed, and removed by
the Contractor that are needed for construction or installation of the Permanent
Works.
1.30. Work(s) refer to the Permanent Works and Temporary Works to be executed
by the Contractor in accordance with this Contract, including (i) the furnishing
of all labor, materials, equipment and others incidental, necessary or convenient
to the complete execution of the Works; (ii) the passing of any tests before
acceptance by the Procuring Entity’s Representative; (iii) and the carrying out
of all duties and obligations of the Contractor imposed by this Contract as
described in the SCC.
2. Interpretation
2.1. In interpreting the Conditions of Contract, singular also means plural, male also
means female or neuter, and the other way around. Headings have no
significance. Words have their normal meaning under the language of this
Contract unless specifically defined. The Procuring Entity’s Representative will
provide instructions clarifying queries about the Conditions of Contract.
2.2. If sectional completion is specified in the SCC, references in the Conditions of
Contract to the Works, the Completion Date, and the Intended Completion Date
apply to any Section of the Works (other than references to the Completion Date
and Intended Completion Date for the whole of the Works).
3. Governing Language and Law
3.1. This Contract has been executed in the English language, which shall be the
binding and controlling language for all matters relating to the meaning or
interpretation of this Contract. All correspondence and other documents
pertaining to this Contract which are exchanged by the parties shall be written
in English.
3.2. This Contract shall be interpreted in accordance with the laws of the Republic
of the Philippines.
4. Communications
Communications between parties that are referred to in the Conditions shall be effective
only when in writing. A notice shall be effective only when it is received by the
concerned party.
60
5. Possession of Site
5.1. On the date specified in the SCC, the Procuring Entity shall grant the Contractor
possession of so much of the Site as may be required to enable it to proceed with
the execution of the Works. If the Contractor suffers delay or incurs cost from
failure on the part of the Procuring Entity to give possession in accordance with
the terms of this clause, the Procuring Entity’s Representative shall give the
Contractor a Contract Time Extension and certify such sum as fair to cover the
cost incurred, which sum shall be paid by Procuring Entity.
5.2. If possession of a portion is not given by the date stated in the SCC Clause 5.1,
the Procuring Entity will be deemed to have delayed the start of the relevant
activities. The resulting adjustments in contact time to address such delay shall
be in accordance with GCC Clause 47.
5.3. The Contractor shall bear all costs and charges for special or temporary right-
of-way required by it in connection with access to the Site. The Contractor shall
also provide at his own cost any additional facilities outside the Site required by
it for purposes of the Works.
5.4. The Contractor shall allow the Procuring Entity’s Representative and any
person authorized by the Procuring Entity’s Representative access to the Site
and to any place where work in connection with this Contract is being carried
out or is intended to be carried out.
6. The Contractor’s Obligations
6.1. The Contractor shall carry out the Works properly and in accordance with this
Contract. The Contractor shall provide all supervision, labor, Materials, Plant
and Contractor's Equipment, which may be required. All Materials and Plant on
Site shall be deemed to be the property of the Procuring Entity.
6.2. The Contractor shall commence execution of the Works on the Start Date and
shall carry out the Works in accordance with the Program of Work submitted
by the Contractor, as updated with the approval of the Procuring Entity’s
Representative, and complete them by the Intended Completion Date.
6.3. The Contractor shall be responsible for the safety of all activities on the Site.
6.4. The Contractor shall carry out all instructions of the Procuring Entity’s
Representative that comply with the applicable laws where the Site is located.
6.5. The Contractor shall employ the key personnel named in the Schedule of Key
Personnel, as referred to in the SCC, to carry out the supervision of the Works.
The Procuring Entity will approve any proposed replacement of key personnel
only if their relevant qualifications and abilities are equal to or better than those
of the personnel listed in the Schedule.
6.6. If the Procuring Entity’s Representative asks the Contractor to remove a
member of the Contractor’s staff or work force, for justifiable cause, the
61
Contractor shall ensure that the person leaves the Site within seven (7) days and
has no further connection with the Work in this Contract.
6.7. During Contract implementation, the Contractor and his subcontractors shall
abide at all times by all labor laws, including child labor related enactments, and
other relevant rules.
6.8. The Contractor shall submit to the Procuring Entity for consent the name and
particulars of the person authorized to receive instructions on behalf of the
Contractor.
6.9. The Contractor shall cooperate and share the Site with other contractors, public
authorities, utilities, and the Procuring Entity between the dates given in the
schedule of other contractors particularly when they shall require access to the
Site. The Contractor shall also provide facilities and services for them during
this period. The Procuring Entity may modify the schedule of other contractors,
and shall notify the Contractor of any such modification thereto.
6.10. Should anything of historical or other interest or of significant value be
unexpectedly discovered on the Site, it shall be the property of the Procuring
Entity. The Contractor shall notify the Procuring Entity’s Representative of such
discoveries and carry out the Procuring Entity’s Representative’s instructions in
dealing with them.
7. Performance Security
7.1. Within ten (10) calendar days from receipt of the Notice of Award from the
Procuring Entity but in no case later than the signing of the contract by both
parties, the Contractor shall furnish the performance security in any the forms
prescribed in ITB Clause 32.2.
7.2. The performance security posted in favor of the Procuring Entity shall be
forfeited in the event it is established that the Contractor is in default in any of
its obligations under the Contract.
7.3. The performance security shall remain valid until issuance by the Procuring
Entity of the Certificate of Final Acceptance.
7.4. The performance security may be released by the Procuring Entity and returned
to the Contractor after the issuance of the Certificate of Final Acceptance
subject to the following conditions:
(a) There are no pending claims against the Contractor or the surety
company filed by the Procuring Entity;
(b) The Contractor has no pending claims for labor and materials filed
against it; and
(c) Other terms specified in the SCC.
7.5. The Contractor shall post an additional performance security following the
amount and form specified in ITB Clause 32.2 to cover any cumulative increase
62
of more than ten percent (10%) over the original value of the contract as a result
of amendments to order or change orders, extra work orders and supplemental
agreements, as the case may be. The Contractor shall cause the extension of the
validity of the performance security to cover approved contract time extensions.
7.6. In case of a reduction in the contract value or for partially completed Works
under the contract which are usable and accepted by the Procuring Entity the
use of which, in the judgment of the implementing agency or the Procuring
Entity, will not affect the structural integrity of the entire project, the Procuring
Entity shall allow a proportional reduction in the original performance security,
provided that any such reduction is more than ten percent (10%) and that the
aggregate of such reductions is not more than fifty percent (50%) of the original
performance security.
7.7. Unless otherwise indicated in the SCC, the Contractor, by entering into the
Contract with the Procuring Entity, acknowledges the right of the Procuring
Entity to institute action pursuant to Act 3688 against any subcontractor be they
an individual, firm, partnership, corporation, or association supplying the
Contractor with labor, materials and/or equipment for the performance of this
Contract.
8. Subcontracting
8.1. Unless otherwise indicated in the SCC, the Contractor cannot subcontract
Works more than the percentage specified in ITB Clause 8.1.
8.2. Subcontracting of any portion of the Works does not relieve the Contractor of
any liability or obligation under this Contract. The Contractor will be
responsible for the acts, defaults, and negligence of any subcontractor, its
agents, servants or workmen as fully as if these were the Contractor’s own acts,
defaults, or negligence, or those of its agents, servants or workmen.
8.3. Subcontractors disclosed and identified during the bidding may be changed
during the implementation of this Contract, subject to compliance with the
required qualifications and the approval of the Procuring Entity.
9. Liquidated Damages
9.1. The Contractor shall pay liquidated damages to the Procuring Entity for each
day that the Completion Date is later than the Intended Completion Date. The
applicable liquidated damages is at least one-tenth (1/10) of a percent of the cost
of the unperformed portion for every day of delay. The total amount of
liquidated damages shall not exceed ten percent (10%) of the amount of the
contract. The Procuring Entity may deduct liquidated damages from payments
due to the Contractor. Payment of liquidated damages shall not affect the
Contractor. Once the cumulative amount of liquidated damages reaches ten
percent (10%) of the amount of this Contract, the Procuring Entity shall rescind
this Contract, without prejudice to other courses of action and remedies open to
it.
63
9.2. If the Intended Completion Date is extended after liquidated damages have been
paid, the Engineer of the Procuring Entity shall correct any overpayment of
liquidated damages by the Contractor by adjusting the next payment certificate.
The Contractor shall be paid interest on the overpayment, calculated from the
date of payment to the date of repayment, at the rates specified in GCC Clause
40.3.
10. Site Investigation Reports
The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports
referred to in the SCC supplemented by any information obtained by the Contractor.
11. The Procuring Entity, Licenses, and Permits
The Procuring Entity shall, if requested by the Contractor, assist him in applying for
permits, licenses or approvals, which are required for the Works.
12. Contractor’s Risk and Warranty Security
12.1. The Contractor shall assume full responsibility for the Works from the time
project construction commenced up to final acceptance by the Procuring Entity
and shall be held responsible for any damage or destruction of the Works except
those occasioned by force majeure. The Contractor shall be fully responsible
for the safety, protection, security, and convenience of his personnel, third
parties, and the public at large, as well as the Works, Equipment, installation,
and the like to be affected by his construction work.
12.2. The defects liability period for infrastructure projects shall be one year from
contract completion up to final acceptance by the Procuring Entity. During this
period, the Contractor shall undertake the repair works, at his own expense, of
any damage to the Works on account of the use of materials of inferior quality
within ninety (90) days from the time the Head of the Procuring Entity has
issued an order to undertake repair. In case of failure or refusal to comply with
this mandate, the Procuring Entity shall undertake such repair works and shall
be entitled to full reimbursement of expenses incurred therein upon demand.
12.3. Unless otherwise indicated in the SCC, in case the Contractor fails to comply
with the preceding paragraph, the Procuring Entity shall forfeit its performance
security, subject its property(ies) to attachment or garnishment proceedings, and
perpetually disqualify it from participating in any public bidding. All payables
of the GOP in his favor shall be offset to recover the costs.
12.4. After final acceptance of the Works by the Procuring Entity, the Contractor shall
be held responsible for “Structural Defects”, i.e., major faults/flaws/deficiencies
in one or more key structural elements of the project which may lead to
structural failure of the completed elements or structure, or “Structural
Failures”, i.e., where one or more key structural elements in an infrastructure
facility fails or collapses, thereby rendering the facility or part thereof incapable
of withstanding the design loads, and/or endangering the safety of the users or
the general public:
64
(a) Contractor – Where Structural Defects/Failures arise due to faults
attributable to improper construction, use of inferior quality/substandard
materials, and any violation of the contract plans and specifications, the
contractor shall be held liable;
(b) Consultants – Where Structural Defects/Failures arise due to faulty
and/or inadequate design and specifications as well as construction
supervision, then the consultant who prepared the design or undertook
construction supervision for the project shall be held liable;
(c) Procuring Entity’s Representatives/Project Manager/Construction
Managers and Supervisors – The project owner’s representative(s),
project manager, construction manager, and supervisor(s) shall be held
liable in cases where the Structural Defects/Failures are due to his/their
willful intervention in altering the designs and other specifications;
negligence or omission in not approving or acting on proposed changes
to noted defects or deficiencies in the design and/or specifications; and
the use of substandard construction materials in the project;
(d) Third Parties – Third Parties shall be held liable in cases where
Structural Defects/Failures are caused by work undertaken by them such
as leaking pipes, diggings or excavations, underground cables and
electrical wires, underground tunnel, mining shaft and the like, in which
case the applicable warranty to such structure should be levied to third
parties for their construction or restoration works.
(e) Users – In cases where Structural Defects/Failures are due to
abuse/misuse by the end user of the constructed facility and/or non–
compliance by a user with the technical design limits and/or intended
purpose of the same, then the user concerned shall be held liable.
12.5. The warranty against Structural Defects/Failures, except those occasioned on
force majeure, shall cover the period specified in the SCC reckoned from the
date of issuance of the Certificate of Final Acceptance by the Procuring Entity.
12.6. The Contractor shall be required to put up a warranty security in the form of
cash, bank guarantee, letter of credit, GSIS, or surety bond callable on demand,
in accordance with the following schedule:
Form of Warranty
Minimum Amount in
Percentage (%) of Total
Contract Price
(a) Cash or letter of credit issued by
Universal or Commercial bank:
provided, however, that the letter of
credit shall be confirmed or
authenticated by a Universal or
Commercial bank, if issued by a
foreign bank
Five Percent (5%)
(b) Bank guarantee confirmed by
Universal or Commercial bank: Ten Percent (10%)
65
provided, however, that the letter of
credit shall be confirmed or
authenticated by a Universal or
Commercial bank, if issued by a
foreign bank
(c) Surety bond callable upon demand
issued by GSIS or any surety or
insurance company duly certified
by the Insurance Commission
Thirty Percent (30%)
12.7. The warranty security shall be stated in Philippine Pesos and shall remain
effective for one year from the date of issuance of the Certificate of Final
Acceptance by the Procuring Entity, and returned only after the lapse of said
one-year period.
12.8. In case of structural defects/failure occurring during the applicable warranty
period provided in GCC Clause 12.5, the Procuring Entity shall undertake the
necessary restoration or reconstruction works and shall be entitled to full
reimbursement by the parties found to be liable for expenses incurred therein
upon demand, without prejudice to the filing of appropriate administrative, civil,
and/or criminal charges against the responsible persons as well as the forfeiture
of the warranty security posted in favor of the Procuring Entity.
13. Liability of the Contractor
Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability
under this Contract shall be as provided by the laws of the Republic of the Philippines.
14. Procuring Entity’s Risk
14.1. From the Start Date until the Certificate of Final Acceptance has been issued,
the following are risks of the Procuring Entity:
(a) The risk of personal injury, death, or loss of or damage to property
(excluding the Works, Plant, Materials, and Equipment), which are due
to:
(i) any type of use or occupation of the Site authorized by the
Procuring Entity after the official acceptance of the works; or
(ii) negligence, breach of statutory duty, or interference with any
legal right by the Procuring Entity or by any person employed
by or contracted to him except the Contractor.
(b) The risk of damage to the Works, Plant, Materials, and Equipment to the
extent that it is due to a fault of the Procuring Entity or in the Procuring
Entity’s design, or due to war or radioactive contamination directly
affecting the country where the Works are to be executed.
15. Insurance
66
15.1. The Contractor shall, under his name and at his own expense, obtain and
maintain, for the duration of this Contract, the following insurance coverage:
(a) Contractor’s All Risk Insurance;
(b) Transportation to the project Site of Equipment, Machinery, and
Supplies owned by the Contractor;
(c) Personal injury or death of Contractor’s employees; and
(d) Comprehensive insurance for third party liability to Contractor’s direct
or indirect act or omission causing damage to third persons.
15.2. The Contractor shall provide evidence to the Procuring Entity’s Representative
that the insurances required under this Contract have been effected and shall,
within a reasonable time, provide copies of the insurance policies to the
Procuring Entity’s Representative. Such evidence and such policies shall be
provided to the Procuring Entity’s through the Procuring Entity’s
Representative.
15.3 The Contractor shall notify the insurers of changes in the nature, extent, or
program for the execution of the Works and ensure the adequacy of the
insurances at all times in accordance with the terms of this Contract and shall
produce to the Procuring Entity’s Representative the insurance policies in force
including the receipts for payment of the current premiums.
The above insurance policies shall be obtained from any reputable insurance
company approved by the Procuring Entity’s Representative.
15.4. If the Contractor fails to obtain and keep in force the insurances referred to
herein or any other insurance which he may be required to obtain under the
terms of this Contract, the Procuring Entity may obtain and keep in force any
such insurances and pay such premiums as may be necessary for the purpose.
From time to time, the Procuring Entity may deduct the amount it shall pay for
said premiums including twenty-five percent (25%) therein from any monies
due, or which may become due, to the Contractor, without prejudice to the
Procuring Entity exercising its right to impose other sanctions against the
Contractor pursuant to the provisions of this Contract.
15.5. In the event the Contractor fails to observe the above safeguards, the Procuring
Entity may, at the Contractor’s expense, take whatever measure is deemed
necessary for its protection and that of the Contractor’s personnel and third
parties, and/or order the interruption of dangerous Works. In addition, the
Procuring Entity may refuse to make the payments under GCC Clause 40 until
the Contractor complies with this Clause.
15.6 The Contractor shall immediately replace the insurance policy obtained as
required in this Contract, without need of the Procuring Entity’s demand, with
a new policy issued by a new insurance company acceptable to the Procuring
Entity for any of the following grounds:
67
(a) The issuer of the insurance policy to be replaced has:
(i) become bankrupt;
(ii) been placed under receivership or under a management
committee;
(iii) been sued for suspension of payment; or
(iv) been suspended by the Insurance Commission and its license to
engage in business or its authority to issue insurance policies
cancelled; or
(v) Where reasonable grounds exist that the insurer may not be able,
fully and promptly, to fulfill its obligation under the insurance
policy.
16. Termination for Default of Contractor
16.1. The Procuring Entity shall terminate this Contract for default when any of the
following conditions attend its implementation:
16.2. Due to the Contractor’s fault and while the project is on-going, it has incurred
negative slippage of fifteen percent (15%) or more in accordance with
Presidential Decree 1870, regardless of whether or not previous warnings and
notices have been issued for the Contractor to improve his performance;
16.3. Due to its own fault and after this Contract time has expired, the Contractor
incurs delay in the completion of the Work after this Contract has expired; or
16.4. The Contractor:
(a) abandons the contract Works, refuses or fails to comply with a valid
instruction of the Procuring Entity or fails to proceed expeditiously and
without delay despite a written notice by the Procuring Entity;
(b) does not actually have on the project Site the minimum essential
equipment listed on the Bid necessary to prosecute the Works in
accordance with the approved Program of Work and equipment
deployment schedule as required for the project;
(c) does not execute the Works in accordance with this Contract or
persistently or flagrantly neglects to carry out its obligations under this
Contract;
(d) neglects or refuses to remove materials or to perform a new Work that
has been rejected as defective or unsuitable; or
(e) sub-lets any part of this Contract without approval by the Procuring
Entity.
68
16.5. All materials on the Site, Plant, Equipment, and Works shall be deemed to be
the property of the Procuring Entity if this Contract is rescinded because of the
Contractor’s default.
17. Termination for Default of Procuring Entity
The Contractor may terminate this Contract with the Procuring Entity if the works are
completely stopped for a continuous period of at least sixty (60) calendar days through
no fault of its own, due to any of the following reasons:
(a) Failure of the Procuring Entity to deliver, within a reasonable time, supplies,
materials, right-of-way, or other items it is obligated to furnish under the terms
of this Contract; or
(b) The prosecution of the Work is disrupted by the adverse peace and order
situation, as certified by the Armed Forces of the Philippines Provincial
Commander and approved by the Secretary of National Defense.
18. Termination for Other Causes
18.1. The Procuring Entity may terminate this Contract, in whole or in part, at any
time for its convenience. The Head of the Procuring Entity may terminate this
Contract for the convenience of the Procuring Entity if he has determined the
existence of conditions that make Project Implementation economically,
financially or technically impractical and/or unnecessary, such as, but not
limited to, fortuitous event(s) or changes in law and National Government
policies.
18.2. The Procuring Entity or the Contractor may terminate this Contract if the other
party causes a fundamental breach of this Contract.
18.3. Fundamental breaches of Contract shall include, but shall not be limited to, the
following:
(a) The Contractor stops work for twenty-eight (28) days when no stoppage
of work is shown on the current Program of Work and the stoppage has
not been authorized by the Procuring Entity’s Representative;
(b) The Procuring Entity’s Representative instructs the Contractor to delay
the progress of the Works, and the instruction is not withdrawn within
twenty-eight (28) days;
(c) The Procuring Entity shall terminate this Contract if the Contractor is
declared bankrupt or insolvent as determined with finality by a court of
competent jurisdiction. In this event, termination will be without
compensation to the Contractor, provided that such termination will not
prejudice or affect any right of action or remedy which has accrued or
will accrue thereafter to the Procuring Entity and/or the Contractor. In
the case of the Contractor's insolvency, any Contractor's Equipment
which the Procuring Entity instructs in the notice is to be used until the
completion of the Works;
69
(d) A payment certified by the Procuring Entity’s Representative is not paid
by the Procuring Entity to the Contractor within eighty-four (84) days
from the date of the Procuring Entity’s Representative’s certificate;
(e) The Procuring Entity’s Representative gives Notice that failure to
correct a particular Defect is a fundamental breach of Contract and the
Contractor fails to correct it within a reasonable period of time
determined by the Procuring Entity’s Representative;
(f) The Contractor does not maintain a Security, which is required;
(g) The Contractor has delayed the completion of the Works by the number
of days for which the maximum amount of liquidated damages can be
paid, as defined in the GCC Clause 9; and
(h) In case it is determined prima facie by the Procuring Entity that the
Contractor has engaged, before or during the implementation of the
contract, in unlawful deeds and behaviors relative to contract acquisition
and implementation, such as, but not limited to, the following:
(i) Corrupt, fraudulent, collusive, coercive, and obstructive
practices as defined in ITB Clause 3.1 (a), unless otherwise
specified in the SCC;
(ii) Drawing up or using forged documents;
(iii) Using adulterated materials, means or methods, or engaging in
production contrary to rules of science or the trade; and
(iv) Any other act analogous to the foregoing.
18.4. The Funding Source or the Procuring Entity, as appropriate, will seek to impose
the maximum civil, administrative and/or criminal penalties available under the
applicable law on individuals and organizations deemed to be involved with
corrupt, fraudulent, or coercive practices.
18.5. When persons from either party to this Contract gives notice of a fundamental
breach to the Procuring Entity’s Representative in order to terminate the existing
contract for a cause other than those listed under GCC Clause 18.3, the
Procuring Entity’s Representative shall decide whether the breach is
fundamental or not.
18.6. If this Contract is terminated, the Contractor shall stop work immediately, make
the Site safe and secure, and leave the Site as soon as reasonably possible.
19. Procedures for Termination of Contracts
19.1. The following provisions shall govern the procedures for the termination of this
Contract:
(a) Upon receipt of a written report of acts or causes which may constitute
ground(s) for termination as aforementioned, or upon its own initiative,
70
the Procuring Entity shall, within a period of seven (7) calendar days,
verify the existence of such ground(s) and cause the execution of a
Verified Report, with all relevant evidence attached;
(b) Upon recommendation by the Procuring Entity, the Head of the
Procuring Entity shall terminate this Contract only by a written notice to
the Contractor conveying the termination of this Contract. The notice
shall state:
(i) That this Contract is being terminated for any of the ground(s)
afore-mentioned, and a statement of the acts that constitute the
ground(s) constituting the same;
(ii) The extent of termination, whether in whole or in part;
(iii) An instruction to the Contractor to show cause as to why this
Contract should not be terminated; and
(iv) Special instructions of the Procuring Entity, if any.
The Notice to Terminate shall be accompanied by a copy of the Verified
Report;
(c) Within a period of seven (7) calendar days from receipt of the Notice of
Termination, the Contractor shall submit to the Head of the Procuring
Entity a verified position paper stating why the contract should not be
terminated. If the Contractor fails to show cause after the lapse of the
seven (7) day period, either by inaction or by default, the Head of the
Procuring Entity shall issue an order terminating the contract;
(d) The Procuring Entity may, at any time before receipt of the Bidder’s
verified position paper described in item (c) above withdraw the Notice
to Terminate if it is determined that certain items or works subject of the
notice had been completed, delivered, or performed before the
Contractor’s receipt of the notice;
(e) Within a non-extendible period of ten (10) calendar days from receipt of
the verified position paper, the Head of the Procuring Entity shall decide
whether or not to terminate this Contract. It shall serve a written notice
to the Contractor of its decision and, unless otherwise provided in the
said notice, this Contract is deemed terminated from receipt of the
Contractor of the notice of decision. The termination shall only be based
on the ground(s) stated in the Notice to Terminate; and
(f) The Head of the Procuring Entity may create a Contract Termination
Review Committee (CTRC) to assist him in the discharge of this
function. All decisions recommended by the CTRC shall be subject to
the approval of the Head of the Procuring Entity.
19.2. Pursuant to Section 69(f) of RA 9184 and without prejudice to the imposition
of additional administrative sanctions as the internal rules of the agency may
71
provide and/or further criminal prosecution as provided by applicable laws, the
procuring entity shall impose on contractors after the termination of the contract
the penalty of suspension for one (1) year for the first offense, suspension for
two (2) years for the second offense from participating in the public bidding
process, for violations committed during the contract implementation stage,
which include but not limited to the following:
(a) Failure of the contractor, due solely to his fault or negligence, to
mobilize and start work or performance within the specified period in
the Notice to Proceed (“NTP”);
(b) Failure by the contractor to fully and faithfully comply with its
contractual obligations without valid cause, or failure by the contractor
to comply with any written lawful instruction of the procuring entity or
its representative(s) pursuant to the implementation of the contract. For
the procurement of infrastructure projects or consultancy contracts,
lawful instructions include but are not limited to the following:
(i) Employment of competent technical personnel, competent
engineers and/or work supervisors;
(ii) Provision of warning signs and barricades in accordance with
approved plans and specifications and contract provisions;
(iii) Stockpiling in proper places of all materials and removal from
the project site of waste and excess materials, including broken
pavement and excavated debris in accordance with approved
plans and specifications and contract provisions;
(iv) Deployment of committed equipment, facilities, support staff
and manpower; and
(v) Renewal of the effectivity dates of the performance security after
its expiration during the course of contract implementation.
(c) Assignment and subcontracting of the contract or any part thereof or
substitution of key personnel named in the proposal without prior
written approval by the procuring entity.
(d) Poor performance by the contractor or unsatisfactory quality and/or
progress of work arising from his fault or negligence as reflected in the
Constructor's Performance Evaluation System (“CPES”) rating sheet. In
the absence of the CPES rating sheet, the existing performance
monitoring system of the procuring entity shall be applied. Any of the
following acts by the Contractor shall be construed as poor performance:
(i) Negative slippage of 15% and above within the critical path of
the project due entirely to the fault or negligence of the
contractor; and
72
(ii) Quality of materials and workmanship not complying with the
approved specifications arising from the contractor's fault or
negligence.
(e) Willful or deliberate abandonment or non-performance of the project or
contract by the contractor resulting to substantial breach thereof without
lawful and/or just cause.
In addition to the penalty of suspension, the performance security posted by the
contractor shall also be forfeited.
20. Force Majeure, Release from Performance
20.1. For purposes of this Contract the terms “force majeure” and “fortuitous event”
may be used interchangeably. In this regard, a fortuitous event or force majeure
shall be interpreted to mean an event which the Contractor could not have
foreseen, or which though foreseen, was inevitable. It shall not include ordinary
unfavorable weather conditions; and any other cause the effects of which could
have been avoided with the exercise of reasonable diligence by the Contractor.
20.2. If this Contract is discontinued by an outbreak of war or by any other event
entirely outside the control of either the Procuring Entity or the Contractor, the
Procuring Entity’s Representative shall certify that this Contract has been
discontinued. The Contractor shall make the Site safe and stop work as quickly
as possible after receiving this certificate and shall be paid for all works carried
out before receiving it and for any Work carried out afterwards to which a
commitment was made.
20.3. If the event continues for a period of eighty four (84) days, either party may
then give notice of termination, which shall take effect twenty-eight (28) days
after the giving of the notice.
20.4. After termination, the Contractor shall be entitled to payment of the unpaid
balance of the value of the Works executed and of the materials and Plant
reasonably delivered to the Site, adjusted by the following:
(a) any sum to which the Contractor is entitled under GCC Clause 28;
(b) the cost of his suspension and demobilization;
(c) any sum to which the Procuring Entity is entitled.
20.5. The net balance due shall be paid or repaid within a reasonable time period from
the time of the notice of termination.
21. Resolution of Disputes
21.1. If any dispute or difference of any kind whatsoever shall arise between the
parties in connection with the implementation of the contract covered by the Act
and this IRR, the parties shall make every effort to resolve amicably such
dispute or difference by mutual consultation.
73
21.2. If the Contractor believes that a decision taken by the PROCURING ENTITY’s
Representative was either outside the authority given to the PROCURING
ENTITY’s Representative by this Contract or that the decision was wrongly
taken, the decision shall be referred to the Arbiter indicated in the SCC within
fourteen (14) days of the notification of the PROCURING ENTITY’s
Representative’s decision.
21.3. Any and all disputes arising from the implementation of this Contract covered
by the R.A. 9184 and its IRR shall be submitted to arbitration in the Philippines
according to the provisions of Republic Act No. 876, otherwise known as the “
Arbitration Law” and Republic Act 9285, otherwise known as the “Alternative
Dispute Resolution Act of 2004”: Provided, however, That, disputes that are
within the competence of the Construction Industry Arbitration Commission to
resolve shall be referred thereto. The process of arbitration shall be incorporated
as a provision in this Contract that will be executed pursuant to the provisions
of the Act and its IRR: Provided, further, That, by mutual agreement, the parties
may agree in writing to resort to other alternative modes of dispute resolution.
22. Suspension of Loan, Credit, Grant, or Appropriation
In the event that the Funding Source suspends the Loan, Credit, Grant, or Appropriation
to the Procuring Entity, from which part of the payments to the Contractor are being
made:
(a) The Procuring Entity is obligated to notify the Contractor of such suspension
within seven (7) days of having received the suspension notice.
(b) If the Contractor has not received sums due it for work already done within
forty-five (45) days from the time the Contractor’s claim for payment has been
certified by the Procuring Entity’s Representative, the Contractor may
immediately issue a suspension of work notice in accordance with GCC Clause
45.2.
23. Procuring Entity’s Representative’s Decisions
23.1. Except where otherwise specifically stated, the Procuring Entity’s
Representative will decide contractual matters between the Procuring Entity and
the Contractor in the role representing the Procuring Entity.
23.2 The Procuring Entity’s Representative may delegate any of his duties and
responsibilities to other people, except to the Arbiter, after notifying the
Contractor, and may cancel any delegation after notifying the Contractor.
24. Approval of Drawings and Temporary Works by the Procuring
Entity’s Representative
24.1. All Drawings prepared by the Contractor for the execution of the Temporary
Works, are subject to prior approval by the Procuring Entity’s Representative
before its use.
24.2 The Contractor shall be responsible for design of Temporary Works.
74
24.3. The Procuring Entity’s Representative’s approval shall not alter the
Contractor’s responsibility for design of the Temporary Works.
24.4. The Contractor shall obtain approval of third parties to the design of the
Temporary Works, when required by the Procuring Entity.
25. Acceleration and Delays Ordered by the Procuring Entity’s
Representative
25.1. When the Procuring Entity wants the Contractor to finish before the Intended
Completion Date, the Procuring Entity’s Representative will obtain priced
proposals for achieving the necessary acceleration from the Contractor. If the
Procuring Entity accepts these proposals, the Intended Completion Date will be
adjusted accordingly and confirmed by both the Procuring Entity and the
Contractor.
25.2. If the Contractor’s Financial Proposals for an acceleration are accepted by the
Procuring Entity, they are incorporated in the Contract Price and treated as a
Variation.
26. Extension of the Intended Completion Date
26.1. The Procuring Entity’s Representative shall extend the Intended Completion
Date if a Variation is issued which makes it impossible for the Intended
Completion Date to be achieved by the Contractor without taking steps to
accelerate the remaining work, which would cause the Contractor to incur
additional costs. No payment shall be made for any event which may warrant
the extension of the Intended Completion Date.
26.2. The Procuring Entity’s Representative shall decide whether and by how much
to extend the Intended Completion Date within twenty-one (21) days of the
Contractor asking the Procuring Entity’s Representative for a decision thereto
after fully submitting all supporting information. If the Contractor has failed to
give early warning of a delay or has failed to cooperate in dealing with a delay,
the delay by this failure shall not be considered in assessing the new Intended
Completion Date.
27. Right to Vary
27.1. The Procuring Entity’s Representative with the prior approval of the Procuring
Entity may instruct Variations, up to a maximum cumulative amount of ten
percent (10%) of the original contract cost.
27.2. Variations shall be valued as follows:
(a) At a lump sum price agreed between the parties;
(b) Where appropriate, at rates in this Contract;
(c) In the absence of appropriate rates, the rates in this Contract shall be
used as the basis for valuation; or failing which
75
(d) At appropriate new rates, equal to or lower than current industry rates
and to be agreed upon by both parties and approved by the Head of the
Procuring Entity.
28. Contractor's Right to Claim
If the Contractor incurs cost as a result of any of the events under GCC Clause 13, the
Contractor shall be entitled to the amount of such cost. If as a result of any of the said
events, it is necessary to change the Works, this shall be dealt with as a Variation.
29. Dayworks
29.1. Subject to GCC Clause 43 on Variation Order, and if applicable as indicated in
the SCC, the Dayworks rates in the Contractor’s Bid shall be used for small
additional amounts of work only when the Procuring Entity’s Representative
has given written instructions in advance for additional work to be paid for in
that way.
29.2. All work to be paid for as Dayworks shall be recorded by the Contractor on
forms approved by the Procuring Entity’s Representative. Each completed form
shall be verified and signed by the Procuring Entity’s Representative within two
days of the work being done.
29.3. The Contractor shall be paid for Dayworks subject to obtaining signed
Dayworks forms.
30. Early Warning
30.1. The Contractor shall warn the Procuring Entity’s Representative at the earliest
opportunity of specific likely future events or circumstances that may adversely
affect the quality of the work, increase the Contract Price, or delay the execution
of the Works. The Procuring Entity’s Representative may require the Contractor
to provide an estimate of the expected effect of the future event or circumstance
on the Contract Price and Completion Date. The estimate shall be provided by
the Contractor as soon as reasonably possible.
30.2. The Contractor shall cooperate with the Procuring Entity’s Representative in
making and considering proposals for how the effect of such an event or
circumstance can be avoided or reduced by anyone involved in the work and in
carrying out any resulting instruction of the Procuring Entity’s Representative.
31. Program of Work
31.1. Within the time stated in the SCC, the Contractor shall submit to the Procuring
Entity’s Representative for approval a Program of Work showing the general
methods, arrangements, order, and timing for all the activities in the Works.
31.2. An update of the Program of Work shall the show the actual progress achieved
on each activity and the effect of the progress achieved on the timing of the
remaining work, including any changes to the sequence of the activities.
76
31.3. The Contractor shall submit to the Procuring Entity’s Representative for
approval an updated Program of Work at intervals no longer than the period
stated in the SCC. If the Contractor does not submit an updated Program of
Work within this period, the PROCURING ENTITY’s Representative may
withhold the amount stated in the SCC from the next payment certificate and
continue to withhold this amount until the next payment after the date on which
the overdue Program of Work has been submitted.
31.4. The Procuring Entity’s Representative’s approval of the Program of Work shall
not alter the Contractor’s obligations. The Contractor may revise the Program
of Work and submit it to the Procuring Entity’s Representative again at any
time. A revised Program of Work shall show the effect of any approved
Variations.
31.5. When the Program of Work is updated, the Contractor shall provide the
Procuring Entity’s Representative with an updated cash flow forecast. The cash
flow forecast shall include different currencies, as defined in the Contract,
converted as necessary using the Contract exchange rates.
31.6. All Variations shall be included in updated Program of Work produced by the
Contractor.
32. Management Conferences
32.1. Either the Procuring Entity’s Representative or the Contractor may require the
other to attend a Management Conference. The Management Conference shall
review the plans for remaining work and deal with matters raised in accordance
with the early warning procedure.
32.2. The Procuring Entity’s Representative shall record the business of Management
Conferences and provide copies of the record to those attending the Conference
and to the Procuring Entity. The responsibility of the parties for actions to be
taken shall be decided by the PROCURING ENTITY’s Representative either at
the Management Conference or after the Management Conference and stated in
writing to all who attended the Conference.
33. Bill of Quantities
33.1. The Bill of Quantities shall contain items of work for the construction,
installation, testing, and commissioning of work to be done by the Contractor.
33.2. The Bill of Quantities is used to calculate the Contract Price. The Contractor is
paid for the quantity of the work done at the rate in the Bill of Quantities for
each item.
33.3. If the final quantity of any work done differs from the quantity in the Bill of
Quantities for the particular item and is not more than twenty-five percent (25%)
of the original quantity, provided the aggregate changes for all items do not
exceed ten percent (10%) of the Contract price, the Procuring Entity’s
Representative shall make the necessary adjustments to allow for the changes
subject to applicable laws, rules, and regulations.
77
33.4. If requested by the Procuring Entity’s Representative, the Contractor shall
provide the Procuring Entity’s Representative with a detailed cost breakdown
of any rate in the Bill of Quantities.
34. Instructions, Inspections and Audits
34.1. The Procuring Entity’s personnel shall at all reasonable times during
construction of the Work be entitled to examine, inspect, measure and test the
materials and workmanship, and to check the progress of the construction.
34.2. If the Procuring Entity’s Representative instructs the Contractor to carry out a
test not specified in the Specification to check whether any work has a defect
and the test shows that it does, the Contractor shall pay for the test and any
samples. If there is no defect, the test shall be a Compensation Event.
34.3. The Contractor shall permit the Funding Source named in the SCC to inspect
the Contractor’s accounts and records relating to the performance of the
Contractor and to have them audited by auditors appointed by the Funding
Source, if so required by the Funding Source.
35. Identifying Defects
The Procuring Entity’s Representative shall check the Contractor’s work and notify the
Contractor of any defects that are found. Such checking shall not affect the Contractor’s
responsibilities. The Procuring Entity’s Representative may instruct the Contractor to
search uncover defects and test any work that the Procuring Entity’s Representative
considers below standards and defective.
36. Cost of Repairs
Loss or damage to the Works or Materials to be incorporated in the Works between the
Start Date and the end of the Defects Liability Periods shall be remedied by the
Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s
acts or omissions.
37. Correction of Defects
37.1. The Procuring Entity’s Representative shall give notice to the Contractor of any
defects before the end of the Defects Liability Period, which is One (1) year
from project completion up to final acceptance by the Procuring Entity’s.
37.2. Every time notice of a defect is given, the Contractor shall correct the notified
defect within the length of time specified in the Procuring Entity’s
Representative’s notice.
37.3. The Contractor shall correct the defects which he notices himself before the end
of the Defects Liability Period.
37.4. The Procuring Entity shall certify that all defects have been corrected. If the
Procuring Entity considers that correction of a defect is not essential, he can
request the Contractor to submit a quotation for the corresponding reduction in
78
the Contract Price. If the Procuring Entity accepts the quotation, the
corresponding change in the SCC is a Variation.
38. Uncorrected Defects
38.1. The Procuring Entity shall give the Contractor at least fourteen (14) days notice
of his intention to use a third party to correct a Defect. If the Contractor does
not correct the Defect himself within the period, the Procuring Entity may have
the Defect corrected by the third party. The cost of the correction will be
deducted from the Contract Price.
38.2. The use of a third party to correct defects that are uncorrected by the Contractor
will in no way relieve the Contractor of its liabilities and warranties under the
Contract.
39. Advance Payment
39.1. The Procuring Entity shall, upon a written request of the contractor which shall
be submitted as a contract document, make an advance payment to the
contractor in an amount not exceeding fifteen percent (15%) of the total contract
price, to be made in lump sum or, at the most two, installments according to a
schedule specified in the SCC.
39.2. The advance payment shall be made only upon the submission to and
acceptance by the Procuring Entity of an irrevocable standby letter of credit of
equivalent value from a commercial bank, a bank guarantee or a surety bond
callable upon demand, issued by a surety or insurance company duly licensed
by the Insurance Commission and confirmed by the Procuring Entity.
39.3. The advance payment shall be repaid by the Contractor by an amount equal to
the percentage of the total contract price used for the advance payment.
39.4. The contractor may reduce his standby letter of credit or guarantee instrument
by the amounts refunded by the Monthly Certificates in the advance payment.
39.5. The Procuring Entity will provide an Advance Payment on the Contract Price
as stipulated in the Conditions of Contract, subject to the maximum amount
stated in SCC Clause 39.1.
40. Progress Payments
40.1. The Contractor may submit a request for payment for Work accomplished. Such
request for payment shall be verified and certified by the Procuring Entity’s
Representative/Project Engineer. Except as otherwise stipulated in the SCC,
materials and equipment delivered on the site but not completely put in place
shall not be included for payment.
40.2. The Procuring Entity shall deduct the following from the certified gross
amounts to be paid to the contractor as progress payment:
(a) Cumulative value of the work previously certified and paid for.
79
(b) Portion of the advance payment to be recouped for the month.
(c) Retention money in accordance with the condition of contract.
(d) Amount to cover third party liabilities.
(e) Amount to cover uncorrected discovered defects in the works.
40.3. Payments shall be adjusted by deducting therefrom the amounts for advance
payments and retention. The Procuring Entity shall pay the Contractor the
amounts certified by the Procuring Entity’s Representative within twenty-eight
(28) days from the date each certificate was issued. No payment of interest for
delayed payments and adjustments shall be made by the Procuring Entity.
40.4. The first progress payment may be paid by the Procuring Entity to the
Contractor provided that at least twenty percent (20%) of the work has been
accomplished as certified by the Procuring Entity’s Representative.
40.5. Items of the Works for which a price of “0” (zero) has been entered will not be
paid for by the Procuring Entity and shall be deemed covered by other rates and
prices in the Contract.
41. Payment Certificates
41.1. The Contractor shall submit to the Procuring Entity’s Representative monthly
statements of the estimated value of the work executed less the cumulative
amount certified previously.
41.2. The Procuring Entity’s Representative shall check the Contractor’s monthly
statement and certify the amount to be paid to the Contractor.
41.3. The value of Work executed shall:
(a) be determined by the Procuring Entity’s Representative;
(b) comprise the value of the quantities of the items in the Bill of Quantities
completed; and
(c) include the valuations of approved variations.
41.4. The Procuring Entity’s Representative may exclude any item certified in a
previous certificate or reduce the proportion of any item previously certified in
any certificate in the light of later information.
42. Retention
42.1. The Procuring Entity shall retain from each payment due to the Contractor an
amount equal to a percentage thereof using the rate as specified in ITB Sub-
Clause 42.2.
42.2. Progress payments are subject to retention of ten percent (10%), referred to as
the “retention money.” Such retention shall be based on the total amount due to
80
the Contractor prior to any deduction and shall be retained from every progress
payment until fifty percent (50%) of the value of Works, as determined by the
Procuring Entity, are completed. If, after fifty percent (50%) completion, the
Work is satisfactorily done and on schedule, no additional retention shall be
made; otherwise, the ten percent (10%) retention shall again be imposed using
the rate specified therefor.
42.3. The total “retention money” shall be due for release upon final acceptance of
the Works. The Contractor may, however, request the substitution of the
retention money for each progress billing with irrevocable standby letters of
credit from a commercial bank, bank guarantees or surety bonds callable on
demand, of amounts equivalent to the retention money substituted for and
acceptable to the Procuring Entity, provided that the project is on schedule and
is satisfactorily undertaken. Otherwise, the ten (10%) percent retention shall be
made. Said irrevocable standby letters of credit, bank guarantees and/or surety
bonds, to be posted in favor of the Government shall be valid for a duration to
be determined by the concerned implementing office/agency or Procuring
Entity and will answer for the purpose for which the ten (10%) percent retention
is intended, i.e., to cover uncorrected discovered defects and third party
liabilities.
42.4. On completion of the whole Works, the Contractor may substitute retention
money with an “on demand” Bank guarantee in a form acceptable to the
Procuring Entity.
43. Variation Orders
43.1. Variation Orders may be issued by the Procuring Entity to cover any
increase/decrease in quantities, including the introduction of new work items
that are not included in the original contract or reclassification of work items
that are either due to change of plans, design or alignment to suit actual field
conditions resulting in disparity between the preconstruction plans used for
purposes of bidding and the “as staked plans” or construction drawings prepared
after a joint survey by the Contractor and the Procuring Entity after award of
the contract, provided that the cumulative amount of the Variation Order does
not exceed ten percent (10%) of the original project cost. The addition/deletion
of Works should be within the general scope of the project as bid and awarded.
The scope of works shall not be reduced so as to accommodate a positive
Variation Order. A Variation Order may either be in the form of a Change Order
or Extra Work Order.
43.2. A Change Order may be issued by the Procuring Entity to cover any
increase/decrease in quantities of original Work items in the contract.
43.3. An Extra Work Order may be issued by the Procuring Entity to cover the
introduction of new work necessary for the completion, improvement or
protection of the project which were not included as items of Work in the
original contract, such as, where there are subsurface or latent physical
conditions at the site differing materially from those indicated in the contract,
or where there are duly unknown physical conditions at the site of an unusual
81
nature differing materially from those ordinarily encountered and generally
recognized as inherent in the Work or character provided for in the contract.
43.4. Any cumulative Variation Order beyond ten percent (10%) shall be subject of
another contract to be bid out if the works are separable from the original
contract. In exceptional cases where it is urgently necessary to complete the
original scope of work, the Head of the Procuring Entity may authorize a
positive Variation Order go beyond ten percent (10%) but not more than twenty
percent (20%) of the original contract price, subject to the guidelines to be
determined by the GPPB: Provided, however, That appropriate sanctions shall
be imposed on the designer, consultant or official responsible for the original
detailed engineering design which failed to consider the Variation Order beyond
ten percent (10%).
43.5. In claiming for any Variation Order, the Contractor shall, within seven (7)
calendar days after such work has been commenced or after the circumstances
leading to such condition(s) leading to the extra cost, and within twenty-eight
(28) calendar days deliver a written communication giving full and detailed
particulars of any extra cost in order that it may be investigated at that time.
Failure to provide either of such notices in the time stipulated shall constitute a
waiver by the contractor for any claim. The preparation and submission of
Variation Orders are as follows:
(a) If the Procuring Entity’s representative/Project Engineer believes that a
Change Order or Extra Work Order should be issued, he shall prepare
the proposed Order accompanied with the notices submitted by the
Contractor, the plans therefore, his computations as to the quantities of
the additional works involved per item indicating the specific stations
where such works are needed, the date of his inspections and
investigations thereon, and the log book thereof, and a detailed estimate
of the unit cost of such items of work, together with his justifications for
the need of such Change Order or Extra Work Order, and shall submit
the same to the Head of the Procuring Entity for approval.
(b) The Head of the Procuring Entity or his duly authorized representative,
upon receipt of the proposed Change Order or Extra Work Order shall
immediately instruct the technical staff of the Procuring Entity’s to
conduct an on-the-spot investigation to verify the need for the Work to
be prosecuted. A report of such verification shall be submitted directly
to the Head of the Procuring Entity or his duly authorized representative.
(c) The, Head of the Procuring Entity or his duly authorized representative,
after being satisfied that such Change Order or Extra Work Order is
justified and necessary, shall review the estimated quantities and prices
and forward the proposal with the supporting documentation to the Head
of Procuring Entity for consideration.
(d) If, after review of the plans, quantities and estimated unit cost of the
items of work involved, the proper office of the procuring entity
empowered to review and evaluate Change Orders or Extra Work Orders
recommends approval thereof, Head of the Procuring Entity or his duly
82
authorized representative, believing the Change Order or Extra Work
Order to be in order, shall approve the same.
(e) The timeframe for the processing of Variation Orders from the
preparation up to the approval by the Head of the Procuring Entity
concerned shall not exceed thirty (30) calendar days.
44. Contract Completion
Once the project reaches an accomplishment of ninety five (95%) of the total contract
amount, the Procuring Entity may create an inspectorate team to make preliminary
inspection and submit a punch-list to the Contractor in preparation for the final turnover
of the project. Said punch-list will contain, among others, the remaining Works, Work
deficiencies for necessary corrections, and the specific duration/time to fully complete
the project considering the approved remaining contract time. This, however, shall not
preclude the claim of the Procuring Entity for liquidated damages.
45. Suspension of Work
45.1. The Procuring Entity shall have the authority to suspend the work wholly or
partly by written order for such period as may be deemed necessary, due to force
majeure or any fortuitous events or for failure on the part of the Contractor to
correct bad conditions which are unsafe for workers or for the general public,
to carry out valid orders given by the Procuring Entity or to perform any
provisions of the contract, or due to adjustment of plans to suit field conditions
as found necessary during construction. The Contractor shall immediately
comply with such order to suspend the work wholly or partly.
45.2. The Contractor or its duly authorized representative shall have the right to
suspend work operation on any or all projects/activities along the critical path
of activities after fifteen (15) calendar days from date of receipt of written notice
from the Contractor to the district engineer/regional director/consultant or
equivalent official, as the case may be, due to the following:
(a) There exist right-of-way problems which prohibit the Contractor from
performing work in accordance with the approved construction
schedule.
(b) Requisite construction plans which must be owner-furnished are not
issued to the contractor precluding any work called for by such plans.
(c) Peace and order conditions make it extremely dangerous, if not possible,
to work. However, this condition must be certified in writing by the
Philippine National Police (PNP) station which has responsibility over
the affected area and confirmed by the Department of Interior and Local
Government (DILG) Regional Director.
(d) There is failure on the part of the Procuring Entity to deliver
government-furnished materials and equipment as stipulated in the
contract.
83
(e) Delay in the payment of Contractor’s claim for progress billing beyond
forty-five (45) calendar days from the time the Contractor’s claim has
been certified to by the procuring entity’s authorized representative that
the documents are complete unless there are justifiable reasons thereof
which shall be communicated in writing to the Contractor.
45.3. In case of total suspension, or suspension of activities along the critical path,
which is not due to any fault of the Contractor, the elapsed time between the
effective order of suspending operation and the order to resume work shall be
allowed the Contractor by adjusting the contract time accordingly.
46. Payment on Termination
46.1. If the Contract is terminated because of a fundamental breach of Contract by the
Contractor, the Procuring Entity’s Representative shall issue a certificate for the
value of the work done and Materials ordered less advance payments received
up to the date of the issue of the certificate and less the percentage to apply to
the value of the work not completed, as indicated in the SCC. Additional
Liquidated Damages shall not apply. If the total amount due to the Procuring
Entity exceeds any payment due to the Contractor, the difference shall be a debt
payable to the Procuring Entity.
46.2. If the Contract is terminated for the Procuring Entity’s convenience or because
of a fundamental breach of Contract by the Procuring Entity, the Procuring
Entity’s Representative shall issue a certificate for the value of the work done,
Materials ordered, the reasonable cost of removal of Equipment, repatriation of
the Contractor’s personnel employed solely on the Works, and the Contractor’s
costs of protecting and securing the Works, and less advance payments received
up to the date of the certificate.
46.3. The net balance due shall be paid or repaid within twenty-eight (28) days from
the notice of termination.
46.4. If the Contractor has terminated the Contract under GCC Clauses 17 or 18, the
Procuring Entity shall promptly return the Performance Security to the
Contractor.
47. Extension of Contract Time
47.1. Should the amount of additional work of any kind or other special circumstances
of any kind whatsoever occur such as to fairly entitle the contractor to an
extension of contract time, the Procuring Entity shall determine the amount of
such extension; provided that the Procuring Entity is not bound to take into
account any claim for an extension of time unless the Contractor has, prior to
the expiration of the contract time and within thirty (30) calendar days after such
work has been commenced or after the circumstances leading to such claim have
arisen, delivered to the Procuring Entity notices in order that it could have
investigated them at that time. Failure to provide such notice shall constitute a
waiver by the Contractor of any claim. Upon receipt of full and detailed
particulars, the Procuring Entity shall examine the facts and extent of the delay
84
and shall extend the contract time completing the contract work when, in the
Procuring Entity’s opinion, the findings of facts justify an extension.
47.2. No extension of contract time shall be granted the Contractor due to (a) ordinary
unfavorable weather conditions and (b) inexcusable failure or negligence of
Contractor to provide the required equipment, supplies or materials.
47.3. Extension of contract time may be granted only when the affected activities fall
within the critical path of the PERT/CPM network.
47.4. No extension of contract time shall be granted when the reason given to support
the request for extension was already considered in the determination of the
original contract time during the conduct of detailed engineering and in the
preparation of the contract documents as agreed upon by the parties before
contract perfection.
47.5. Extension of contract time shall be granted for rainy/unworkable days
considered unfavorable for the prosecution of the works at the site, based on the
actual conditions obtained at the site, in excess of the number of
rainy/unworkable days pre-determined by the Procuring Entity in relation to the
original contract time during the conduct of detailed engineering and in the
preparation of the contract documents as agreed upon by the parties before
contract perfection, and/or for equivalent period of delay due to major
calamities such as exceptionally destructive typhoons, floods and earthquakes,
and epidemics, and for causes such as non-delivery on time of materials,
working drawings, or written information to be furnished by the Procuring
Entity, non-acquisition of permit to enter private properties within the right-of-
way resulting in complete paralyzation of construction activities, and other
meritorious causes as determined by the Procuring Entity’s Representative and
approved by the Head of the Procuring Entity. Shortage of construction
materials, general labor strikes, and peace and order problems that disrupt
construction operations through no fault of the Contractor may be considered as
additional grounds for extension of contract time provided they are publicly felt
and certified by appropriate government agencies such as DTI, DOLE, DILG,
and DND, among others. The written consent of bondsmen must be attached to
any request of the Contractor for extension of contract time and submitted to the
Procuring Entity for consideration and the validity of the Performance Security
shall be correspondingly extended.
48. Price Adjustment
Except for extraordinary circumstances as determined by NEDA and approved by the
GPPB, no price adjustment shall be allowed. Nevertheless, in cases where the cost of
the awarded contract is affected by any applicable new laws, ordinances, regulations,
or other acts of the GOP, promulgated after the date of bid opening, a contract price
adjustment shall be made or appropriate relief shall be applied on a no loss-no gain
basis.
85
49. Completion
The Contractor shall request the Procuring Entity’s Representative to issue a certificate
of Completion of the Works, and the Procuring Entity’s Representative will do so upon
deciding that the work is completed.
50. Taking Over
The Procuring Entity shall take over the Site and the Works within seven (7) days from
the date the Procuring Entity’s Representative issues a certificate of Completion.
51. Operating and Maintenance Manuals
51.1. If “as built” Drawings and/or operating and maintenance manuals are required,
the Contractor shall supply them by the dates stated in the SCC.
51.2. If the Contractor does not supply the Drawings and/or manuals by the dates
stated in the SCC, or they do not receive the Procuring Entity’s Representative’s
approval, the Procuring Entity’s Representative shall withhold the amount
stated in the SCC from payments due to the Contractor.
86
Section V. Special Conditions of Contract
87
Special Conditions of Contract
GCC Clause
1.16 The Intended Completion Date is Four Hundred Fifty (450) Calendar
Days from the Start Date.
The Stabling Tracks in the Depot must be completed within One Hundred
Eighty (180) Calendar Days from the Start Date.
The Upgrade of Traction Power must be completed within Three Hundred
(300) Calendar Days from the Start Date.
1.21 The Procuring Entity is: Department of Transportation – Metro Rail Transit
3 (DOT-MRT3)
1.22 The Procuring Entity’s Representative is:
ENGR. ROMAN R. BUENAFE, Project Director, Project Management
Office, MRT3 Capex Project
1.23 The Site is located at MRT3 Trinoma Depot, and at the MRT3 Revenue Line
specifically at the Taft Station Pocket Track, and North Avenue Station Turn-
back Track.
1.27 The Start Date is within seven (7) days from issuance of Notice to Proceed.
1.30 The Works consist of Upgrade of the Ancillary Systems of the MRT3
System, specifically, the power sub-station, OCS, Depot Stabling track, Depot
Equipment/Facilities, Taft Station Pocket Track, and North Avenue Station
Turn-back track.
2.2 No further instructions.
5.1 The Procuring Entity shall give possession of all parts of the Site to the
Contractor upon receipt of Notice to Proceed (NTP) until the completion
of the Project.
6.5 Refer to BDS Clause 12.1 (b)(ii.2)
7.4(c) No further instructions.
7.7 No further instructions.
8.1 No further instructions.
9.0 Failure to Relinquish Track Possession
In the event the Supplier fails to complete the work and relinquish its
track possession unless such failure is made is due to a fault for which
88
DOTC-MRT3 is responsible, the Supplier shall be liable to DOTC-
MRT3 for revenue losses resulting from this delay using the following
penalty rates:
Time Cost of Delay
4:00 AM to 5:00 AM PHP 1,000.00 per min.
5:01 AM to 11:59 PM PHP 5,000.00 per min.
10 None.
12.3 No further instructions.
12.5 Fifteen (15) years.
13 All partners to the joint venture shall be jointly and severally liable to the
Procuring Entity.
18.3(h)(i) No further instructions.
21.2 The Arbiter is to be named in accordance with the pertinent guidelines issued
by the Construction Industry Arbitration Commission (CIAC).
29.1 Day works are applicable at the rate shown in the Contractor’s original Bid.
31.1 The Contractor shall submit the Program of Work to the Procuring Entity’s
Representative within seven (7) calendar days of delivery of the Letter of
Acceptance.
31.3 The period between Program of Work updates is fifteen (15) calendar days.
The amount to be withheld for late submission of an updated Program of
Work is TEN THOUSAND PESOS (PHP 10,000.00).
34.3 The Funding Source is the Government of the Philippines.
39.1 The amount of the advance payment is fifteen percent (15%) of the total
contract price to be made in lump sum amount, subject however to compliance
with all pertinent and applicable requirements and policies on the matter.
40.1 Materials and equipment delivered on the site but not completely put in place
shall not be included for payment.
51.1 The date by which operating and maintenance manuals are required is seven
(7) calendar days.
The date by which “as built” drawings are required is thirty (30) calendar
days from issuance of Final Inspection Report.
51.2 The amount to be withheld for failing to produce “as built” drawings and/or
operating and maintenance manuals by the date required is Five Million Pesos
(PHP 5,000,000.00).
89
Section VI. Specification
(Please See Volume II)
90
Section VII. Drawings
(Please See Volume III)
91
Section VIII. Bill of Quantities
92
Bill of Quantities Upgrade of the Ancillary Systems for the MRT3 Rehabilitation Project
A. UPGRADE OF TRACTION POWER SUBSTATION WITH SCADA
Description
Qty.
Unit
Unit Cost
Amount
Depot Traction Power Substation
3300KVA Rectifier Transformer/Breaker
2
sets
Incoming power switchgear 630 amps. rectifier feeder breaker
Rectifier Transformer 3300KVA
3MW Rectifier, Breaker and Accessories
2
sets
Silicon Rectifier rated 3MW 750VDC
Cathode Breaker
DC Switchboard, relays and meters
Negative Cubicle
Batteries and Charger 110 volts, 150AH
Alarm Panel
Panelboard 277/480V.
Installation Cost
Total
Description Qty. Unit Unit Cost Amount
Kamuning Traction Power Substation
3300KVA Rectifier Transformer/Breaker
1
set
Incoming power switchgear 630 amps. rectifier feeder breaker
Rectifier Transformer 3300KVA
3MW Rectifier, Breaker and Accessories
1
set
Silicon Rectifier rated 3MW 750VDC
Cathode Breaker
DC Switchboard, relays and meters
Negative Cubicle
Batteries and Charger 110 volts, 150AH
Alarm Panel
Panelboard 277/480V.
Installation Cost
Total
93
Description Qty. Unit Unit Cost Amount
Cubao Traction Power Substation
3300KVA Rectifier Transformer/Breaker
1
set
Incoming power switchgear 630 amps. rectifier feeder breaker
Rectifier Transformer 3300KVA
3MW Rectifier, Breaker and Accessories
1 set
Silicon Rectifier rated 3MW 750VDC
Cathode Breaker
DC Switchboard, relays and meters
Negative Cubicle
Batteries and Charger 110 volts, 150AH
Alarm Panel
Panelboard 277/480V.
Installation Cost
Total
Description Qty. Unit Unit Cost Amount
Ortigas Traction Power Substation
3300KVA Rectifier Transformer/Breaker
1
set
Incoming power switchgear 630 amps. rectifier feeder breaker
Rectifier Transformer 3300KVA
3MW Rectifier, Breaker and Accessories
1
set
Silicon Rectifier rated 3MW 750VDC
Cathode Breaker
DC Switchboard, relays and meters
Negative Cubicle
Batteries and Charger 110 volts, 150AH
Alarm Panel
Panelboard 277/480V.
Installation Cost
Total
Description Qty. Unit Unit Cost Amount
Boni Traction Power Substation
3300KVA Rectifier Transformer/Breaker
94
Incoming power switchgear 630 amps. rectifier feeder breaker
Rectifier Transformer 3300KVA
2 sets
3MW Rectifier, Breaker and Accessories
2
sets
Silicon Rectifier rated 3MW 750VDC
Cathode Breaker
DC Switchboard, relays and meters
Negative Cubicle
Batteries and Charger 110 volts, 150AH
Alarm Panel
Panelboard 277/480V.
Installation Cost
Total
Description Qty. Unit Unit Cost Amount
Guadalupe Traction Power Substation
3300KVA Rectifier Transformer/Breaker
1
set
Incoming power switchgear 630 amps.
rectifier feeder breaker
Rectifier Transformer 3300KVA
3MW Rectifier, Breaker and Accessories
1
set
Silicon Rectifier rated 3MW 750VDC
Cathode Breaker
DC Switchboard, relays and meters
Negative Cubicle
Batteries and Charger 110 volts, 150AH
Alarm Panel
Panelboard 277/480V.
Installation Cost
Total
Description
Qty.
Unit
Unit Cost
Amount
Ayala Traction Power Substation
3300KVA Rectifier Transformer/Breaker
1
set
Incoming power switchgear 630 amps. rectifier feeder breaker
Rectifier Transformer 3300KVA
3MW Rectifier, Breaker and Accessories
95
Silicon Rectifier rated 3MW 750VDC
Cathode Breaker
DC Switchboard, relays and meters
Negative Cubicle
Batteries and Charger 110 volts, 150AH
Alarm Panel
Panelboard 277/480V.
Installation Cost
1
set
Total
Description Qty. Unit Unit Cost Amount
Taft Traction Power Substation
3300KVA Rectifier Transformer/Breaker
1
set
Incoming power switchgear 630 amps.
rectifier feeder breaker
Rectifier Transformer 3300KVA
3MW Rectifier, Breaker and Accessories
1
set
Silicon Rectifier rated 3MW 750VDC
Cathode Breaker
DC Switchboard, relays and meters
Negative Cubicle
Batteries and Charger 110 volts, 150AH
Alarm Panel
Panelboard 277/480V.
Installation Cost
Total
Description Qty. Unit Unit Cost Amount
SCADA 1 lot
Total
B. UPGRADE OF DEPOT STABLING, WORKSHOP IMPROVEMENT AND EQUIPMENT
B.1 Depot Heavy Maintenance Track Pit ( Two 40 meters length inspection pit for 2 cars with
Tracks at track 19 & 20 )
Description Qty. Unit Unit Cost Amount
Civil Works 80 meters
Tracks Works 1 lot
Total
96
B.2 Depot Heavy Maintenance Track
Description Qty. Unit Unit Cost Amount
Civil Works 60 meters
Tracks/ Tracks Works 1 lot
Maintenance/ Lifting Equipment
Bogie Turntable 5 sets
Mobile Lifting Jacks 1 set
Jib Cranes 2 sets
Total
B.3 Depot Stabling Tracks (6 Stabling Tracks (track 9, 11 to 15) of approx. 350 meters length each with
OCS and 14 track switches)
Description Qty. Unit Unit Cost Amount
Civil Works 1 lot
Tracks/ Tracks Works 1 lot
Track Switches 1 lot
OCS Works 1 lot
Track 16 extension of 120 meters north
end 1 lot
Total
B.4 North Avenue Station Turnback (New double cross-over turnout)
Description Qty. Unit Unit Cost Amount
Civil Works 1 lot
Tracks/ Tracks Works 1 lot
Track Switches 1 lot
OCS Works 1 lot
Total
B.5 Taft Pocket Track Extension
Description Qty. Unit Unit Cost Amount
Civil Works 1 lot
Tracks/ Tracks Works 1 lot
Track Switches 1 lot
OCS Works 1 lot
Total
97
C.5 Upgrade of Traction Power Substation and Main Line OCS
Description Qty. Unit Unit Cost Amount Main Line OCS Supply and Installation for Feeder Cable 250sqmm complete with hangers and connections to Contact wire every 70m.
34 km 1 m
Track Cross bonding every 250m using 400sqmm x 2 cables
3000m
500m
1m
1m
Negative Return Bonding Cables Total 3500 m 1m
D. Temporary Facilities
Description Qty. Unit Unit Cost Amount Temporary Facilities 1 Lot
98
Section IX. Bidding Forms
99
TABLE OF CONTENTS
Bid Form 97
Curriculum Vitae 99
Omnibus Sworn Statement 101
Bid Securing Declaration 103
Form of Contract Agreement 105
Statement of All Ongoing Contracts 107
Statement of At Least One Completed Project 108
Compliant to the Track Record Requirement
Statement of Availability of Key Personnel and Equipment 109
List of Equipment Owned/Leased, Assigned to the Contract 110
100
Bid Form
Date: _______________________
IAEB1 No: __________________
To: [name and address of PROCURING ENTITY]
Address: [insert address]
We, the undersigned, declare that:
(a) We have examined and have no reservation to the Bidding Documents, including Addenda,
for the Contract [insert name of contract];
(b) We offer to execute the Works for this Contract in accordance with the Bid and Bid Data
Sheet, General and Special Conditions of Contract accompanying this Bid;
The total price of our Bid, excluding any discounts offered in item (d) below is: [insert
information];
The discounts offered and the methodology for their application are: [insert information];
(c) Our Bid shall be valid for a period of [insert number] days from the date fixed for the Bid
submission deadline in accordance with the Bidding Documents, and it shall remain
binding upon us and may be accepted at any time before the expiration of that period;
(d) If our Bid is accepted, we commit to obtain a Performance Security in the amount of [insert
percentage amount] percent of the Contract Price for the due performance of the Contract;
(e) Our firm, including any subcontractors or suppliers for any part of the Contract, have
nationalities from the following eligible countries: [insert information];
(f) We are not participating, as Bidders, in more than one Bid in this bidding process, other
than alternative offers in accordance with the Bidding Documents;
(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any
part of the Contract, has not been declared ineligible by the Funding Source;
(h) We understand that this Bid, together with your written acceptance thereof included in
your notification of award, shall constitute a binding contract between us, until a formal
Contract is prepared and executed; and
(i) We understand that you are not bound to accept the Lowest Evaluated Bid or any other
Bid that you may receive.
1 If ADB, JICA and WB funded projects, use IFB.
101
Name:
In the capacity of:
Signed:
Duly authorized to sign the Bid for and on behalf of:
Date: _____________
102
Format of Curriculum Vitae (CV) for Proposed Key Personnel
Proposed Position: ______________________________________________________________________
Name of Firm: _________________________________________________________________________
Name of Staff: _________________________________________________________________________
Profession: ____________________________________________________________________________
Date of Birth: __________________________________________________________________________
Years with Firm/Entity: ___________________________________ Nationality: ____________________
Membership in Professional Societies: ______________________________________________________
_____________________________________________________________________________________
Detailed Tasks Assigned: ________________________________________________________________
_____________________________________________________________________________________
Key Qualifications:
[Give an outline of staff member’s experience and training most pertinent to tasks on project. Describe degree of responsibility held by staff member on relevant previous projects and give dates and locations.]
_____________________________________________________________________________________
Education:
[Summarize college/university and other specialized education of staff members, giving names of schools,
dates attended, and degrees obtained.]
_____________________________________________________________________________________
Employment Record:
[Starting with present position, list in reverse order every employment held. List all positions held by staff
member since graduation, giving dates, names of employing organizations, titles of positions held, and
locations of projects. For experience in last ten years, also give types of activities performed and client references, where appropriate.]
_____________________________________________________________________________________
Languages:
[For each language, indicate proficiency: excellent, good, fair, or poor in speaking, reading, and writing.]
_____________________________________________________________________________________
Certification:
I, the undersigned, certify to the best of my knowledge and belief that:
(i) this CV correctly describes me, my qualification and my experience;
(ii) in the absence of medical incapacity, I will undertake my proposed assignment for the duration and
in terms of the inputs specified for me in the schedule that shall be provided by my principal/firm
103
provided that mobilization takes place within the validity of my principal/firm’s proposal or any
agree extension thereof;
(iii) I am committed to undertake the assignment within the validity of the proposal; and,
(iv) I am not part of the team who prepared the Terms of Reference for the subject consulting services
contract;
I understand that any misstatement/misrepresentation described herein may be a ground for my
disqualification or dismissal if engaged, and/or disqualification of my principal/firm from the procurement
process.
____________________________ __________________________ Date: _____________________
[Signature of Expert] and [Authorized Representative of the Bidder] [Day/Month/Year]
Full Name of Expert: ___________________________________________________________________
Full Name of Authorized Representative of Bidder: ___________________________________________
104
Omnibus Sworn Statement
REPUBLIC OF THE PHILIPPINES )
CITY/MUNICIPALITY OF ______ ) S.S.
A F F I D A V I T
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of
Affiant], after having been duly sworn in accordance with law, do hereby depose and state that:
1. Select one, delete the other:
If a sole proprietorship: I am the sole proprietor of [Name of Bidder] with office
address at [address of Bidder];
If a partnership, corporation, cooperative, or joint venture: I am the duly authorized
and designated representative of [Name of Bidder] with office address at [address of
Bidder];
2. Select one, delete the other:
If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have
full power and authority to do, execute and perform any and all acts necessary to
represent it in the bidding for [Name of the Project] of the [Name of the Procuring
Entity];
If a partnership, corporation, cooperative, or joint venture: I am granted full power and
authority to do, execute and perform any and all acts necessary and/or to represent the
[Name of Bidder] in the bidding as shown in the attached [state title of attached
document showing proof of authorization (e.g., duly notarized Secretary’s Certificate
issued by the corporation or the members of the joint venture)];
3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the
Philippines or any of its agencies, offices, corporations, or Local Government Units,
foreign government/foreign or international financing institution whose blacklisting
rules have been recognized by the Government Procurement Policy Board;
4. Each of the documents submitted in satisfaction of the bidding requirements is an
authentic copy of the original, complete, and all statements and information provided
therein are true and correct;
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;
6. Select one, delete the rest:
105
If a sole proprietorship: I am not related to the Head of the Procuring Entity, members
of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC
Secretariat, the head of the Project Management Office or the end-user unit, and the
project consultants by consanguinity or affinity up to the third civil degree;
If a partnership or cooperative: None of the officers and members of [Name of Bidder]
is related to the Head of the Procuring Entity, members of the Bids and Awards
Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head
of the Project Management Office or the end-user unit, and the project consultants by
consanguinity or affinity up to the third civil degree;
If a corporation or joint venture: None of the officers, directors, and controlling
stockholders of [Name of Bidder] is related to the Head of the Procuring Entity,
members of the Bids and Awards Committee (BAC), the Technical Working Group,
and the BAC Secretariat, the head of the Project Management Office or the end-user
unit, and the project consultants by consanguinity or affinity up to the third civil degree;
7. [Name of Bidder] complies with existing labor laws and standards; and
8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a
Bidder:
a) Carefully examine all of the Bidding Documents;
b) Acknowledge all conditions, local or otherwise, affecting the implementation of the
Contract;
c) Made an estimate of the facilities available and needed for the contract to be bid, if
any; and
d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project].
9. [Name of Bidder] did not give or pay directly or indirectly, any commission amount,
fee, or any form of consideration, pecuniary or otherwise, to any person or official,
personnel or representative of the government in relation to any procurement project or
activity.
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.
_____________________________________
Bidder’s Representative/Authorized Signatory
[JURAT]
* This form will not apply for WB funded projects.
106
Bid Securing Declaration
_________________________________________________________________________
REPUBLIC OF THE PHILIPPINES )
CITY OF _______________________ ) S.S.
x-------------------------------------------------------x
BID-SECURING DECLARATION
Invitation to Bid/Request for Expression of Interest No. 5: [Insert reference number]
To: [Insert name and address of the Procuring Entity]
I/We6, the undersigned, declare that:
1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a Bid-Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any
contract with any procuring entity for a period of two (2) years upon receipt of your
Blacklisting Order; and, (b) I/we will pay the applicable fine provided under Section 6
of the Guidelines on the Use of Bid Securing Declaration7, within fifteen (15) days from
receipt of the written demand by the procuring entity for the commission of acts
resulting to the enforrcement of the bid securing declaration under Sections 23.1(b),
34.2, 40.1 and 69.1 except 69.1(f), of the the IRR of RA 9185; without prejudice to
other legal action the government may undertake.
3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the
following circumstances:
(a) Upon expiration of the bid validity period, or any extension thereof pursuant to
your request;
(b) I am/we are declared ineligible or post-disqualified upon receipt of your notice
to such effect, and (i) I/we failed to timely file a request for reconsideration or
(ii) I/we filed a waiver to avail of said right;
(c) I am/we are declared as the bidder with the Lowest Calculated and Responsive
Bid/Highest Rated and Responsive Bid8, and I/we have furnished the
performance security and signed the Contract.
_______________________________
5Select one and delete the other.
6 Select one and delete the other. Adopt same instruction for similar terms throughout the document.
7Issued by the GPPB through GPPB Resolution 03-2012 on 27 January 201
107
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of
[month] [year] at [place of execution].
[Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant
SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place
of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by
me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice
(A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.
______ and his/her Community Tax Certificate No. _______ issued on ______ at ______.
Witness my hand and seal this ___ day of [month] [year].
Doc No. ___
Page No. ___
Book No. ___
Series of ____.
_________________________
8 Select one and delete the other.
108
Form of Contract Agreement
THIS AGREEMENT, made this [insert date] day of [insert month], [insert year]
between [name and address of PROCURING ENTITY] (hereinafter called the“Entity”) and
[name and address of Contractor] (hereinafter called the “Contractor”).
WHEREAS, the Entity is desirous that the Contractor execute [name and identification
number of contract] (hereinafter called “the Works”) and the Entity has accepted the Bid for
[insert the amount in specified currency in numbers and words] by the Contractor for the
execution and completion of such Works and the remedying of any defects therein.
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred
to.
2. The following documents shall be attached, deemed to form, and be read and
construed as part of this Agreement, to wit:
(a) General and Special Conditions of Contract;
(b) Drawings/Plans;
(c) Specifications;
(d) Invitation to Apply for Eligibility and to Bid;
(e) Instructions to Bidders;
(f) Bid Data Sheet;
(g) Addenda and/or Supplemental/Bid Bulletins, if any;
(h) Bid form, including all the documents/statements contained in the
Bidder’s bidding envelopes, as annexes;
(i) Eligibility requirements, documents and/or statements;
(j) Performance Security;
(k) Credit line issued by a licensed bank, if any;
(l) Notice of Award of Contract and the Bidder’s conforme thereto;
(m) Other contract documents that may be required by existing laws and/or
the Entity.
3. In consideration of the payments to be made by the Entity to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Entity to
execute and complete the Works and remedy any defects therein in conformity
with the provisions of this Contract in all respects.
4. The Entity hereby covenants to pay the Contractor in consideration of the
execution and completion of the Works and the remedying of defects wherein,
the Contract Price or such other sum as may become payable under the
109
provisions of this Contract at the times and in the manner prescribed by this
Contract.
IN WITNESS whereof the parties thereto have caused this Agreement to be executed
the day and year first before written.
Signed, sealed, delivered by the (for the Entity)
Signed, sealed, delivered by the (for the Contractor).
Binding Signature of PROCURING ENTITY
________________________________________________
Binding Signature of Contractor
_____________________________________________
110
111
Sta
tem
ent
Sh
ow
ing
th
e B
idd
er’s
Sin
gle
Larg
est
Com
ple
ted
Con
tract
wh
ich
is
Sim
ila
r in
Na
ture
112
Standard Form Number: SF-INFR-18
Revised on: July 29, 2004
Statement of Availability of Key Personnel and Equipment
(Date of Issuance)
_________________________________ Secretary Department of Transportation The Columbia Tower, Ortigas Avenue Mandaluyong City
Attention : The Chairman Bids and Awards Committee
Dear Sir / Madame:
In compliance with the requirements of the (Name of the Procuring Entity) BAC for the bidding of the (Name of the Contract), we certify that (Name of the Bidder) has in its employ key personnel, such as project managers, civil engineers, architect, materials engineer and safety officer, who may be engaged for the construction of the said contract.
Further, we likewise certify the availability of equipment that (Name of Bidder) owns, has under lease, and/or has under purchase agreements, that may be used for the construction contracts.
Very truly yours,
(Name of Representative)
(Position)
(Name of Bidder)
113
114
PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners)
Procurement of Infrastructure Project
MRT3 Capacity Expansion
Project Lot 2: Upgrade of
Ancillary Systems (Rebid)
Government of the Republic of the Philippines
VOLUME II : SPECIFICATIONS
Fourth Edition
December 2010
TERMS OF REFERENCE
MRT3 CAPEX Lot 2: Upgrade of the Ancillary Systems
1. INTRODUCTION
DOT-MRT3 is planning to increase the line capacity and train capacity of MRT3 by
increasing the train configuration from 3-car train configuration to 4-car train
configuration running at improved headway not more than 150 seconds during peak
hours. With this objective, DOT-MRT3 created CAPEX projects for MRT3, LOT1
which is the procurement of 48 additional LRVs; LOT2 which is the upgrade of the
ancillary systems; and LOT3 which is the Signaling System Upgrade. All
modifications to improve the capacity of the existing MRT 3 System is purposely to
serve more riding public with safe and reliable transport system.
These projects are the support capacity improvement of LOT1; LOT2 covers the
Power Supply System, Overhead Catenary System, Civil works and Track works and
LOT3 covers the upgrade of the Signaling System.
2. MRT-3 SYSTEM DESCRIPTION
A. General
The MRT-3 System is the cornerstone of the Department of Transportation’s
(DOT) integrated strategy to alleviate the traffic congestion along the EDSA
corridor. Completed in July 2000, the MRT-3 is carrying a maximum of around
600, 000 passengers daily. The system is built by a private consortium, Metro Rail
Transit, Corp. (MRTC), under the Build, Lease and Transfer Agreement with the
for a period of 25 years.
B. Alignment
The line is a 16.9km rail system occupying the median of EDSA with 40% at-
grade, 52% elevated and 8% underground or depressed. Running from North
Avenue, Quezon City to Taft Avenue in Pasay City, the MRT-3 has a total of 9
elevated, 2 at-grade and 2 depressed stations with side platforms for elevated and
center platforms for depressed or at-grade stations.
C. Guideway
The total length of the MRT-3 guideway is about 16.9km consisting of the
Kalayaan Tunnel (515m), At-grade level (7000m), elevated structures (9000m) and
steel structure (135 m). It traverses along EDSA from North Avenue in Quezon
City to Taft Avenue in Pasay City, designed to fit the existing infrastructures like
the Magallanes and Ortigas Flyovers.
The elevated guideway structure was constructed using reinforced concrete except
for the Guadalupe Bridge, which is made of structural steel. The guideway supports
spaces for the Signaling, communication, high and low voltage power distribution
systems of the MRT-3. It is made of AASHTO pre-stressed girders with reinforced
concrete slab overlay of about 210mm thickness and supported by either column
piers or portal frame supports. All guideway foundations are generally bored piles.
All design and construction of the elevated guideway are in accordance with the
existing Philippines Standards and Code of Practice and/or international applicable
standards.
D. Tracks
The MRT-3 system uses a standard gauge track of 1435mm utilizing UIC 54 rail
profile welded together to form continuous rail using flash-butt and alumino-
thermic welding process for the mainline. Crossovers are located in North, Cubao,
Shaw, Buendia and Taft with an access track to and from the depot located between
North Avenue and Quezon Avenue Station.
The Mainline has a minimum horizontal radius of 370 m and applies an absolute
maximum gradient of 4.0%. For the Depot Access Track, an absolute gradient of
5% is present with zero cant all throughout the depot area and a minimum radius
of 25m in the depot curved sections.
The mainline track consists of both ballasted and concrete plinth sections.
Ballasted tracks are about 7.6km in distance, supported by concrete sleepers, with
750mm spacing. Rail fastening is made through the use of Rail Fastening System
laid on the ballast with at least 250 mm depth. Concrete plinth tracks are about
9.15 km long utilizing direct fixation fasteners with 750 mm spacing and supported
by a concrete plinth of 220 mm thickness.
Remote operation of point switches for crossovers at North, Taft, Shaw, Depot
Access Track and at the pocket track at Taft can be carried out from the Control
Center. Manual point switches are installed in Buendia and Cubao for maintenance
and emergency operation. Automatic point switches are fitted with position
detectors that can be monitored from the Control Center while manual point
switches are fitted with levers and locks only.
Current maximum train speed is at 40 kph and shall be increased to 65 kph after
track replacement/rehabilitation.
E. Stations
There are 13 stations along the 16.9-km stretch of the MRT-3 system. Station
platforms are designed to accommodate 4-car train operation with standard
platform length of at least 130m. It has two main areas: The Paid Concourse Area
that accommodates paid riding passengers; and Unpaid Concourse Area for
queuing passengers with commercial spaces, retail shops and other public services.
The two areas are divided by the fare collection gates structured to accommodate
future expansion. Each station is also equipped with facilities that cater to the
elderly and handicapped.
All stations are equipped with elevators (lifts) capable for serving handicapped and
elderly passengers. Internal escalators are installed inside the paid areas while
external escalators are provided in some elevated stations to access concourse areas
from street level.
F. Depot Facilities
A Depot that houses the Light Rail Vehicles is located adjacent to the North
Avenue station where the maintenance of LRV(s) is performed and trains are
stabled. It has a total area of 84,444m2 which houses the workshop and
maintenance facilities and has stabling capacity for 81 LRVs, with provisional
space available for additional 40 LRVs. It has facilities capable for light and heavy
maintenance works with office spaces for the operation and maintenance
management.
G. Rolling Stock
The MRT-3 system has a total fleet of seventy three (73) Light Rail Vehicles
(LRV’s), but four (4) LRVs are currently not in service. These are Cars 70, 73, 03,
and 08.
The LRV is built by CKD Doprovni Systemy of Prague. It is articulated in three-
sections with four bogies (eight axles), designed for single-ended operation. Each
has ten double-leaf, electronically-operated, plug-sliding doors (5 on each side),
with three center doors having an open width of 1,255mm and two end doors at
861 mm. Each LRV can seat a total of 74 passengers and can accommodate 320
standing passengers for a total of 394 passengers per LRV.
The cars are equipped with Automatic Train Protection System (ATP), which
collects information from wayside system through balises for the speed monitoring
and control. Each car has a Digital Diagnostic System that monitors the defects
and assists Train Drivers during failure intervention.
Each LRV has four motorized bogies with two traction motors each, controlled by
choppers with IGBT thyristors that activates the traction system. Traction and
braking can be controlled using the Hand Controller located at each Driver’s Cab.
The braking system is composed of Electrical, Mechanical Disc and
ElectroMagnetic Track Brakes, operating in synchronous action depending on the
brake application.
The MRT-3 Rolling Stock main specifications contain the following:
Nominal Pantograph Voltage : 750 VDC (retained performance 500-900
VDC)
Track Gauge : 1,435 mm
Wheel Diameter : 700 mm – new, 595 mm –worn
Number of Bogies : 4 – all Motor Track
Distance between bogie centers : 7,500 mm
Bogie Wheel Base : 1,900 mm
Primary suspension : Steel spring
Secondary suspension : Wound-up steel spring
Roof height from top to rail : 3,250 mm
Roof mounted equipment height : 3,650 mm
Pantograph height in down
position
: 3,724 mm
Pantograph working height,
min./max
: 3,900 mm/6,129 mm
Vehicle Width : 2,500 mm
Height of Floor from top to rail : 925 mm – new wheels
Floor thickness at center sill : 19 mm for the floor proper of 15 mm &
rubber carpet of 4mm
Length over couplers : 31,720 mm
Length of train set inclusive of
anti-climbers
: 93,820 mm – 3 car train
Tare Weight : 46,800 kg.
Maximum axle load : 9,000 kg.
Maximum speed : 65 km/h
Continuous Rating : 516 kW
Air-conditioning Rating : 132 watts/person (274 total,)
Number of Traction Motors : 8 DC powered motor
Maximum Acceleration : 1.03 m/sec2
Full service brake deceleration : 1.01 m/sec2
Emergency brake deceleration : 1.58 m/sec2
Seating capacity : 74
Standing capacity (8
persons/m2)
: 320
Total train set capacity : 1,182 passengers – for 3-car train
Door actuation system : Electric
Passenger door throughway : 1,255 middle door, 861 external door
Body shell material : Low alloy high tensile steel and
aluminum sheets for ceiling
Propulsion system : Thyristor/chopper type
Battery Voltage : Min. 2 x 80 Ah/24 volts
Three phase voltage : 480 volts AC, 60 Hertz
Transmission : Bogie-mounted motor transmitted to the
Axle by means of the joint shaft and to the
gearbox with tooth conical hypoid gear
Brake system : Dynamic Brake with regeneration +
mechanical friction brake +
electromagnetic brake
Minimum curve radius : 20 m
Couplers : Fully automatic coupler
G. Power Supply System
There are eight (8) Traction Power Substations (TPSS) along the MRT-3 system
comprising seven TPSS dispatched along the line, strategically installed in selected
stations and one in the Depot, each receiving high voltage supply rating of 34.5KV
AC from MERALCO. Each TPSS has two incoming feeders connected to two
independent power substations of MERALCO to ensure power distribution in the
event of failure of one supply line. The Power Supply Network consists of two
sub-networks:
The “traction” sub-network, dedicated to supply power for the movement
and maintenance of trains. This sub-network consists of 34.5 KV feeder
cables, 3000 KW Rectifier-Transformers (RT) and overhead contact
system with a nominal rating of 750 VDC.
The “lighting & auxiliary power” sub-network, dedicated to supply power
to MRT-3 facilities such as stations, ancillary buildings, Depot
equipment, etc. This sub-network consists of 11 KV feeder cables,
Auxiliary Transformers (AT), 480V/220V AC 60 Hz, low voltage
cabinets and backup power supplies.
All TPSS and Substations are equipped with alarm systems that can be monitored
in the Control Center. In case of failure of one substation an alarm is triggered and
manual switching of supply can be performed in the substation. All TPSS are
linked, capable of supplying power to each adjacent section in case of failure of
one substation. This ensures continuous operation even in the event of power
failures. The seven (7) TPSS along the mainline are located in Kamuning,
Santolan, Ortigas, Guadalupe, Ayala, Magallanes and Taft while the TPSS in the
Depot are provided for the supply of power for mainline and maintenance
requirements.
The power supply network of the MRT-3 is provided with grounding/ earthing
network, including lightning protection system for the OCS and stations.
The power supply system is designed to accommodate 2.5 minutes Headway, 3-
car train operation with provision for upgrading to accommodate 2 minutes
headway using 4-car trains. Additional rectifier-transformer units and associated
equipment can be installed in allocated spaces inside substation rooms to provide
for the MRT 3 Capacity Expansion (CAPEX) Project.
H. Overhead Catenary System (OCS)
A simple auto tensioned catenary system is employed in the MRT-3 mainline
consisting of single contact wire 170mm2 cross-section, solid grooved hard drawn
copper and double messenger wires of 150 mm2 cross-section hard drawn stranded
copper. In addition to the messenger and contact wires along the mainline, double
250mm2 cross-section bare copper parallel feeder wires are installed to provide
continuous supply.
In the depot area, span wire registration is employed and the contact wire is fixed
at each end of the wire. This results in a decrease in tension as the temperature
increases and an increase in tension as the temperature decreases. The catenary
system is sectionalized and is provided with outdoor type manually operated
disconnecting switches, to provide isolation as required for operations and
maintenance.
The OCS is designed for rated speed of 120kph, with supports and assembly
mounted on independent OCS Masts/Poles that are integrated to the mainline
viaduct. The OCS, composed of Feeder, Messenger and Contact Wires is installed
overhead via insulated cantilevers and is supported via counterweights to maintain
uniform height from the top of the rail in each section.
Contact wire height is maintained along the line through droppers that are used as
support and current distributor. The droppers are uniformly installed per section
with corresponding leveling height in order to maintain acceptable wire sag. These
droppers are connected to the messenger wires as conductors to feed current from
the messenger to the contact wires and hold as support to maintain the contact wire
height with acceptable tolerance. Double messenger wires are installed along the
line and are connected to the overhead feeder through feeder jumpers.
Isolation switches are located all along the line to allow current distribution from
designated TPSS. In case of emergency or faults in the TPSS, isolation switches
can be operated to allow looping the OCS or manual disconnection during
maintenance. Each isolation switch is fitted with Contact Wire Section Insulators
to separate the distribution of current from adjacent TPSS.
Under the MRT 3 Capacity Expansion Project, a new catenary network will be
installed at the depot area for the additional tracks of the expanded depot stabling
area. Also, additional catenaries will be installed from the end of North Avenue
station up to the future MMRIT-Common Station for the seamless interconnection
of LRT Line 1 and MRT 3.
I. Back-up Power System
Each substation has independent Uninterruptible Power Supply (UPS) system for
emergency back-up. In case of power interruption, the UPS can supply power to
the Automatic Fare Collection (AFC) System, Signaling and other emergency
facilities for three hours duration.
In addition to the above back-up supply, power generators are also available for
the sump pumps and tunnel smoke extraction equipment to provide for emergency
back-up in cases of fire or flooding.
J. Signaling System
The Signaling system of the MRT-3 is a fixed block system which consists of an
Automatic Train Protection (ATP), Microprocessor-based Interlocking, Control
and Supervisory System and train detection system utilizing audio frequency track
circuits with two aspect colored light signals. The Signaling system corresponds
to a Safety Integrity Level SIL 4 and has been designed for 120 seconds headway.
The main line can operate at a maximum speed of 65 KPH and may operate at a
headway of 3 minutes. However, with the inception of extending the MRT-3 line
in the future, the operational headway would be 120 seconds. There is no Signaling
equipment at the Depot, hence the train’s maximum speed in the depot 15 KPH.
K. Communications System
The MRT-3 Communications System consists of the following subsystems which
forms an independent system wide communication. It is installed to operate under
all environmental conditions and even in the event of multiple power failures for a
period of three hours.
i. Public Address System
The Public Address System is used to convey messages to passengers and
station personnel. It has 12 preset digital pre-recorded safety messages and
4 track tape console for piped-in music, and 16 pieces 150 watts power
amplifiers to obtain maximum loudness. All stations are equipped with an
independent Public Address System Console located at each Signaling
Room.
ii. Closed Circuit Television (CCTV)
All stations are equipped with independent CCTV System, controlled and
monitored at each Station Control Room. Pan-tilt cameras are strategically
located at various locations of the station to monitor passenger flow and
security surveillance within station premises. Surveillance cameras are
installed in various public areas such as the platform, concourse,
footbridges elevators and stairways. In the Depot, cameras are installed at
different locations to view train movements inside the yard or stabling area
and inside the tunnel to and from the access track to the mainline. Control
and monitoring of these cameras can be performed at the Yard Master
Room.
iii. Private Automatic Branch Exchange
The MRT-3 system has a centralized telephone system that interconnects
internal and outside calls with the aid of an auto attendant computer. It
maximizes the available 20 trunk lines for the 32 digital and 150 analog
local lines serving the whole stretch of the MRT-3 system, utilizing the 150-
pair main communications cable laid along the MRT-3 carriageway and
linked with the 14 Main Distribution Frames.
iv. Trunk Radio System
The MRT-3 system utilizes a trunk radio system to facilitate
communications between the Control Center, Train Drivers and stations.
Three communication channels are available for operations, namely:
Mainline, Depot and Emergency Channel. The Mainline Channel is
generally utilized for day-to-day operation while the Depot Channel is
provided for maintenance personnel to assist the Control Center and train
drivers during interventions. The Emergency Channel is provided as
dedicated line in case of interruptions and incidents along the line.
L. Automatic Fare Collection (AFC) System
The AFC system of MRT 3 utilizes Contactless Fare Media cards for entering and
exiting the station. This supports both the Single Journey Tickets (SJT) and Stored
Value Cards (SVC). The AFC equipment at the station is composed of Automatic
Gates (AG), Point of Sale (POS), and Ticket Vending Machines (TVM). The
Station Computer (SC) monitors and controls all the station equipment (AG, POS,
and TVM). The Central Computer System–Railway Operator (CCS-RO) and
Monitoring Control Work Station (MCW) collects and downloads various data and
parameters from and to the SC.
M. MRT-3 Control Center
The MRT-3 Control Center located at North Avenue station provides overall
supervision and monitoring of system operation. Equipped with train traffic
control equipment, base console radio system and other major telecommunication
equipment, the Control Center provides round-the-clock management of system
operation and maintenance.
The Control Center remote system (MAN 900) accesses and controls train traffic
as well as monitor the location of the trains, status of the Traction Power system
and other emergency alarm panels.
3. SYSTEM OPERATION
The original Line Capacity of the MRT-3 is designed at 23,640 PPHPD providing
maximum of 20 trains, at 3-car configuration, during peak period with minimum
headway of 180sec (3min). Each LRV can seat a total of 74 passengers and
accommodate 320 standing passengers or a total of 1,182 passengers per train. This train
capacity is based on AW3 crush loading of 8 passengers per square meter.
Presently, the MRT-3 operates from 4:30 AM to 11:00 PM with different operating
periods and train dispatch schedule according to a specific train timetable. The current
loop time is approximately one-hour and ten minutes with a minimum headway of 4
minutes or 240 seconds during peak periods. The average dwell time in each station is
approximately 25 seconds and the maximum train speed is 40kph. Peak periods will be
from 6:30 AM to 9:00 AM and 5:00 PM to 7:30 PM.
4. LOT 2 PROJECT DESCRIPTION SUMMARY
In conjunction with MRT3’s procurement of additional 48 LRVs to increase the line
capacity of the rail system and help reduce waiting time of passengers, the Ancillary
Systems shall be upgraded to accommodate the increase in fleet size.
The additional fleet will improve the existing train configuration of three-car trains to
four-car trains operation.
The Ancillary Systems upgrades include the Signaling, Power Supply and OCS, Depot
Stabling, Depot Workshop, North Avenue Turnback and Taft Pocket Track.
The Signaling upgrade covers among others, modifications of the existing signaling
system which include wayside installations, upgrade of Interlocking equipment and
replacement of signal bulb with LED type.
Signaling works include Interface provision for the construction of a new double cross-
over turnout at North Avenue Station; and the conversion of manual point machines at
Cubao and Buendia Stations to central control.
However, the Signaling Upgrade shall not be included in this contract. The upgrade of
the signaling system described above shall be carried out by the Signaling Provider of
the MRT3. This is being mentioned for the information of the Bidders of this Contract.
The Contractor of this Project shall follow the design requirements and specifications of
the Signaling system to make the Power & OCS system, Civil Works and Track Works
fully integrated to the Signaling system.
5. CONCEPTUAL DESIGN
The DOT-MRT3 CAPEX Project Lot 2 is effectively seeking to provide MRT3 with
sufficient installed Traction Power and OCS capability to achieve the maximum through
put of passengers possible for this mode of transport.
The present design can carry when in as new condition 23, 640 passengers per hour per
direction.
The ultimate or conceptual design should be close to 47,280 passengers per hour per
direction based on the presently proposed 4 vehicle trains, operating on a 2-minute
headway. In the future this could possibly be further improved to 60,000 passengers per
hour per direction by using more efficient trains of say132m with 6 - 22m long cars with
say a total of 230 seated and 1,770 standing passengers (8 passengers per square meter)
operating on a 2-minute headway.
To operate trains of this size and frequency it is reasonable to assume the presently
installed Traction Power facilities require to be doubled, and the OCS requirement in
terms of Voltage drop due to circuit resistance decreased by at least 30% to cover for the
increased line currents due to the larger trains.
The presently installed Traction Power capacity is 30MVA, consisting of 10-3MVA
Transformer-Rectifier sets distributed relatively uniformly along the track way. The
addition therefore of a further 10-3MVA units should provide ample capacity for the
ultimate line requirements.
The increase in Train loads from a present 3 vehicle configuration to a 4 vehicle train
will require effectively an increase in current capacity when accelerating from
4,500Amps to 6,000 amps, just over 30%. To accommodate this with no further
deterioration in volt drop at the pantograph, the present circuit resistance will have to be
reduced by approximately 25%. This can be achieved by increasing the presently
installed copper over-head line cross section estimated at 970sqmm to 1,250sqmm by the
addition of a further 250sqmm feeder cable.
Any further improvements that can be made to the return current path through the running
rails, by cross bonding, upgrading to UIC60 rail and increased cable sizes will further
guarantee the provision of Power to these 4 vehicle trains.
6. PERFORMANCE SPECIFICATIONS
The above concept design is the basis for the performance specification further detailed
here in.
In addition to the chapters on the Power and OCS, the requirements for the Depot
Stabling, Depot Workshop, North Avenue Turnback and Taft Pocket Track are set out.
In particular the RAMS (Reliability, Availability, Maintainability and Safety)
requirements are established, that when achieved will ensure the Lot 2 contract will meet
the expectations of providing the Ancillary services to the DOT-MRT3 CAPEX Project
7. POWER SUPPLY AND OCS
7.1. The Existing Power Distribution and OCS Systems
The MRT3 System receives power at 34.5 kV 60 Hz from the local power utility,
MERALCO, at several feeding points. The Power Distribution Network consists of two sub-
networks:
a. The “traction” sub-network. This is dedicated to the power supply for the movement
and maintenance of trains. This sub-network consists of 34.5 kV feeder cables,
switchgear, rectifier-transformers (RT) and the overhead catenary system. The OCS
system is fed by positive and negative return cables from the rectifiers at 750 Vdc. The
catenary is sectionalized and switched to provide restored line power in the event of an
outage at any location.
b. The “lighting & auxiliary power” sub-network. This is dedicated to the power supply
for the MRT3 facilities such as stations, ancillary buildings, depot workshops/equipment
and offices. This sub-network consists of 11 kV feeder cables, auxiliary transformers
(AT), 480V/220V AC 60 Hz, low voltage switchgear/distribution equipment and backup
power supplies.
The Traction Substations and equipment are designed such that it is possible to install
additional rectifier-transformer units and associated equipment alongside the existing
facilities.
7.2 Upgrading of the Power Distribution and OCS Systems
The MRT 3 will be upgraded by means of this Capacity Expansion project, target to be
implemented by year 2016. The intention is to run 24 train sets (4-car) with minimum
operational headway not greater than 150 seconds by this date. However in the ultimate, 30
train sets of 4 LRV’s will be operated on a 120 second headway.
Since the present operation utilizes 3-car train sets with 3-minute headway, the existing
Power Distribution and OCS Systems also requires analysis to determine the extent of
upgrading.
In particular, the present OCS system shall be studied to ensure that the volt drop along the
line shall not be such as to reduce the performance of the Trains when operating with 4
LRV’s on at this time a 150 second headway. Additional feeder cables shall be laid alongside
the present cables with connections to the Overhead Contact wire as appropriate.
The Negative Return Current path through the running rails to the substation shall also be
studied to ensure the bonding of the rails will meet the new and larger line currents.
A new catenary network shall be installed in the depot area for the additional tracks (Tracks
9, 11-15) of the expanded Depot Stabling Area. The new tension length for the new double
cross-over turnout at North Avenue Station as well as the track works included therein shall
form part of the contract. Finally the extension works for the stabling sidings at Taft Avenue
shall include for the OCS and track works.
This Contract requires that the Power Distribution and OCS Systems shall be configured to
match the upgraded revenue service.
Prior to Contract Award, the Prospective Bidder must demonstrate that he has a very clear
understanding of the existing Power Supply Equipment and Systems, the existing OCS
Equipment and Systems, the existing Controls/Monitoring Systems and the existing SCADA
System. In this connection, visits to the MRT 3 are mandatory during the tendering period
to ensure that the Prospective Bidder is fully aware of the present “as installed” systems and
the necessity for compatibility and integration with the new equipment and systems.
For this purpose, the drawings under Section VII are provided for the Prospective Bidder’s
information.
As the works under this contract will involve activities on a ‘live’ railway, the Contractor
shall adopt and adhere to the MRT3’s Rules and Procedures at all times.
Under no circumstances, shall the Contractor cause disruption to the revenue service. All
staging works, timing and method statements shall be approved by the Owner and the
Engineer before any night or day work is permitted to commence.
7.3. Proven Technology
The Contractor shall provide a power supply system utilizing assemblies and components
which have been proven in similar service and configured in an arrangement which has been
demonstrated to provide the required performance.
8. SCOPE OF WORKS
The Scope of Works shall include, but is not limited to the following:
a. Checking of the existing peak electrical loads on the mainline and at the Depot
for the DC Traction Power, LV AC Auxiliary Power and Back-up Power (UPS
and Control Batteries) to determine spare capacity for input to the power study.
b. Checking the existing OCS contact wire and positive and negative return feeder
ratings on the mainline and at the Depot.
c. Submission of all elements of the detailed for approval by the Engineer.
d. Interfaces with civil, track and signaling works.
e. Electrical and Mechanical design calculations.
f. Commissioning of a Computer Simulated Power Study utilizing a specialist in
this field for validation of the Contractor’s detailed design.
g. Detailed design including integration and interfacing with existing equipment,
controls and monitoring systems, procurement, delivery, installation, testing and
commissioning.
h. Maintain interfacing requirement with the Signaling System.
i. Preparation of Design calculations.
j. Removal of the existing SCADA system and peripherals. Procurement, deliver,
installation, testing and commissioning of the new equipment system.
k. Submission of material samples for approval by the Engineer inclusive of
corrosion protection such as galvanizing of assemblies for OCS.
l. Arrange with the Power Authority (MERALCO) in the context of increased
loadings, fault levels, harmonics, metering and protection.
m. Facilitate connection of 34.5 KV, 3phase-60Hz from power authority
(MERALCO) for Cubao and Boni TPSS.
n. Rectification of defects during Defects Liability Period.
o. Training of the Owner’s maintenance staff.
p. Preparation of O&M manuals inclusive of parts catalogue, repair instructions,
maintenance instructions, test results from commissioning and fault finding.
q. Preparation of As-built drawings, schematic drawings, line diagrams and
interface drawings.
r. Preparation of recommendations for and provision of spares and special tools in
liaison/coordination with the Owner’s Maintenance Provider
9. POWER SYSTEM PERFORMANCE REQUIREMENTS
The upgraded Power Supply System which shall be provided under this Contract shall be
designed so that adequate power will be supplied to the trains based on the following:
All on-board electrical equipment operating without any restrictions.
Constant AW3 loading conditions throughout the system.
Trains of the maximum-length (4-car) required to meet the specified capacity
requirements.
Trains operating at the minimum operating headway not greater than 150
seconds.
All trains are running at the maximum proposed operating speed allowed
(65kpH).
The Contractor shall perform a power system load flow analysis to demonstrate that his
design meets the various capabilities. The ratings for the proposed rectifier transformer sets
and switchboards shall be included, as well as short circuit protection coordination,
grounding, and cathodic protection analysis.
The overloading capability of rectifier transformer units shall be:
100 % continuously
150 % for 2 hours, twice a day
300 % for 1 minute
The overhead contact system, running rails, and associated connections shall be capable of
maintaining voltages at the vehicles no lower than 500 V.
9.1 Power System Redundancy
The power system shall be designed using equipment of established reliability, and shall
incorporate redundancy to achieve the overall System Availability targets. The
Contractor shall demonstrate this by performing system availability calculations.
With the substations operating normally, the power system shall be designed to support
the system capacity defined above with no overloads. The following level of redundancy
shall be provided:
a. The total failure of any one Traction Power Sub-Station (TPSS) in any adjacent
TPSS shall not lead to any operational disturbance to the scheduled revenue
service – even momentarily – and which does not require line personnel to carry
out any emergency action.
b. The loss of any single MERALCO feed shall not lead to any operational
disturbance to the scheduled revenue service – even momentarily – and which
shall not require operations personnel to carry out any emergency action.
c. During the failure of one TPSS, the loads on the rectifier transformer units of
adjacent substations shall be within the overload capability of the equipment.
d. In order to accommodate these load carry-overs instantaneously during degraded
situations, the nominal power of the TPSS are to be sized accordingly. Standard
IEC 146 recommends that rectifier transformer sets withstand 150% rated power
overload for 2 hours.
9.2 Standardization
Equipment rating between the existing and additional shall be standardized to the
maximum possible extent. Where possible without incurring excessive costs, all rectifier
transformer units supplied under the Contract shall be of the same rating.
9.3 Power Supply System Protection and Earthing
All individual circuits shall be provided with overload and ground fault protection. Each
feeder breaker shall be equipped with rate-of-rise, overload and instantaneous series trip
devices.
For the Depot, the addition of rectifier transformer sets shall not in any way affect the
electrical interlocking between cathode breakers and tie breaker, i.e. electrical
interlocking permits closing the tie breaker when the Depot substation cathode breaker
is opened and the direct current (DC) manually operated disconnecting switch connected
to the negative bus is closed.
The fault and overload protection subsystem shall be selective, protective devices shall
be properly coordinated such that any fault or overload condition shall result in tripping
of the smallest isolatable OCS sections by use of transfer trip relayed through pilot wires.
Each mainline and Depot feeder breakers shall be provided with load measuring and
reclosing devices. Starting currents and fault currents shall be coordinated.
Proper selection and setting of protective devices shall be provided to ensure that the
electrical system is coordinated internally, and with MERALCO’s over-current
protection requirements. Each level of coordination shall be selected for proper
downstream protection without compromise of the system’s operational capabilities.
Each rectifier assembly and each DC switchgear enclosure shall be provided with a low
resistance ground fault protection system.
Time current characteristic curves and overlays shall be provided to show that the over-
current device curve characteristic between the primary switchgear and major feeder
over-current protective devices are properly coordinated. Settings shall be provided for
all adjustable over-current protective devices.
9.4 Remote Control and Monitoring
The Contractor shall replace the SCADA System and remote terminal units (RTUs) to
allow remote control and monitoring of the power supply system equipment.
The main operation of the system includes control and monitoring of incoming feeders,
breakers, isolators, circuit breakers and switches, analogue values, digital values and
alarm signals from the equipment of TPSS and at peripheral stations.
The power remote control system controls and monitors the following systems:
a) The 34.5 kV Power System
b) 750 V DC Traction System
c) The 480 VAC System and Station Installations
d) The Electrical Systems of Depot Workshop
9.5 Power Factor
The present system power factor when averaged over two-hour period was established
to be at least 0.85 lagging. During the final systems testing and initial operations of the
System after the installations of additional power supply equipment, power factor shall
be recorded at a value not lower than 0.85 lagging and if the upgraded power supply
system cannot achieve this power factor naturally, the Contractor shall provide power
factor correction equipment required to achieve this power factor performance.
9.6 Harmonics
The integration of supplementary power equipment to the system shall be in accordance
with IEEE Standard 519- Recommended Practices and Requirements for Harmonic
Control in Electrical Power Systems. If the power system incorporates power factor
correction capacitor banks, these shall be designed to operate in the presence of the
power system harmonics generated by the traction rectifiers and other converters in the
system, and detuned as necessary.
9.7 Electromagnetic Interference/ Electromagnetic Compatibility (EMI/EMC)
The integration of supplementary power equipment to the system shall be in accordance
with the following standards or their equivalent:
EN 50 121-1
EN 50 121-2
EN 50 121-5 for electrical equipment
EN 50-121-3 and EN 50 121-4
For the intersystem analysis with other systems such as Rolling Stock, Communications
or Automatic Train Protection, the Power Supply equipment shall be designed and
installed such that possible harmonics generated and eventual inducing fields shall not
affect signal, communication and control system.
For this purpose, an intersystem analysis documents (ATP/power supply,
Communications/power supply, etc.) shall be performed.
The Contractor shall carry out a preliminary EMI hazard analysis, in order to identify
equipment susceptible to EMI, and those that are sources of EMI, and propose EMI
mitigation measure.
9.8 Noise
The noise level from any equipment covered by in this Specification shall be tested per
ANSI or IEC standards and shall not exceed the prescribed sound levels therein.
10. POWER SYSTEM DESIGN REQUIREMENTS
The Contractor shall perform simulations of the System operation and the corresponding
power system load flow analysis to validate that his power system design shall be capable
of supporting the ultimate loading capacity described in Section “Power System
Performance Requirements” as well as substation failure conditions as described in
Section “Power System Redundancy”. The adequacy of the ratings of power cable,
transformers, rectifiers, batteries, resistors, switchgear and the like shall be verified using
the load flow analysis.
10.1 Standards, Publications and Codes
10.1.1 General
The following standards, publications and codes shall be recognized in regards
to evidence of good practice for this Project:
AISC American Institute of Steel Construction
ANSI American National Standard Institute
APTA American Public Transit Association Guidelines for
Design of Rapid Transit Facilities
AREMA American Railway Engineering and Maintenance-of-Way
Association
AS Australian Standards
ASME American Society of Mechanical Engineers
ASTM American Society for Testing and Materials
AWS American Welding Association
BRB/RIA British Rail Board/Railway Industries Association
BS British Standards
DIN Deutsche Institute of Normung
EIA Electronics Industries Association
FMRC Factory Mutual Research Corp.
IEC International Electrotechnical Commission
IEE Institution of Electrical Engineers
IEEE Institute of Electrical and Electronics Engineers
ISO International Standards Organization
JIS Japanese Industrial Standards
NEMA National Electrical and Electronics Engineers
NESC National Electrical and Safety Code
NPC National Plumbing Code, USA
ORE Organization de Research Essaies
UIC Union International des Chemin de Fer
UL Underwriter’s Laboratories, Inc.
USAS United States of America Standard Institute
All relevant local standards, codes and regulations shall apply.
10.1.2 Transformer- Rectifier Units
Transformer –Rectifier Units supplied under the Contract shall comply with the
codes, regulations and standards listed in this section or equivalent.
ANSI C57, Transformers, Regulators and Reactors
NEMA TRI, Transformers, Regulators and Reactors
NEMA R19, Silicon Rectifier Units for Transportation Power
Supplies
ANSI C34.2, Practices and Requirements for Semiconductor
Power Rectifier
IEEE No. 59, Semiconductor Rectifier Equipment
IEC 76, Transformers
IEC 146, Rectifier
IEEE Standard 12 760-1997, Transformers (High Temperature
Insulation)
10.1.3 DC Switchgear
DC Switchgear supplied under the Contractor shall comply with the codes,
regulations and standards listed in this section or equivalent.
IEC 157-1, Low Voltage Switchgear and Control Gear
ANSI C37, Power Switchgear
NEMA SG3, Low Voltage Circuit Breaker
NEMA SG5, Power Switchgear Assemblies
NEMA SG6, Power Switchgear Equipment
ANSI C34.14, Low Voltage DC Power Circuit Breakers Used in
Enclosures
EN 50 163
EN 50 123
EN 50 023
IEC 850, Level of Voltages for Railway and Subway Systems
10.2 Data Sheet
The Contractor shall provide – at the Proposal stage – all the performance and data
sheets for the additional Power Supply Equipment. On these sheets, the nominal
current, nominal voltage, size, weight, maximal performance and minimal
performance shall be indicated.
10.3 Power Simulation Study Inclusive of Load Flow Analysis
Immediately subsequent to Contract Award, the Contractor shall appoint a
specialist to conduct a computer simulated power study to validate his detailed
design.
The appointee shall demonstrate his experience and be subject to approval by the
Owner/Engineer.
11. POWER SYSTEM EQUIPMENT REQUIREMENTS
11.1 Rectifier Transformer Units
Substation rectifier transformer units shall be complete with all standards and specified
accessories, auxiliaries, controls and all necessary hardware, interconnecting buses,
wiring and devices.
Transformers shall be of the silicone oil filled type copper winding, high efficiency and
self air-cooled and suitable for outdoor installation, and meet the IEC 146 heavy traction
rating Class 6.
Silicone diode rectifier shall be indoor rated for 12 pulse output, 3000 KW, natural
convection air-cooled, free-standing, and metal enclosed. Air filters, if required, shall be
easily replaceable.
Each rectifier shall be complete with internal buses, connections and flanges for external
bases, protective devices, control wiring, terminal blocks and other necessary
accessories.
11.2 Overhead Catenary System
11.2.1 General
This specification defines the minimum requirements to be met by the
Contractor’s proposed Overhead Catenary System for the additional tracks
(Track 9, 11-15) of the expanded depot stabling area. The new tension length for
the new double cross-over turnout at North Avenue Station as well as the track
works included therein shall form part of the contract.
The catenary system supplied under this Contract shall be of a proven design
satisfying the system performance requirements defined in this document. The
catenary system shall be compatible with the existing OCS of MRT 3 and shall
also satisfy requirements regarding vehicle envelope, pantographs, service life,
safety reliability and maintainability.
11.2.2 Catenary Conductors
Contact wire shall be made up of 170mm2 solid grooved hard drawn copper
conforming to ASTM B47. The upper lobe of the contact wire shall match the
existing contact wire installed at MRT 3 to assure interchangeability of clips.
Other contact wire particulars include:
Weight : 1.511 kg/m
Breaking Load : 5900 kg
Coefficient of Expansion : 1.7 x 10-5 /0C
Resistance @ 200C : 0.1040 Ω/km
Modulus of Elasticity : 12000 kg/mm2
Conductor tensions shall be in accordance with the requirements of appropriate
ASTM standards. Thirty percent cross-sectional area loss due to wear of the
contact wire and the effect of the temperature change shall be taken into
consideration in the design of the conductor tension and ampacity.
The ampacity of the OCS shall meet the operational requirements of a four-car
train running at 120-second headways with a traction power configuration
proposed in the Concept Design Drawings.
11.2.3 Insulator
Insulators shall be porcelain, toughened glass polyester or other material with
proven rail or railway system service. Insulators shall have a single or multiple
sheds designed for minimum maintenance requirements and be self cleaning by
the action of rain. Double insulation is not required as it is not intended to carry
out “live line” work.
11.2.4 Splices
Each wire run of contact wire must be continuous from anchor to anchor except
in the case of cut-in insulators. Contact wire splices shall not be permitted. Feeder
wires may have splices as required to connect drum lengths of conductor. The
manufacturer shall warrant that splices are capable of withstanding tensions up to
100% of the breaking load of the conductor.
11.2.5. Section Insulators
The OCS Contractor is to provide Section Insulators at locations indicated. The
Section Insulators (SI) shall be designed and installed in such a way that it shall
provide a smooth passage to pantographs without any loss of contact and without
the introduction of unreasonable mechanical forces.
The SI shall permit the pantograph on the vehicle to collect the maximum demand
current without interruption during passage across the SI.
11.2.6 Feeder Conductors
Positive feeder conductors shall be insulated, non shielded, single conductors
suitable for use in wet and dry locations and rated 2,000 V DC, 90 0C conductor
temperature for normal operation, 120 0C for emergency operation, 250 0C for
short circuit conditions. The conductors shall be copper, conforming to ASTM
B189 material with Class C stranding and conforming to ASTM B8, wire EPR
or XLPE insulation and low smoke jacket.
The negative feeder shall be the same as the positive feeder cables except the
voltage rating shall be 600 V instead of 2000 V.
11.3. Negative Return
The negative feeder cables shall be the same as the positive feeder cables except the
voltage rating shall be 600 V instead of 2000 V.
Increasing the number of cross bonds along the line shall strengthen the Negative Return
to the Sub stations. Cross bonding between the 4 running rails shall be made every 250m.
In addition the bonds at rail expansion joints shall be increase by a further cable of 250
sqmm on each rail.
Similarly where Insulated Rail Joints are employed for signalling purposes, then the
current bonding shall also be upgraded.
Bonding at the main line turnouts shall be upgrade as practicable to ensure a low
resistance path for the return current.
12. SUPERVISORY, CONTROL AND DATA ACQUISITION (SCADA)
12.1 Introduction
The primary objectives of the SCADA Monitoring system for all the substations shall be
as follows:
12.1.1 Monitor and control of Electrical Distribution and Traction Power systems
within each Station Substation including the Depot.
12.1.2 Metering System to monitor and record power consumption separately for the
Traction sub-network, and the Lighting and Auxiliary Power Sub-network at each
Station Substation including the Depot.
12.1.3 Monitor condition of the Fire Alarm Systems located within certain nominated
station rooms including the Depot, i.e., Electrical, Signaling and
Telecommunications.
12.1.4 Monitor the conditions of the UPS equipment installed in all the Substations.
12.1.5 Monitor the condition of Escalators and elevators in designated stations.
12.2 Scope of Work
12.2.1. The Contractor shall design, supply, install, test and commission a new
SCADA System including Remote Terminal Units for the MRT 3 System. The
contractor shall be responsible for all links to make the system functional. This shall
include AC provision for the SCADA RTU from the electrical room to the RTU. The
Remote Terminal Units shall be designed to handle all specified functionalities of
equipment and devices installed in all the Substations and Revenue Stations.
12.2.2. Complete Removal of the existing SCADA system and peripherals.
12.2.3. The Contractor shall ensure that revenue operations shall not be disrupted
during the installation and commissioning of the new SCADA System.
12.2.4. The Contractor shall submit plans and methodology for the installation,
testing and commissioning of the new SCADA System.
12.2.5. The Contractor shall supply, install and commission but not limited to the
following:
a. The Remote Terminal Units (complete) as factory supplied shall include
CPU which is of the latest series design at least 4 factory installed working
ports, sufficient DI, DO and Analog modules, Power Supply/Charger, and
at least 10amp/hr back up battery supply, Polyphaser Surge Protector for
230 Volts AC power source or approved equivalent NEMA 12 Steel
lockable enclosure. Unit to be complete as manufactured. These RTU shall
be installed inside a steel cabinet within the station.
b. The Contractor shall supply and install electrical materials and accessories
required for AC power of the RTU.
c. Only authorized PC or craft terminal with licensed software shall be used
during programming or similar activities thereof in the presence of the
DOT-MRT3 Representative.
d. Adequate firewalls shall be provided for the new SCADA System.
12.3 Specification Requirements for SCADA RTUs
12.3.1. The RTU to be supplied shall provide the intelligence that will allow the
central SCADA workstation at the OCC to communicate with the electrical
equipment and similar devices at all the stations including the Depot. RTU shall have
a non volatile memory for storing programs and data, Watchdog timer (to ensure the
RTU restarts if something fails and Real time clock. The RTUs main functions are
to control the operation of equipment at the remote site, acquire data from the
equipment, and transfer the data back to the central SCADA system.
12.3.2 The RTU shall be modular having a separate CPU module, sufficient I/O
module/s and dual power supply. RTU shall have a minimum of 80 I/O Ports (64
Digital I/Os and 16 Analog Inputs) per station including Depot. RTU shall provide
20% I/O spare capability and capacity. The RTU shall have provisions for expansion
for additional modules which can be added by plugging into a common backplane.
Any device which potentially has an embedded computer shall be checked and tested
by the contractor or the supplier to verify compliance. Contractor shall ensure
compatibility checks of software configuration versus actual hardware installed.
12.3.3. Programmability and configurability shall conform to IEC1131-3 standards.
RTU shall provide clear indication of local and remote Diagnostics. RTUs have the
ability to initiate reporting to the SCADA master. Functionalities such as time
stamping, memory capacity to store data in the event of loss of communications,
ability to do calculations shall b supported.
12.3.4. RTU shall provide peer to peer communications or RTU to RTU
communication including store and forward capability. RTU Shall support data rates
from 1200 baud FSK, 9600 baud data up to 64 kbps and shall have serial ports to
interface with PLC's.
12.3.5. The SCADA System shall be powered with an electrical supply 230 V AC,
60 Hz. It shall be tolerant to voltage variations of 10% of the nominal; -15% (for
500ms duration) of the nominal voltage and frequency variations of 2%, without
any reduction in the efficiency of the system. An Uninterruptible Power Supply
(UPS) system with special provision for smoothing and reduction of the impulse
voltages, necessary for the protection of the equipment from the failures of the main
power supply of the Network and main disturbances shall supply power to the
SCADA equipment.
12.4 Interface with Equipment Provided by Other Sections
The Contractor shall be responsible for the interfaces between the installed
equipment and additional ones and equipment provided by other sections of the
Works.
12.5 RTU at the Stations
The RTU at the peripheral station shall be located at the traction substation or in
the Line station. The incoming and outgoing circuits shall be connected with the
appropriate terminals within the cubicles. The Contractor shall declare, for DOT-
MRT3-MRT3 Engineer’s approval, the degree of protection of these cubicles. The
contractor shall be responsible for all incoming and outgoing circuits. The incoming
and outgoing circuits shall not have any direct electrical connection with the
remote-control equipment logic. The Contractor shall, for the DOT-MRT3
Engineer’s approval, declare the degree of isolation to be proposed.
12.6 Environmental Specifications/ and Standards
The SCADA RTU shall be able to perform all applicable operations reliably under
a temperature range of -5o C to 50o C and relative humidity 60% to 95%. It must
meet or exceed EIA standards BS – 204 B and BS – 152 B. It shall conform to
Ingress Protection standards against dust, vibration, insects and rodents.
The RTU shall meet or exceed the SWC standards as defined in IEEE C37.90A for
al inputs and outputs. The enclosure shall conform to UL611 standards.
The RTU shall conform to the provisions of EN 61000 standards.
13. DEPOT/STABLING
13.1. TRACKWORKS
Railways are generally recognized as a safe, efficient and economical mode of
transport all over the world and are increasingly experiencing capacity constraints.
At present, MRT3 has already approached the limit of practical capacity. Therefore,
capacity expansion and improvements become a particularly timely and important
objective to be implemented. This will primarily address passenger congestion
during peak hours as well as future ridership demands.
The construction and installation of additional ballasted stabling tracks at the Depot
shall not disrupt the current system operation and shall be designed in accordance to
existing system specifications and standards to assure compatibility.
The construction and installation of additional ballasted stabling tracks at the Depot
must completed within One Hundred Eighty Calendar Days from the Start date.
13.1.1. GENERAL
The provisions stated in this document are related to the specific requirements
applicable to the track system for the construction of additional ballasted
stabling tracks at MRT 3 Depot.
Trackworks system under this Contract shall conform to the most recent
practices of the American Railway Engineering Association (AREA), Union
Internationale des Chemins de Fer (UIC), International Standards
Organizations (ISO) and the practices and specifications of recently
constructed mass transit systems of equivalent capacity and characteristics
constructed within the last five (5) years. It shall be of proven design
satisfying the system performance requirements and it shall be compatible
with the existing MRT3 system. It shall also satisfy requirements with
regards to train kinematic gauge, service life, reliability, maintainability and
safety.
The works shall include design; supply; installation; testing and
commissioning; obtaining all permits from government authorities; and
everything, whether permanent or temporary in nature, necessary for the safe
and proper execution of work and for the fulfillment of all obligations
required under this contract. It shall also include the training of the Employer
maintenance personnel; the supply of maintenance manuals, repair manuals
and as-built records; and the rectification of defects liability period of the
installed ballasted tracks system.
13.1.1.1. Scope of Work This section specifies the scope of work of the Contractor as follows:
a. Design, supply and construction of six (6) additional stabling ballasted
tracks at the MRT3 Depot with complete support and fastening accessories.
b. Design, supply and installation of fourteen (14) sets of turnout at MRT3
Depot with complete accessories such as but not limited to timber/switch
ties, fasteners, switch/guard rails and manual switches.
c. The workmanship shall be in accordance with specifications and quality
standards and shall cause no disruption to MRT3 Depot operations.
d. Provide additional 30 meters track extension on both ends of Track 23.
13.1.1.2. Standards and Regulations
The work shall conform to the laws and regulations existing in the Philippines and
shall generally be in compliance with the Philippines’ Standards and Codes of
Practices, unless specifically provided for in this document.
In addition, the following standards may be considered as long as they do not
compromise the Employer’s Requirements
ACI - American Concrete Institute
ANSI - American National Standards Institute
ASA - American Standard Association
AREA - American Railway Engineering Association
CEN - Comité Européen de Normalisation
ISO - International Standard Organization
UIC - Union Internationale des Chemins de Fer
JIS - Japanese Industrial Standards
AS - Australian Standards
BS - British Standards
AASHTO - American Association of State Highway &
Transportation Office
ASTM - American Society for Testing and Materials
PCI - Prestressed Concrete Institute
13.1.1.3. Special Site Conditions
The Contractor acknowledges that it has thoroughly investigated and satisfied
itself as to all general and local conditions affecting the work. The failure of the
Contractor to accustom himself with such conditions will not relieve him from any
responsibility for completing the works under this contract. The Contractor shall
be fully responsible for any damage caused to the site or other existing facilities
due to his track works equipment movements and transportation and restore these
damages to its original state at his own expense.
13.1.1.4. Design Criteria The following data will constitute for the design of tracks for MRT3:
a. Track gauge - 1435mm
b. Train speed - 15kph
c. Concrete tie spacing - 750mm
d. Rail inclination - 1:20
e. Axle Load - 90kn
f. Ballasts depth minimum - 150mm
g. Rail profile - UIC 54h. Depot track minimum radius - 25m i. Concrete tie length - 2500mm
j. Concrete tie weight - 250kg
k. Concrete tie compressive
strength
l. Concrete tie stress transfer
- 50Mpa
- 30Mpa
strength
m. Pre-stressing wire diameter - 6.5mm
n. Pre-stressing wire ultimate - 1700MPa
tensile strength minimum
13.1.2. MATERIALS REQUIREMENTS
Track works materials needed for the construction of additional ballasted tracks shall
be complete with all accessories; shall have passed all the required testing in
accordance to specifications and standards; and, shall be approved by the Engineer
before incorporating to work. The Contractor shall ensure materials availability for
small quantity production intended for maintenance use.
13.1.2.1. Earthworks
All materials to be incorporated to work should pass all required testing and
certification and should be in accordance with the requirements of Part C
Earthwork DPWH Standard Specifications.
13.1.2.2. Aggregate Base / Sub-ballast The aggregate base (sub-ballast) shall be from approved source and conform to
the requirements of Item 201 Aggregate Base Course of the DPWH Standard
Specifications.
13.1.2.3. Ballast Ballasts shall be of crushed rock containing no carbonates or slag. They shall be
hard, strong, angular, and made of durable particles. Ballast rocks shall be highly
resistant against crushing, grinding, and must be chemically inert. They shall be
weather resistant and of homogenous structure. The ballast shall be free from
dust, soil, clay, plant matter and substances likely to be detrimental to the rocks.
13.1.2.4. Special Trackworks
The supply of the special trackworks shall be complete to include a fastening
system.
13.1.2.4.1 Technical Requirement
a. Special trackwork shall be designed either 1 in 3 straight (10.8 m long)
or 1 in 2.4 curve (10m long) lateral turnouts with a minimum radius of
25m. It shall generally follow the UIC practice.
b. Switches & crossings baseplates fastening shall be designed for
Pandrol type e-series elastic rail clip.
c. All switches shall have an undercut stock rail, and switch rails utilizing
UIC 54 grade 900A rail section with forged transition between tongue
rail and standard rail. Switch rails shall be supported on raised slide
plates incorporating a resilient bracing system for fastening of the
stock rail.
d. Minimum clearance between open switch and stock rail shall be 45mm
and switch blade opening on the toe is 110mm. Flangeway clearances
through crossing and check/guard rail shall be 30mm and 26mm
respectively.
e. Minimum point protection dimension is 1404 mm.
13.1.2.4.2 Switches
Switch and stock rails shall be made from UIC 54. It shall be face machined in
order to obtain the required design profile and shall be fitted together. Slides
base plates shall include resilient bracing system fastened to the stock rail. The
hand lever and connecting rods for the switch operation shall be included in
the switch supply.
13.1.2.4.3 Crossings
Turnout crossing shall be made from chrome vanadium built up crossing steel
grade 900A. The crossing shall offer great resistance to impact especially at
the nose component and shall be allowable for welding operations under
normal site conditions.
13.1.2.4.4 Guard and Check Rails Guard and check rails shall be machined from UIC 33 (U69) rail profile of not
harder than grade 900A and supported by a fabricated support base plate with
a flange way clearance of 26mm. Bolt connection shall utilize steel
components conforming to UIC leaflets 864/2.0 and 864/3.0
13.1.2.4.5 Special Trackwork Plates and Fastening System
All track work plates shall be flat and have no cant. Plates shall hold the rail
laterally, vertically and longitudinally and shall be capable of supporting and
transferring the load from the rail to the switch ties.
All plates for guard/check rail, switches and crossings shall be at least 20mm
thick and 200mm wide. The length shall be designed so that minimum
number of plates of different length will be required. Bolt connection shall
utilize steel components conforming to UIC leaflets 864/2.0 and 864/3.0
Special tracks fastening system shall conform to 3.1.2.10.3 Fastening System.
13.1.2.4.6 Switch and Crossing Ties
Switch and crossing ties shall conform to 3.1.2.6 Timber Cross and Switch
Ties.
13.1.2.4.7 Joints All special trackworks joints in the Depot unless specified herein shall be
alumino-thermic welded by an approved welding materials and procedures for
UIC 54 rail and shall conform to specifications required by Welding of Rails.
13.1.2.4.8 Coach Screw
Coach Screw spikes which will be used to fasten the plates down to the
wooden switch ties shall conform to UIC leaflet 864/1.0 appertaining to the
technical specifications for the supply of coach screws
13.1.2.5. Monoblock Concrete Ties
On stabling tracks, concrete ties shall be monoblock pre-tensioned concrete. It
shall be 250kgs and 2500mm long. Alternative concrete ties could be considered
if they are compatible with the existing concrete ties in MRT3 in terms of general
profile, dimension and strength. The Contractor must ensure that alternative
designs must have a successful history performance of at least five (5) years in
service under comparable conditions. Any alternative design must be specifically
approved by the Engineer.
13.1.2.5.1. Concrete
The concrete minimum 28 days design compressive strength for concrete ties
shall be 50 Mpa as determined by ASTM C39.
13.1.2.5.2. Aggregates
Both fine and course aggregates shall meet the requirements of the AREA
specification for aggregates.
All aggregates shall pass all required testing and shall conform to Item 703 of
DPWH Standard Specifications.
13.1.2.5.3. Admixtures Chemical admixtures for concrete shall conform to ASTM C494. Additives
containing chlorides shall not be used.
Suitable admixtures may be used to modify certain properties of concrete.
However, as they may at the same time adversely affect other important
concrete quality, the Contractor shall carry out testing on concrete to which
they are added.
13.1.2.5.4. Pre-stressing Tendons
The wire shall be 6.5mm diameter complying with ASTM A864 or ASTM
881, and with a minimum tensile strength of 1700 MPa. Tendons shall not be
contaminated with mud, oil, grease or chloride salts. Tendons with corrosion
shall not be used.
13.1.2.5.5. Rail Fastening System
Concrete ties associated rail fastening system shall be Pandrol type e-series
elastic rail clip manufactured by Pandrol Australia Pty. Ltd in accordance with
UIC specifications.
13.1.2.6. Timber Cross and Switch Ties
The ties shall be unbored and air dried hardwood of untreated Jarrah or Karri
timber species for non-exposed Depot turnouts or any approved equivalent.
13.1.2.7. Rails
Standard rail cross-section shall be UIC 54 of grade 900A with a minimum tensile
strength of 880 Mpa and shall meet the requirements of the UIC Standards.
13.1.2.8. Thermit Welding
This refers to the materials and other services required for joining UIC 54 using
alumino-thermic welding process.
13.1.2.8.1. Thermit Welding Kits
Thermit welding materials shall be manufactured by Thermit
Australia Pty Ltd or approved equivalent compatible to the
existing welding materials used in MRT3.
13.1.2.8.2. Thermit Welding Equipment
Welding equipment and accessories required for welding
operation shall be use and installed in accordance to
manufacturer’s recommendation, contract drawings and applicable
specifications.
13.1.2.9. Grade/Road Crossings
All materials needed for this work shall meet the requirements specified in the
reference standards and specifications.
13.1.2.9.1 Grade/Road Crossings Bituminous Materials (Asphalt)
Materials shall conform to the requirements of Item 307 of the DPWH
Standard Specifications.
13.1.2.10. Other Track Materials Other track materials and appurtenances needed to complete the work shall be
approved materials by the Engineer and installed in accordance to manufacturer’s
recommendation, contract drawings and applicable specifications.
13.1.2.10.1. Insulated Rail Joints
Rail joints shall be made up of two rolled steel fishplates designed to fit UIC
54 rail profile and with four holes drilled by an approved drilling machine.
Bolts shall be of high strength provided with spring and flat washers and shall
conform to applicable UIC standards.
13.1.2.10.2. Check Rails
Check rail shall be machined from UIC 33 profile of not harder than grade
900A rail steel and supported by brackets connected to the rail. Bolt
connection shall utilize steel components conforming to UIC leaflets 864/2.0
and 864/3.0 appertaining to technical specifications for the supply of track
bolts and spring washers respectively.
Check rail shall be provided for a curve ballasted track in the Depot if the
radius in equal to or less than 50 meters. Checkrail brackets shall be of
approved materials conforming to UIC standards.
13.1.2.10.3. Fastening system The rail fastening system for MRT3 shall be Pandrol type e-series elastic rail
clip made by Pandrol Australia Pty. Ltd.
13.1.2.10.4. Lubricants
The Contractor shall provide a dry film lubricant for application to special
tracks sliding plates. It shall have a low electrical conducting properties and
subject for Engineer’s approval.
13.1.3. CONSTRUCTION REQUIREMENTS
The Contractor shall be responsible for the construction means, methods, techniques,
sequences and procedures for coordinating all portions of the Work under the
Contract Documents.
The Contractor shall provide all superintendence during the execution of the Work as
may be necessary for the proper fulfillment of the Contractor’s obligations under the
Contract. It shall include the supervision and inspection by qualified professional
personnel experienced in railway construction whose responsibility shall be to ensure
the technical standards and workmanship, materials, and quality are being maintained
in accordance with the Scope of Work.
The Contractor shall design, supply and install a ballasted tracks or special tracks
system which satisfies to the minimum requirements of the specification and
Employer’s Requirements. The Contractor shall submit full details of the proposed
design to the Engineer for review and approval and shall not commence until written
acceptance has been received from the Engineer.
13.1.3.1 Ballasted Trackworks Construction This section applies to construction of all ballasted tracks both plain and special
tracks for MRT3 Depot.
13.1.3.1.1 Quality Assurance Program
a. The Contractor shall establish, implement and maintain a quality
assurance program to provide verification of compliance with contract
requirements. The quality assurance program shall consist of detailed
procedures and instructions for monitoring and controlling those
activities related to quality during design, fabrication, delivery,
handling, storage, installation, inspection and testing. The areas which
the quality assurance program shall address include the following:
i. Review and control of quality procedures and instructions,
ii. Calibration of construction measuring and testing tools and
equipment,
iii. Qualification and certification of Personnel,
iv. Tests and inspections
v. Procurement quality assurance,
vi. Identification and control of items, and
vii. Handling, delivery and storage of materials.
b. Adequate records shall be maintained by the Contractor in accordance
with the requirements of his quality assurance program and shall
include the following:
i. Evaluation of subcontractors’ and suppliers’ qualifications and
past performance,
ii. Results of inspections and tests,
iii. Certificates of compliance,
iv. Qualified procedures for special processes,
v. Personnel certifications,
vi. Measuring and test equipment calibration certificates, and
vii. Transmittals of contract related information.
c. The appropriate requirements of the Contractor’s quality assurance
program shall be imposed upon subcontractors and suppliers.
d. The quality assurance activities of the Contractors/subcontractors and
suppliers will be subject to Engineer’s verification, inspection and
audit at any time.
13.1.3.1.2 Submittals
The Contractor shall submit the following:
a. The Quality Assurance Program
b. Applicable reference codes
c. Detailed construction schedule
d. Detailed design and shop drawings for all Contractors supplied
materials and other track materials required including fastening system
for the construction of both ballasted track and special track works.
e. Pre-construction inspection reports
f. Qualifications of registered Surveyors
g. Certificate of calibration for specified tools and equipment by independent testing laboratory accepted by the Engineer
h. Details and arrangement of equipment, materials and personnel to be
used during the various construction stages. Maximum construction
loads shall be identified and submitted to the Engineer for review prior
to any construction equipment being allowed to construction site
i. Details for the protection of rails, special track works, other track
materials and facilities from damage by construction equipment and
road traffic,
j. Production information forms and test reports on welds,
k. Rail laying records,
l. Calculation to determine Neutral Rail Temperature for Depot.
m. Method statement for natural or artificial de-stressing works for both
ballasted track and special track works in Depot.
n. Procedures for handling and anchoring CWR,
o. Procedures for rail grinding and subsequent cleanup including a daily
rail grinding log indicating grinding date, locations, number of passes
of grinder, manufacturer and model number of grinder,
p. And all other documents needed for the completion of the work and
subject for Engineer’s review and approval.
13.1.3.1.3 Electrical Testings
The Contractor shall perform all tests of electrical resistance and continuity for
insulated rail joints, running rail, running rail to running rail and track to earth.
Any installations which fail shall be rectified by the Contractor at his own
expense and retested until acceptance by the Engineer.
13.1.3.1.4 Inspection
The Contractor shall inspect the construction area prior to installation of
trackworks for any damages and discrepancies with propose installation plan
and correct said discrepancies authorized by the Engineer.
13.1.3.1.5 Track Laying Construction for Ballasted Tracks
The Contractor shall submit method statement for a systematic rail laying
construction for Engineer’s review and approval.
General ballasted tracks construction shall include the following procedures:
a. Survey and setting out correct tracks and special track alignment.
b. Base preparation
c. Placement of bottom ballast on an approved base
d. Placement of concrete sleepers or timber ties
e. Placing of rails and fastening to concrete sleepers or timber ties f. Welding of rails to form continues welded rail g. Fastening of concrete sleepers or timber ties h. Placement of top ballast i. Initial surfacing and aligning j. De-stressing work k. Final surfacing and alignment
l. Test and inspection of finished tracks
m. Site Cleaning
Refer to Table 1 “Track Construction Tolerances” where indicated the
allowable geometric design variation for track work construction.
The Contractor shall assist the Engineer in his inspection of the finished track
with a track geometry measuring device that is capable of measuring various
track alignment parameters with accuracy more than the tolerances specified
in Table 1 “Track Construction Tolerances” and submit the print-out for the
Engineer’s approval and record. Any data being out of tolerance shall be
rectified by the Contractor and shall be re-inspected by the Engineer.
Before final acceptance by the Engineer, the Contractor shall perform
ultrasonic inspection of all running rails and special trackworks to detect flaws
in rail, joints and welds.
13.1.3.1.6 Track Laying Construction for Ballasted Special
Tracks
Special trackwork construction shall conform to 3.1 except the use of track
geometry measuring device since geometry alignment for special tracks will
be checked manually.
13.1.3.1.7 Final Acceptance
Before final acceptance by the Engineer, the Contractor shall perform and
satisfy rail grinding of all rails to remove the corrosion and shall complete
ultrasonic testing inspection to detect flaws for running rails, special
trackworks and welded joints.
13.1.3.2 Earthworks
The work specifies in this section consists of stripping topsoil, excavating and
backfilling to attain indicated sub-grades and grades and conforms to Part C
Earthwork of DPWH Standard Specifications latest edition.
13.1.3.2.1 Excavation
Remove materials within the indicated limits. The sub-grade is the lowest
elevation of excavation and it shall be inspected and approved by the Engineer
prior to placement of grade materials. Excavated materials satisfying the
requirements of Item 104 of the DPWH Standard Specifications may be used
as fill materials. Remove all surplus excavated materials.
13.1.3.2.2 General Excavation
a. Generally refers to excavation for the construction of trackway and
roadway as indicated on the design drawings
b. Sub-grade preparation at at-grade trackway and roadway in
excavation areas shall have a minimum bearing capacity of 150
KPa and shall conform to Item 105 of DPWH Standard
Specification
c. Fill unauthorized excavation with approved fill materials by the
Engineer and compact to at least 90 percent of maximum dry
density in accordance with ASTM 698.
13.1.3.2.3 Structure Excavation
Ensure that sub-grade, other than rock, is not disturbed. If the sub-grade
material is disturbed, either compact the disturbed material to not less than
90 percent of maximum dry density or remove and replace the disturbed
material with concrete of the same class as the structure.
Gradation ASTM D422
Liquid Limit ASTM D4318
Plasticity Index ASTM D4318
Resistance (R. Value) ASTM D2844
Maximum Density ASTM D1557
Sand Equivalent California test 217 or ASTM
D2419
The Contractor shall make sure that demolition and excavation of the
existing concrete road affected by the project shall not disrupt adjacent
traffic and without damage to other existing facilities.
13.1.3.2.4 Filling, Backfilling and Compacting
Refer to Item 104 of DPWH Standard Specifications.
13.1.3.2.5 Contractor’s Quality Control Prior to and during the execution of the work, the Contractor’s Testing
Laboratory shall perform all necessary soils tests in accordance with the
minimum testing requirements and Item 104 of DPWH Standard
Specifications.
13.1.3.2.6 Submittals
The Contractor shall submit the following for Engineer’s review and approval:
a. Equipment to be utilize in the work
b. All necessary methods and procedures
c. All testing results and other materials certification
13.1.3.3 Aggregate Base / Sub-ballast
This section specifies the furnishing, placing, spreading and compacting of
crushed aggregate base or sub-ballast in one or more layers in accordance with
specification and contract drawings.
13.1.3.3.1 Placing, Spreading and Compacting
The approved aggregate base course (sub-ballast) shall be placed, spread and
compacted in conformance with the requirement of DPWH Standard
Specifications Items 200.3.2 and 200.3.3 and contract drawings.
13.1.3.3.2 Submittals
The Contractor shall submit the following for Engineer’s review and approval:
a. Equipment for to be utilize in the work
b. All necessary methods and procedures
c. Materials grading and testing results
d. Materials source and certificate of compliance
13.1.3.4 Ballast
The Contractor shall supply and install ballasts of approved materials required for
the construction of additional ballasted tracks in MRT3 Depot.
13.1.3.4.1 Testing Requirements
a. Grading
b. Deleterious substances present in prepared ballasts shall not exceed the
following:
c. Percentage of wear shall not exceed 25% after testing in a Los Angeles
abrasion testing machine in accordance with ASTM C535. d. The bulk specific gravity and percentage of absorption shall be 2.60
and 1% respectively in accordance with ASTM C127.
Size of Sieve Opening % Passing by
Weight
Ballast for MRT 3 (Size 3 AREA
Manual)
63.5 mm 100%
50.8 mm 95-100%
38.1 mm 35-70%
25.4 mm 0-15%
12.7 mm 0-5%
Material Percent by
Weight Method of Test
Soft Pieces 5% AASHTO -
T189
Fine less than No. 200 Sieve 1% ASTM C117
Clay lumps and Friable
Particles 0.5% ASTM C142
Flakiness Index 20% BS 812
e. The magnesium carbonate content shall be tested and defined in
accordance with ASTM C25. No carbonates shall be allowed.
13.1.3.4.2 Submittals
The Contractor shall submit the following for Engineer’s review and approval:
a. Ballast source certificate of compliance
b. Tests results mentioned in 3.1.3.4.1 Testing Requirements
c. And all other test required to complete the work.
13.1.3.5 Special Trackworks
The Contractor shall design, manufacture, supply, deliver and install complete sets
of special trackworks including general arrangement of ties and all associated
fastening system in conformance to applicable specifications and compatible to
the existing special track system of MRT3.
13.1.3.5.1 Quality Assurance
Shall conform to 3.1.3.1.1 Quality Assurance Program
13.1.3.5.2 Submittals The Contractor must submit the following for Engineer’s review and approval:
a. Shop drawings showing details and arrangements of each special track
work component and the variants to each components,
b. Product data consisting of a listing of product types, name of supplier,
model number product literature, materials composition and method of
manufacturing.
c. Proposed welding and test procedures for special track work,
d. Contractor’s system specification for marking and identifying sizes,
types and composition of products, as well as identifying parts for the
purpose of proper location during installation,
e. The proposed steel baseplate design including elastic spring clips, and
mounting bolts or screw spikes, as applicable for each different plate,
f. Certificates of material compliance required by the specifications,
g. Test report of chemical analysis and Brinell hardness of running rail,
electric insulation, and other tests required by this specification,
h. All tests and analysis required on the running rails by the UIC
Specifications shall be performed at the mill or by the Contractor and
the test results shall be submitted to the Engineer,
i. A description of shipping, handling, unloading and stacking
procedures.
13.1.3.5.3 Inspection and Acceptance
Prior to shipment, at least one (1) turnout shall be completely assembled in the
manufacturer’s fabrication shop for inspection by the Engineer.
Variations from the approved Shop Drawings and these Specifications will
constitute non-compliance and will not be approved for shipment until proper
modifications are made and accepted by the Engineer.
For the inspection of material under this Contract, the terms set forth in
“Materials Inspection, Test and Claims,” under the UIC Specifications for
Special Track Work shall apply, except as listed herein.
The Contractor will make available to the Engineer all the necessary facilities
to examine the work during its progress as well as the finished product to
satisfy him that the materials comply with the Specification. The Contractor
will provide templates and 1meter straight edges to check flange ways, rail
end, and switch rail planning.
The Contractor shall give the Engineer advance written notice for inspection at
least ten working days.
13.1.3.6 Monoblock Concrete Ties
This section specifies requirement for the design, production, delivery and
installation of pre-stressed monoblock concrete ties with complete rail fastening
system compatible with the existing system of MRT 3.
13.1.3.6.1 Design Criteria
As specified in 2.1.3.1.4 Inspection
13.1.3.6.2 Marking, Delivery, Storage and Stacking
Mark on top of the ties with indented or raised letters to indicate the
manufacturer, year of manufacture, mould number and project identification.
Contractor must securely brace ties during transportation to prevent from any
movement that could cause damage. During transportation, ties should be in
horizontal position supported with wooden spacer blocks so that the top
surface does not make contact with ties loaded above. Do not stack ties more
than 6 layers during transport.
The Contractor shall store concrete ties in a location that would avoid
additional handling until the final distribution or within the area designated by
the Engineer.
13.1.3.6.3 Quality Assurance and Inspection Before production commences, the Contractor shall prepare a quality control
manual for approval by the Engineer and shall include details of:
Management organization
Responsibilities of production and quality control personnel
Plant standards
Checks to be carried out by the production personnel
Inspection and testing to carried out by quality control personnel
Procedures for approving sources of materials
Procedures to ensure all measuring equipment is properly calibrated
Procedures to ensure that concrete ties are not shipped until acceptance
load testing is complete
Quality audit procedures
This section shall also conform to 2.1.3.1.1 Quality Assurance Program
13.1.3.6.4 Submittals
a. Quality control program
b. Concrete mix design
c. Concrete curing procedures
d. Method and procedures for concrete ties production
e. Tensile strength test results
f. Rail fastening system technical specifications and drawings
g. Pre-stressing wire technical specification
h. All materials test results needed to complete the work and before
incorporating to concrete ties production
This section shall also conform to 2.1.3.1.2 Submittals
13.1.3.7 Timber Cross and Switch Ties
This section comprises specifications for the supply and installation of new timber
cross ties, switch ties, switch machine ties intended for Depot turnout construction
and shall be from approved source and shall be compatible with the existing
materials.
13.1.3.7.1 Quality Requirements
Ties shall be free of defects that may impair their strength or durability.
Defects such as decay, large splits, large shakes, excessive grain slope, large
holes and large knots will not be acceptable. All timber ties shall be cut by saw
and the cross section shall be 225mm wide and 140mm deep. Standard cross-
ties shall have a length of 2440 mm. Size and length tolerances shall be as
follows:
a. Width - plus 10 mm/minus 0
b. Depth - plus 12 mm/minus 0
c. Length - plus 50 mm/minus 0
Each timber shall be examined on the top, bottom, sides and ends. Cross and
switch tie shall not exceed the following allowable amount of defects:
Type of Warp Allowable Amount
Spring 25 mm
Bow 9 mm
Crook 25 mm
Cup 6 mm
Twist 6mm
All ends of timber ties shall be cut square and provided by anti-split end
plates. End plates shall be applied flush to the end surfaces of the tie and will
remain securely seated and withstand rail vibration.
The Contractor is required to determine the number and dimensions of switch
ties for each turnout and shall be specified in general turnout arrangement
drawing and shall conform to dimension tolerances stated above.
13.1.3.7.2 Testing and Inspection
The Contractor shall assume full responsibility for all required testing and give
the Engineers sufficient notice when testing in any form is proposed so that
Engineers could inspect and witness the tests.
The Engineer may inspect the ties during production process or after delivery
at the job site and or after placement on the grade for track utilization.
Whether or not the Engineer test or inspect any materials, the Contractor will
not be relieved from any responsibility regarding defects or other failures to
meet the contract requirements.
13.1.3.7.3 Marking, finishing and Workmanship
Ties shall be branded or marked permanently with approved materials to show
ownership, manufacturer’s identification and year of production on one end.
Tie machining and workmanship shall follow and conform to the applicable
standards.
13.1.3.7.4 Submittals
The Contractor shall submit the following requirements:
a. Quality control program for all method and procedures to ensure
compliance with standards quality
b. The name of timber and its source for approval,
c. Timber ties Manufacturers specifications
d. Official certificates of inspection in conformance with the reference
standards including data regarding hammer band confirming timber
grading,
e. Data regarding proposed tie machining & stamping,
f. The Inspectors report form duly accomplished (as described by the
reference standards for Inspection of Timber Products) and submit to
the Engineer prior to tie shipment from the production plant,
g. Certification that the manufacturer has a minimum 5 years experience
in manufacturing timber switch ties and as a supplier to major rail
transit system.
h. Completed tests results.
13.1.3.8 Rails
This detailed specification applies to manufacture, inspection, testing, and supply
of new rails intended for the construction of additional stabling tracks at MRT 3
Depot.
13.1.3.8.1 Tests Requirements The Contractor shall perform the following tests:
a. Chemical composition analysis
b. Mechanical property
c. Tensile strength
d. Brinell hardness test
e. Shape, dimension and appearance inspection
f. Ultrasonic test
Each rail shall be ultrasonically tested over its full length to determine its
interior conditions prior to delivery to the work site. The rail must be free
from all detrimental defects having unfavorable effect on the strength of the
rail while in service.
The Contractor shall be responsible for all required testing and shall give
Engineer sufficient notice of proposed testing so that Engineer may inspect
and witness the tests in accordance to UIC specifications.
13.1.3.8.2 Quality Assurance and Inspection This section shall also conform to 3.1.3.1.1 Quality Assurance Program.
The quality system for rail manufacture shall be certified at least to ISO 9002
and shall be based on precise terms and conditions which ensure compliance
with the various rail specifications.
The Engineer will monitor from time to time the Contractor’s methods,
procedures, and processes for compliance with the accepted program and all
records of test and inspection.
13.1.3.8.3 Marking, Packaging, Handling, Transporting and Storage
a. Obligatory marks in the UIC 54 rail shall be in accordance with UIC
Code 860 O as follows in-relief marks which shall be very legible in
characters raised on one side of the web indicating:
i. Identification mark of the mill,
ii. Year of manufacture (last two figures),
iii. Symbol of steel grade, and
iv. Symbol of rail section in kg/m weight
b. The Contractor shall submit for approval a detailed procedure for
marking, packaging, delivery, handling, transporting and storage of
rails. Contractor shall take all necessary precautions to ensure that
rails will not be bent, deformed or damage during handling and
transporting and it shall be kept clear of any standing water during
stacking and storage.
13.1.3.8.4 Submittals
The contractor is required to submit the following:
a. Certification that rail manufacturer has at least 10 years experience in
the large scale manufacture of running rails as specified herein and as a
supplier of rail to major railroads and transit systems.
b. Certification from supplier or manufacturer that all the rails
manufactured and delivered on site are in conformance with UIC
specification and that the required tests were performed as represented
by the submitted test result.
c. Tests Certificates as prescribe in 2.1.3.8.4 Test Requirements
d. Detailed production process of rails
e. Certification of the manufacture’s process in accordance to ISO 9002.
f. And all other documents needed for the completion of work.
Rails shall be guaranteed by the supplier/manufacturer from date of manufacture
plus 5 years to the date of acceptance of works against any defects attributable to
manufacture.
13.1.3.9 Track Appurtenances and Other Track Materials
This section specifies the requirements for the design, supply, and installation of
other track materials needed for the construction of additional ballasted tracks and
shall be compatible with existing track materials of MRT3 Depot.
13.1.3.9.1 Submittals
The Contractor shall submit all detailed design drawings for each trackworks
materials in accordance with applicable specifications and subject for
Engineer’s review and approval.
a. Detailed design drawing for each Other Track Materials and
corresponding fastening system
b. Installation methods and procedures
c. Materials manufacturer specifications
d. Material compliance certificate and testing results
e. And other submittals required to complete the work
13.1.3.10 Welding of Rail
This section specifies the furnishing of all labor, material, equipment and services
by the Contractor which are necessary for joining new UIC 54 rails using
alumino-thermic welding process.
13.1.3.10.1 Rail Welding
Welding process shall include the following procedures:
a. Inspection of rail ends
b. Rail cutting and set the required gap
c. Loosening of rail fastenings
d. Rail end preparation and alignment
e. Preheating and welding
f. Finishing and alignment
g. Weld testing
h. Replacement of defective welds
i. Records of thermit welding
Each procedure shall be in accordance with the AREA Manual for Railway
Engineering, the products or welding kit specifications itself and other
applicable standards.
13.1.3.10.2 Quality Assurance
This section shall conform to requirement in 2.1.3.1.1 Quality Assurance
Program.
13.1.3.10.3 Weld Testing
All weld testing and submittals shall be performed by a duly accredited
independent testing laboratory in accordance with quality control requirements
and applicable standards. In order to qualify the welding kits, welding crews,
and production welds; the following test shall be carried out:
a. Radiographic testing
b. Ultrasonic testing
c. Slow bend testing
d. Hardness test
e. Rolling load test
f. Magnetic particle test
g. Visual test
13.1.3.10.4 Tolerances
All alumino-thermic welds will be in the suspended portion of rail between
supports. The weld shall not encroach 150mm from tie ends or baseplate
support. Finished weld using 1 meter straight edge shall have the following
tolerances:
a. Rail head surface +0.3 / 0.0 mm
b. Rail gauge face +0.3 / 0.0 mm
13.1.3.10.5 Submittals
The Contractor shall submit the following:
a. Detailed specifications, proposed materials, methods and procedures to
be used for the thermit welding process,
b. Certification from the supplier or manufacturer that the materials
delivered to site conforms to the specifications,
c. Welding supervisor qualifications with a minimum 3 years thermit
welding experience. The welding supervisor shall be replaced only
with the Engineer’s prior approval,
d. Schedule of CWR lengths and CWR string Designation system,
e. All material testing and weld test results,
f. Test equipment certificate and calibration,
g. And all submittals shall be in accordance with 2.1.3.1.2 Submittals.
13.1.3.11 Grade/Road Crossing
This section specifies the requirements for the supply and installation of materials
required for the construction of grade/road crossings at MRT3 Depot.
The contractor shall perform the work in accordance to applicable standards and
approved methods, procedures and materials by the Engineer. The Contractor
shall take all necessary safety measures for an organized construction work and to
avoid interruption to depot train movement and maintenance work.
13.1.3.11.1 Bituminous Material Installation It shall conform to Item 307 (Bituminous Plant/Mix Surface Course) of DPWH Standard Specifications 2004 (Volume II).
13.1.3.11.2 Submittals
a. Shop drawings for the crossing showing details and arrangement of the
rail support and anchoring system including dimensions and tolerances
b. Grade/road crossings installation procedures
c. Approved job mix formula of the bituminous materials to be use
d. And all other required documents to necessary to complete the work
TABLE 1
TRACK CONSTRUCTION TOLERANCES
Notes:
Variation is measured between the designed and actual alignment at any point in the
track
Horizontal alignment is measured in mm by 10m chord placed at the gauge line of the
rail running face.
Vertical alignment is measured in mm by 10m chord at the head of the datum rail.
Rail cant may vary between 1 in 18 and 1 in 22
Type of Track Gauge
Variation
Cant / Cross
Level
Horizontal
Alignment
Vertical
Alignment
Mainline
Ballasted
Track
N/A
N/A
N/A
N/A
Depot
Ballasted
Track
-2, +3 mm
±3 mm
±4 mm
0, +5 mm
Maximum twist is 1 in 1000
14. DEPOT EQUIPMENT/FACILITIES
14.1 INTRODUCTION
Under the capacity expansion project additional trains are to be provided to increase
capacity. Upgrading of existing maintenance facilities and additional workshop
equipments are necessary to support the project.
The overhaul area in MRT3 depot was utilized fully whilst conducting general
overhauling and at times also when carrying out car body repairs. It was necessary for
some parts to be fork lifted in order to transfer to the bogie hoisting area. To
complement the present bogie hoisting area, it is necessary to provide a service track
and turntables for bogies to link the two areas. Please refer to MRT3 Workshop
Improvement Lay-out.
14.2 WORKSHOP IMPROVEMENT (Infrastructure)
14.2.1 General
All works under this section shall be carried out in accordance with all the governing
codes and regulations that are hereby made part of these specifications. The plans and
these specifications are complementary and what is called for in one shall be as if
called for in both.
Applicable Standards The following are the main reference standard comprises the technical requirements
and the condition to be adopted for the execution of the works.
AASHTO - American Association of State Highway and Transportation Officials
ACI - American Concrete Institute
PCI - Prestressed Concrete Institute
ANSI - American National Standard Institute
ASTM - American Society for Testing and Materials
AWS - American Welding Society
PNS - Philippine National Standards DPWH Standard Specification
PEC - Philippine Electrical Code
NEMA - National Electrical Manufacturer’s Association
Work in General
The work shall consist of providing all items, materials, operations or methods listed,
implied, mentioned or scheduled on the drawings and/or herein, including all labor,
supervision and equipment necessary to the proper completion and execution of the
works except those portions of the work that are clearly stated to be done by others.
Work Included
The work to be done under this section shall include the furnishing of all tools, labor,
supervision, equipment, fixtures and all necessary materials, each complete and
proper working condition unless one or other is specifically excluded or stated
otherwise in this specifications but not limited to the works below:
Relocation, removal and demolition, re-installation of existing equipment and other
works as required in carrying out removal, demolition and modifications to existing
lighting, fixtures, pneumatic lines and branch circuits. Such necessary improvements
and modifications to the electrical and mechanical works because of structural and
architectural changes shall form part of the scope of this section even if not
specifically identified.
Visit to Site
The Contractor is advised to visit and satisfy himself as to the local conditions and
facilities that may affect his work. He will be deemed to have fully completed this
study before preparing his proposal and no subsequent claim on the grounds of
inadequate or insufficient information shall be entertained.
14.2.1.1 CONVERSION OF LEVELED TRACK TO
MAINTENANCE PIT TRACK
A portion of Tracks 19 and 20 shall be converted to a maintenance pit (40 M each) so
that bogies can be dismounted from the car using the mobile lifting jacks. All
compressed air supply complete with quick connect coupling, valves and fittings shall
be provided with the same materials used as of the existing pit including other
associated utilities (electrical/ mechanical) inside the pit. The depth of the pit shall be
1.5 m from top of rail. Please refer to MRT3 Workshop Improvement Lay-out.
14.2.1.2 SERVICE TRACK FROM TRACK 17 TO BOGIE
WASH TRACK
A service track from track 17, 18, 19 and 20 to bogie wash track shall be provided to
be connected by means of bogie turn tables for easy access to cleaning in the bogie
wash room during dismounting. Please refer to MRT3 Workshop Improvement Lay-
out.
14.2.2 WORKSHOP EQUIPMENT (Additional)
14.2.2.1 DESCRIPTION
The scope of this section is to provide specification for the supply, installation, testing
and commissioning and subsequent training of operators in relation to additional
Depot Equipment.
WARRANTY
The supplier shall provide the MRT3 with a two (2) year period of warranty coverage
for the equipment issued that will commence upon written confirmation of final
acceptance. Refurbished equipment shall also be guaranteed for not less than 2 years.
SUBMITTALS
Supplier shall provide written instruction in English language pertaining to the
operation, servicing and maintenance of the equipment.
The O & M manuals shall be provided from the delivery of equipment. It shall
describe the method and theory of the operation, equipment characteristics and
specifications, as well as maintenance and troubleshooting procedures. Complete
parts list, troubleshooting flowcharts and guidelines and safety precautions shall be
included.
Supplier shall provide shop drawings in A1 size including “As Built” drawing.
RELIABILITY, AVAILABILITY, MAINTAINABILITY AND SAFETY
The supplier shall provide the equipment’s reliability, availability, maintainability and
safety criteria based on EN 50126 or acceptable equivalent Standard. It shall be based
or compatible with the existing installed equipment or even better.
TRAINING
Supplier shall provide training in the proper and safe use of the equipment proposed
and shall describe/facilitate the proposed training program. The supplier shall provide
all training materials, training tools and venues.
SPARE PARTS
The supplier shall be responsible for the availability and supply (shall provide) of all
initial spares at site during installation, commissioning and the warranty period.
Consumable spares comprising those items which are required for routine
replacement or usage to meet the manufacturer’s recommended servicing and
maintenance programs shall also be provided for use during the warranty period and
for one (1) year service after the warranty period. Included in this supply shall be
those items which are expected to fail during the specified period based on the
manufacturer’s known or predicted failure rate.
The contractor shall ensure the availability of these spare parts for at least 4-four
years.
DELIVERY, STORAGE AND HANDLING
Materials shall be delivered to the site in the original sealed containers or packages,
and shall bear the manufacturer’s name and brand designation. Where materials are
covered by a reference specification number, type and plan as applicable. Materials
shall be stored and handled in a manner to protect them from damage during the entire
construction period.
14.2.2.2 HAND ACTUATED TURNTABLE FOR BOGIES (5 Units)
This equipment is designed for transfer of bogies from one track to another for repair
and overhaul and shall be mounted in a concrete pit. The top of the turntable shall be
at the same level of the workshop floor so as not to hinder trolley movement. The
turntable shall be manually operated; at least two-2 personnel could easily rotate the
table with a maximum load of 6 tons. Rail gauge to be used shall be the same as the
existing rail (Rail Gauge = 1,435 mm). The gap between the foundation and the turn
out table shall be less than 10mm. A stopper shall also be provided so that the table
will not move when at rest position. The supply shall include (for each turntable):
The turntable
The running platform
The peripheral joint ring
Each turntable shall consist of mechanical assembly bearing on a center pivot and
several carrier rollers running on circular platform.
14.2.2.3 MOBILE LIFTING JACKS (1 Set / 12 Units – 50 KN Capacity)
This equipment is used to jack-up LRV in simultaneous, synchronized and a safe
manner in order that items of running gear and some under frame mounted equipment,
such as bogies, can be removed and replacement items fitted. The design of the jacks
shall be such that personnel shall be able to work safely under an LRV being
supported by these jacks without the necessity of providing additional supports.
The jacks will be controlled from one control station which will be provided with a
means of enabling the maintainer to monitor the jacking process is proceeding safely
and synchronized. The number of jacks being controlled during jacking operations
will be variable.
Control and power cabling for the jacks that could be under hatches will be strong
enough to bear any likely imposed weight, for example fork lift trucks or another jack.
The intension is to keep this cabling to a minimum on the workshop floor. Connection
between jacks and the floor sockets will be via suitably robust connectors and cables.
It is required to have a set of mobile jacks arranged to be able to lift one single LRV.
RAM CRITERIA DIMENSION
Reliability No more than one failure per year
Availability
95% after breakdowns and maintenance
Maintainability
Equipment to be back in service at maximum tone half day after failure
RAM CRITERIA DIMENSION
Reliability No more than one failure per year Availability 95% after breakdowns and maintenance
Maintainability Equipment to be back in service at maximum two days after failure
14.2.2.4 TRAVELLING LIFTING TABLES IN PIT (1 Unit –20 KN Capacity)
This equipment is designed for removal of equipment fitted on the under frames of
LRV. It shall also be designed for carrying in the equipment after removal from the
LRV to the end of the pit for transfer to a hoist.
14.2.2.5 JIB CRANES (2 Units – 20 KN Capacity)
This equipment is mainly used in the overhaul workshop. They shall be used for the
movement of large assemblies/sub-assemblies in a single area.
15. TAFT POCKET TRACK
MRT3 presently has already approached the limit of practical capacity. Therefore, capacity
expansion and improvements become particularly timely and an important objective to be
implemented.
The present three-car trains shall be improved to four-car trains in the implementation of this
Capacity Expansion.
The present retaining wall, tracks and wayside equipment installed at Taft Pocket Track
(TPT) shall be modified and lengthened accordingly to accommodate 4-car trains.
Modification works should not in any way disrupt the current system operations.
The extension of the Pocket Track shall be completely interfaced and integrated with the
signaling system, power supply, catenary system and track works.
The works will require demolition and replacement of some length of the affected wall
structure. It requires redesign, relocation and replacement the cables relevant to signaling and
Overhead Catenary System (OCS).
The technical specifications relevant to each portion of the works are as follows, but not
limited to:
a. Part 1 – Civil Works
b. Part 2 – Track works
c. Part 3 – Overhead Catenary System
RAM CRITERIA DIMENSION
Reliability No more than one failure per year
Availability 98% after breakdowns and maintenance
Maintainability Equipment to be back in service at maximum one half day after
failure
RAM CRITERIA DIMENSION
Reliability No more than one failure per year
Availability 97.5% after breakdowns and maintenance
Maintainability Equipment to be back in service at maximum one half day after failure
d. Part 4 – Signaling System
The Signaling Upgrade shall not be included in this contract. The upgrade of the signaling
system shall be carried out by the Signaling Provider of the MRT3.
The contractor shall follow the design requirement and specification of the Signaling system
to make the Power & OCS system, Civil Works and Track Works fully integrated to the
Signaling system.
15.1. CIVIL WORKS
15.1.1. General
The stipulation stated in this Section specifies the requirements applicable to the Civil
Works for the extension of the MRT 3 Taft Pocket Track.
The works shall include the detailed design, supply, delivery, installation, testing &
commissioning, defects warranty and obtaining all permission from government
authorities and everything whether permanent or temporary in nature needed and
necessary for safe and proper execution of work and fulfillment of all obligations
required under this contract.
15.1.1.1. Scope of Work
The Contractor shall be responsible for:
a. Design, plan, and modification of MRT3 retaining wall structures affected
by extension of the Taft Pocket Track.
b. Other Civil Works required for work completion like restoration of MRT 3
perimeter fence, drainage, curbs and etc.
c. Ensure no disruption to MRT 3 daily train operations and adjacent traffic
flow along EDSA.
15.1.1.2. Applicable Standards The following are the main reference standard comprises the technical
requirements and the condition to be adopted for the execution of the works.
American Standards
- AASHTO
- ACI
- ASTM
- AWS
- PCI
British Standards
- BS
- CIRIA
- CRSI
European Norms
- CEN
- SCCEPG
French Norms
- AFNOR
- DTU
DPWH Standard Specifications
PNS
15.1.1.3. Special Site Conditions
Utmost importance shall be taken by the Contractor with regard to the special site
conditions affecting the design and construction of the project.
15.1.1.4. Performance Requirements
The contractor shall prepare design criteria, a preliminary set of standard
drawings, a list of the basic design drawings, and a set of final design drawings
and an outline of the procurement and construction specifications.
15.1.2. Materials Requirements Civil Work materials needed for the extension of Taft Pocket Track shall be complete
with all accessories and passed all the required testing in accordance to specifications
and standards and shall be approved by the Engineer before incorporating to work.
The Contractor shall ensure materials availability for small quantity production
intended for maintenance use.
15.1.2.1. Removal of Structures and Obstructions This Item shall consist of the removal wholly or in part and satisfactory disposal
of all structures, fences, old pavements and any other obstructions which are not
designated to remain. It shall also include salvaging of designated materials and
backfilling with approved fill materials. All rubbish from the TPT area shall
be disposed of and shall not allow accumulations.
15.1.2.2. Earthworks
All materials to be incorporated in the work shall pass all required testing and
certification and in accordance with the requirements of Part C Earthwork
DPWH Standard Specifications 2004 (Volume II).
15.1.2.3. Aggregate Base / Sub-Ballast
The aggregate base (sub-ballast) shall be from approved source and conform to
the requirements of Item 201 Aggregate Base Course of the DPWH Standard
Specifications 2004 (Volume II)..
15.1.2.3.1. Geo-Textiles
This item covers geo-textile fabrics for use in subsurface drainage, hydraulic
control, erosion control, sediment control and pavement structures as a
waterproofing and stress relieving membrane in order to prevent mixing of
dissimilar materials.
Geo-textile sheet for MRT3 shall be 13kn tensile strength and at least 0.90mm
thickness.
Materials and specifications for this section shall conform to Item 715 of
DPWH Standard Specifications 2004 (Volume II).
15.1.2.4. Concrete Works
This section refers to the required concreting works for MRT3 retaining wall,
OCS posts unless specified and other concreting works needed for the extension
of Taft Pocket Track.
15.1.2.4.1. Concrete
The concrete shall be adequately workable and of proper consistency to permit
flow to forms and reinforcement during placement and no signs of aggregate
segregation. The designed minimum compressive strength of concrete at 28
days shall be 28 Mpa shall conform to AASHTO, ACI, ASTM and standards
applicable.
15.1.2.4.2. Hydraulic Cement All Portland cements shall be obtained from suppliers which have a quality
system for product conformity and shall conform to ASTM 150 or Item 700
of DPWH Standards Specification or approved equal.
15.1.2.4.3. Water Water shall be clean, fresh and potable and shall conform to Item 714 of
DPWH Standard Specifications.
15.1.2.4.4. Aggregates Aggregates shall be from approved source and shall not contain any deleterious
substances to prevent contamination and cement alkalis reactions.
All aggregates shall pass all required testing and shall conform to ASTM
Standards and Item 703 of DPWH Standard Specifications.
15.1.2.4.5. Admixtures
Suitable admixtures may be used to modify certain properties of concrete and
shall conform to ASTM C494. However, as they may at the same time
adversely affect other important concrete quality, the Contractor shall carry
out testing on concrete to which they are added.
All admixtures shall conform to relevant local and international specifications
and shall be approved by the Engineer.
15.1.2.4.6. Steel Reinforcement
The Contractor shall specify basic and minimum standards for furnishing and
installing steel reinforcement for concrete. All reinforcing steel shall be hot
rolled weldable deformed steel bars obtained from approved supplier as
specified in ASTM A615M or BS 4449 and shall have the following minimum
yield strength:
a. 12 and smaller shall be 275 Mpa or grade 40
b. 16 and larger shall be 414 Mpa or grade 60
15.1.2.4.7. Formwork Forms shall be designed to produce hardened concrete of the shape, lines, levels
and dimensions indicated on the design drawings. The forms including form
supports which shall withstand the worst combination of all loads together with
all incidentals dynamic effects caused by placing, vibrating and compacting
concrete.
The Contractor shall specify basic and minimum standards for forms for
concrete structures and facilities and shall conform to ACI 301 and ACI 347
standards.
15.1.2.4.8. Materials for Curing Concrete
Concrete curing materials shall be of approved materials and conforms to
standards requirements. The materials shall be satisfactory of providing a
curing environment for optimal concrete quality, consistency, strength and
durability.
The following materials can be used for curing concrete by the Contractor or
any approved equal:
a. Liquid membrane forming compounds AASHTO M 148 / ASTM
C1315
b. Previous sheeting AASHTO M 184.3
c. Standard specification for sheet materials for curing compound ASTM
C171
15.1.2.4.9. Joint Fillers
Unless otherwise shown on the plans or in special provisions, materials for
expansion joint filler shall conform to the ASTM D-1751 requirements and
specifications.
15.1.2.4.10. Other Accessories
Reinforcement accessories, consisting of bar supports, spaces, ties, and similar
items as required for spacing, assembling, and supporting concrete in place shall
be provided conforming to reference standards.
15.1.2.5. Civil Miscellaneous Structures
This section refers to miscellaneous materials required and necessary to complete
the work in the extension of Taft Pocket Track.
15.1.2.5.1. Curb and Gutter
Curb and gutter shall be constructed by concrete cast in conformity with the
design drawings and shall be in accordance with the plans and specifications
required by the Engineer.
Materials and execution shall conform to Item 600 of DPWH Standard
Specifications.
15.1.2.5.2. Fences
Fences necessary to maintain system security along the MRT3 perimeter shall
be provided by the Contractor and shall ensure that there are no related or
operational problems. Metal fences should be galvanized and or walls shall
have smooth surfaces and shall be painted.
MRT3 perimeter fence shall be constructed in conformity with the designs and
specifications required by the Engineer and shall be compatible with the
existing fenced materials.
Materials and execution shall conform to Item 604 of DPWH Standard
Specifications.
15.1.2.5.3. Drainage Drainage for MRT3 shall be compatible with the existing drainage system. It shall be designed to remove completely excess water. Drainage pipes of
100mm Ø shall be perforated with 10mm Ø holes connected to PVC drain
pipes of the same diameter and spaced every 3 meters shall be used.
15.1.2.5.4. Cable Trough Cable trough shall be precast concrete provided with 20mm Ø drain holes
spaced every 5 meters. Cable through shall be 50mm thick and at least 270mm
in height. Each cable through of 300mm and 440mm wide respectively shall
consist in 3.2mm Ø welded wire fabrics spaced every 150mm and shall
conform to ASTM A185.
15.1.3. Construction Requirements
The Contractor shall be responsible for the construction means, methods, techniques,
sequences and procedures for coordinating all portions of the Work under the
Contract Documents.
The Contractor shall provide all superintendence during the execution of the Work as
may be necessary for the proper fulfillment of the Contractor’s obligations under the
Contract. It shall include the supervision and inspection by qualified professional
personnel experienced in railway construction whose responsibility shall be to ensure
the technical standards and workmanship, materials, and quality are being maintained
in accordance with the Scope of Work.
The Contractor shall design, supply and install materials for the extension of Taft
Pocket Track which satisfies to the minimum requirements of the specification and
Employer’s Requirements. The Contractor shall submit full details of the proposed
design to the Engineer for review and approval and shall not commence until written
acceptance has been received from the Engineer.
15.1.3.1. Removal of Structures and Obstructions
This Item shall consist in the partial or whole removal responding to the final
disposal of all structures: fences, old pavements and any other obstructions which
are not designated to be remained. It shall also include salvaging of designated
materials for backfilling with approved fill materials. All rubbish from project
area shall be disposed and accumulations shall not be allowed.
15.1.3.1.1. Execution
This section shall conform to Item 101 of DPWH Standard specifications
15.1.3.1.2. Dust control
The Contractor shall take appropriate action to check the spread of the dust in
the project site and avoid the creation of a nuisance in the surrounding area.
The Contractor shall not use water if it results in hazardous conditions such as
flooding or pollution and shall comply with all dust regulations imposed by
the local air pollution agencies.
15.1.3.1.3. Construction Protection
The Contractor shall ensure construction protection adequately during
execution of work in order not to affect the adjacent traffic flow along EDSA
Highway and MRT 3 operations.
The Contractor shall take all necessary precautions to protect personal (ppe)
and private property in the areas of work. Approved barriers and warning
signs shall be provided to reroute personnel/motorists around areas of
dangerous work
15.1.3.1.4. Rubbish / Debris Rubbish/debris shall be placed in approved Contractor furnished containers to
prevent spread and accumulation of dust and dirt. It shall be removed from the
area of work as often as necessary but not less than at least once at the end of
each workday.
15.1.3.1.5. Submittals
The Contractor shall submit the following:
a. Proposed demolition procedures for Engineer’s approval
b. Detailed description of equipment to be used for each sequence of
operation
c. Traffic management plan
d. And other submittals required for work completion.
15.1.3.2. Earthworks
The work specifies in this section consists of stripping topsoil, excavating and
backfilling to attain indicated sub-grades and grades and conforms to Part C
Earthwork of DPWH Standard Specifications latest edition.
15.1.3.2.1. Excavation Remove materials within the indicated limits. The sub-grade is the lowest
elevation of excavation and it shall be inspected and approved by the Engineer
prior to placement of grade materials. Excavated materials satisfying the
requirements of Item 104 of the DPWH Standard Specifications may be used
as fill materials. Remove all surplus excavated materials.
15.1.3.2.2. General Excavation
a. Generally refers to excavation for the construction of track-way and
roadway as indicated on the design drawings.
b. Sub-grade preparation at sub-grade track way and roadway in
excavation areas shall have a minimum bearing capacity of 150 Kpa
and shall conform to Item 105 of DPWH Standard Specification.
c. Fill unauthorized excavation with approved fill materials by the
Engineer and compact to at least 90 percent of maximum dry density in
accordance with ASTM 698 of 200mm per compaction layer.
15.1.3.2.3. Structure Excavation
Ensure that the existing sub-grade, other than rock, will not be disturbed and
get loose by any excavation. If the sub-grade material is disturbed to a lesser
than 90% of FDT, measure should be taken to recover the sub-grade at least
90% FDT or higher, otherwise the disturbed material can be replaced by
equivalent material or with concrete of the same class as the sub-grade
structure.
The Contractor shall ensure that demolition and excavation of the adjacent
existing concrete road which is affected by the project shall not disrupt the
road traffic and not damaging to any other existing facilities.
15.1.3.2.4. Filling, Backfilling and Compacting
Gradation ASTM D422
Liquid Limit ASTM D4318
Plasticity Index ASTM D4318
Resistance (R. Value) ASTM D2844
Maximum Density ASTM D1557
Sand Equivalent California test 217 or ASTM D2419
Refer to Item 104 of DPWH Standard Specifications.
15.1.3.2.5. Contractor’s Quality Control
Prior to and during the execution of the work, the Contractor’s Testing
Laboratory shall perform all necessary tests in accordance with the minimum
testing requirements and Item 104 of DPWH Standard Specifications. Field
Density Test for any sub-grade for track or for any soil for spread foundation
should be higher or at least 90%.
15.1.3.2.6. Submittals
The Contractor shall submit the following for Engineer’s review and approval:
a. Equipment to be utilized in the work
b. All necessary methods and procedures
c. All testing results and other materials certification
15.1.3.3. Aggregate Base / Sub-Ballast
This section specifies the furnishing, placing, spreading and compacting of
crushed aggregate base or sub-ballast in one or more layers in accordance with
specification and contract drawings.
15.1.3.3.1. Placing, Spreading and Compacting
The approved aggregate base course (sub-ballast) shall be placed, spread and
compacted in conformity with the requirement of DPWH Standard
Specifications Items 200.3.2 and 200.3.3 and contract drawings.
Geo-textile materials, execution and specifications for this section shall
conform to Item 715 of DPWH Standard Specifications.
15.1.3.3.2. Submittals
The Contractor shall submit the following for Engineer’s review and approval:
a. Geo-textile materials specifications
b. Equipment for to be utilized for the work
c. All necessary methods and procedures
d. Materials grading and testing results
e. Materials source and certificate of compliance
15.1.3.4. Concrete Works for Retaining Wall
This section covers procurement and placing of concrete. It specifies basic and
minimum standards for materials and equipment for the use of plain and
reinforced concrete.
All specifications discussed in this section will technically apply for the
construction of MRT3 retaining walls, OCS foundation if necessary and other
concrete works needed for the extension of the Taft Pocket Track.
15.1.3.4.1. Quality Assurance
The Contractor shall be responsible for the quality control and quality
assurance for materials and construction to be included but not limited to the
following:
a. Complete quality assurance plan
b. Organizational chart for quality control
c. Qualifications of independent testing laboratories as well as names and
experience records of Contractors staff for implementing quality plans
d. Site laboratories locations, layout and equipment
e. Plans for testing products requiring testing and inspection at the
supplier’s premises and proposed procedures for ensuring quality
control is implemented
f. Provision of inspection and testing instruments and devices to ensure
proper performance of quality control
g. Verification by affidavits and certifications that the supplied products
meet requirements of reference specifications as specified in applicable
sections of specification
h. Tests to be regularly performed on all supplied materials
i. Lists of proposed stages at which specified inspection and
documentation shall be performed by the contractor and approved by
the Engineer
j. Forms of all test reports for all materials and items to be tested
k. Quality assurance plan system, documents control, handling and
storage procedures and check on quality records and auditing system
15.1.3.4.2. Execution
The Contractor shall establish methods and procedures for all activities needed
to complete the work in accordance with applicable specifications.
The following works shall be included:
a. Survey and setting out
b. Rebar installations
c. Formwork installations
d. Inspection before placing concrete
e. Handling and placing of concrete
f. Compaction of concrete
g. Concrete surface finishing
h. Concrete curing
15.1.3.4.3. Submittals
Prior to the works, the Contractor shall submit the following documents for
the Engineer’s review and approval:
a. Quality assurance plan
b. Applicable reference codes
c. Sources and characteristics of concrete materials comprising cement,
coarse and fine aggregates, admixtures, water and reinforcement
d. Proposed concrete mix design accompanied by all relevant data for
materials sources and testing
e. Methods of concrete mixing, transportation, placing, compacting and
curing
f. Details of batching plant
g. Quality control procedures comprising methods of sampling as well as
site laboratory equipment and experience records and number of
quality control personnel
h. In addition to other requirements regarding design calculations and
details of proposed construction methods including type of equipment,
plans of execution and corresponding calculations
i. Traffic management plan
j. And other submittals which conform to 4.1.3.4.1 Quality Assurance
15.1.3.4.4. Tolerances The concrete work shall be constructed to an accuracy which shall permit the
proper assembly of components and installations and shall be compatible with
the finish.
The accuracy of the work shall be within the tolerances shown on the
drawings or specified elsewhere and in the absence of any other requirements,
shall comply with the following:
All laying out dimensions ±5 mm
Concrete surface level ±5 mm
15.1.3.5. Civil Miscellaneous Structures
This section shall consist of all Civil Miscellaneous Structures required for supply
and installations necessary to complete the Civil Works for the extension of
MRT3 Taft Pocket Track.
15.1.3.5.1. Submittals
The Contractor shall submit the following for the Engineer’s approval:
a. Detailed design drawings for each Civil Miscellaneous Structures and
Materials
b. Method and procedures for each Civil Miscellaneous Works
c. Materials compliance certificate and testing results
d. And all other submittals needed to complete the work
15.2. TRACK WORKS
15.2.1. General
The provisions stated in this document are related to the specific requirements
applicable to the track system for the extension of MRT3 Taft Pocket Track.
Trackworks system under this Contract shall conform to the most recent practices of
the American Railway Engineering Association (AREA), Union Internationale des
Chemins de Fer (UIC), International Standards Organizations (ISO) and the practices
and specifications of recently constructed mass transit systems of equivalent capacity
and characteristics constructed within the last five (5) years. It shall be of proven
design satisfying the system performance requirements and shall be compatible with
the existing MRT3 system. It shall also satisfy requirements with regards to train
kinematic gauge, service life, reliability, maintainability and safety.
The works shall include design, supply, installation, test & commission and obtaining
all permission from government authorities and everything whether permanent or
temporary in nature necessary for safe and proper execution of work and fulfillment
of all obligations required under this contract. It shall also include the training of the
Employer maintenance personnel, supply of maintenance and repair manuals, as-built
records and rectification of defects liability period of the installed ballasted tracks
system.
15.2.1.1. Scope of Work This section specifies the scope of work of the Contractor as follows:
a. Design, plan, supply and installation of all track materials required for the
extension of Taft Pocket Track in order to accommodate a four-car train,
i.e. to relocate a turnout in order to extend the Taft Pocket Track of about
19m.
b. The workmanship shall be in accordance to specifications and quality
standards and shall not disrupt the MRT3 daily operations and adjacent
traffic flow along EDSA.
15.2.1.2. Standards and Regulations
The work shall conform to the laws and regulations existing in the Philippines and
shall generally be in compliance with the Philippines Standards and Codes of
Practices unless specifically provided for in this document.
In addition, the following standards may be considered as long as they do not
compromise the Employer’s Requirements
ACI - American Concrete Institute
ANSI - American National Standards Institute
ASA - American Standard Association
AREA - American Railway Engineering Association
CEN - Comité Européen de Normalisation
ISO - International Standard Organization
UIC - Union Internationale des Chemins de Fer
JIS - Japanese Industrial Standards
AS - Australian Standards
BS - British Standards
AASHTO - American Association of State Highway &
Transportation Office
ASTM - American Society for Testing and Materials
PCI - Pre-stressed Concrete Institute
15.2.1.3. Special Site Conditions
The Contractor acknowledges that it has thoroughly investigated and satisfied
itself as to all general and local conditions affecting the work. The failure of the
Contractor to accustom himself with such conditions will not relieve him from any
responsibility for completing the works under this contract. The Contractor shall
be fully responsible for any damage caused to the site or other existing facilities
due to his track works equipment movements and transportation and restore these
damages to its original state at his own expense.
15.2.1.4. Design Criteria The following data will constitute for the design of trackworks for MRT3:
a. Track gauge 1435mm
b. Train speed 65kph
c. Concrete tie spacing 750mm
d. Rail inclination 1:20
e. Axle load 90kn
f. Ballasts depth minimum 250mm Mainline
g. Rail profile UIC 54
h. Depot track minimum radius 25m
i. Concrete tie length 2500mm
j. Concrete tie weight 250kg
k. Concrete tie compressive strength 50Mpa
l. Concrete tie stress transfer strength 30Mpa
m. Pre-stressing wire diameter 6.5mm
n. Pre-stressing wire ultimate tensile strength minimum 1700MPa
15.2.2. MATERIALS REQUIREMENTS Trackworks materials needed for the extension of Taft Pocket Track shall be complete
with all accessories and passed all the required testing in accordance to specifications
and standards and shall be approved by the Engineer before incorporating to work.
The Contractor shall ensure materials availability for small quantity production
intended for maintenance use.
15.2.2.1. Ballast
Ballast shall be of crushed rock containing no carbonates or slag; it shall be hard,
strong, angular, and durable particles. Ballast rock shall be highly resistant against
crushing, grinding, and chemically inert. It shall be weather resistant and of
homogenous structure. The Ballast shall be free from dust, soil, clay, plant matter
and substances likely to be detrimental to the rocks.
15.2.2.2. Special Trackworks
Unless specified, the materials required for the extension of Taft Pocket Track
refers to the supply and replacement of timber ties and other defective fastening
system that will not be suitable for their re-installation.
15.2.2.2.1. Switch and Crossing Ties Switch and crossing ties shall conform to 4.2.2.3 Monoblock Concrete Ties
15.2.2.2.2. Joints
All special trackworks joints shall either be alumino-thermic welded by an
approved welding materials and procedures for UIC 54 rail or insulated
fishplates of approved materials and specifications.
15.2.2.2.3. Rail Fastening System
Concrete ties associated rail fastening system shall be Pandrol type e-series
elastic rail clip manufactured by Pandrol Australia Pty. Ltd in accordance with
UIC specifications.
15.2.2.3. Monoblock Concrete Ties
Concrete ties shall be monoblock pre-tensioned concrete. It shall be 250kgs and
2500mm long. Alternative concrete ties could be considered if they are
compatible with the existing concrete ties in MRT3 in terms of general profile,
dimension and strength. The Contractor must ensure that alternative designs must
have a successful history performance of at least five (5) years in service under
comparable conditions. Any alternative design must be specifically approved by
the Engineer.
15.2.2.3.1. Concrete The concrete minimum 28 days design compressive strength for concrete ties
shall be 50 Mpa as determined by ASTM C39.
15.2.2.3.2. Aggregates
Both fine and course aggregates shall meet the requirements of the AREA
specification for aggregates.
All aggregates shall pass all required testing and shall conform to Item 703 of
DPWH Standard Specifications.
15.2.2.3.3. Admixtures
Chemical admixtures for concrete shall conform to ASTM C494. Additives
containing chlorides shall not be used.
Suitable admixtures may be used to modify certain properties of concrete.
However, as they may at the same time adversely affect other important
concrete quality, the Contractor shall carry out testing on concrete to which
they are added.
15.2.2.3.4. Pre-stressing Tendons
The wire shall be 6.5mm diameter complying with ASTM A864 or ASTM
881 and shall have a minimum tensile strength of 1700 MPa. Tendons shall
not be contaminated with mud, oil, grease or chloride salts. Tendons with
corrosion shall not be used.
15.2.2.3.5. Rail Fastening System
Concrete ties associated rail fastening system shall be Pandrol type e-series
elastic rail clip manufactured by Pandrol Australia Pty. Ltd in accordance with
UIC specifications.
15.2.2.4. Timber Cross and Switch Ties
The ties shall be unbored and air dried hardwood of untreated Jarrah timber
species for exposed mainline turnouts or any approved equivalent.
15.2.2.5. Rails
Standard rail cross-section shall be UIC 54 (54.43 kg/m) of grade 900A with a
minimum tensile strength of 880 Mpa and shall meet the requirements of the UIC
Standards.
15.2.2.6. Thermit Welding
This refers to the materials and other services required for joining UIC 54 using
alumino-thermic welding process.
15.2.2.6.1. Thermit Welding Kits
Thermit welding materials shall be manufactured by Thermit Australia Pty Ltd
or approved equivalent compatible to the existing welding materials used in
MRT3.
15.2.2.6.2. Thermit Welding Equipment Welding equipment and accessories required for welding operation shall be
use and installed in accordance to manufacturer’s recommendation, contract
drawings and applicable specifications.
15.2.2.7. Other Track Materials
Other track materials and appurtenances needed to complete the work shall be
approved materials by the Engineer and installed in accordance to manufacturer’s
recommendation, contract drawings and applicable specifications.
15.2.2.7.1. Insulated Rail Joints
Rail joints shall be made up of two rolled steel fishplates designed to fit UIC
54 rail profile and with four holes drilled by an approved drilling machine.
Bolts shall be of high strength provided with spring and flat washers and shall
conform to applicable UIC standards.
15.2.2.7.2. Check Rails
Check rail shall be machined from UIC 33 profile of not harder than grade
900A rail steel and supported by brackets connected to the rail. Bolt
connection shall utilize steel components conforming to UIC leaflets 864/2.0
and 864/3.0 appertaining to technical specifications for the supply of track
bolts and spring washers respectively.
15.2.2.7.3. Rail Fastening System
Concrete ties associated rail fastening system shall be Pandrol type e-series
elastic rail clip manufactured by Pandrol Australia Pty. Ltd in accordance with
UIC specifications.
15.2.2.7.4. Lubricants The Contractor shall provide a dry film lubricant for application to special
tracks sliding plates. It shall have a low electrical conducting properties and
subject for Engineer’s approval.
15.2.3. CONSTRUCTION REQUIREMENTS The Contractor shall be responsible for the construction means, methods, techniques,
sequences and procedures for coordinating all portions of the Work under the
Contract Documents.
The Contractor shall provide all superintendence during the execution of the Work as
may be necessary for the proper fulfillment of the Contractor’s obligations under the
Contract. It shall include the supervision and inspection by qualified professional
personnel experienced in railway construction whose responsibility shall be to ensure
the technical standards and workmanship, materials, and quality are being maintained
in accordance with the Scope of Work.
The Contractor shall design, supply and install a ballasted tracks system which
satisfies to the minimum requirements of the specification and Employer’s
Requirements. The Contractor shall submit full details of the proposed design to the
Engineer for review and approval and shall not commence until written acceptance
has been received from the Engineer.
15.2.3.1. Ballasted Trackworks Construction
This section applies to construction of all ballasted tracks both plain and special
tracks for MRT3 both Depot and Mainline.
15.2.3.1.1. Quality Assurance Program
a. The Contractor shall establish, implement and maintain a quality
assurance program to provide verification of compliance with contract
requirements. The quality assurance program shall consist of detailed
procedures and instructions for monitoring and controlling those
activities related to quality during design, fabrication, delivery,
handling, storage, installation, inspection and testing. The areas which
the quality assurance program shall address include the following:
Review and control of quality procedures and instructions,
Calibration of construction measuring and testing tools and
equipment,
Qualification and certification of Personnel,
Tests and inspections
Procurement quality assurance,
Identification and control of items, and
Handling, delivery and storage of materials.
b. Adequate records shall be maintained by the Contractor in accordance
with the requirements of his quality assurance program and shall
include the following:
Evaluation of subcontractors’ and suppliers’ qualifications and
past performance,
Results of inspections and tests,
Certificates of compliance,
Qualified procedures for special processes,
Personnel certifications,
Measuring and test equipment calibration certificates, and
Transmittals of contract related information.
c. The appropriate requirements of the Contractor’s quality assurance
program shall be imposed upon subcontractors and suppliers.
d. The quality assurance activities of the Contractors/subcontractors and
suppliers will be subject to Engineer’s verification, inspection and
audit at any time.
15.2.3.1.2. Submittals
The Contractor shall submit the following:
a. The Quality Assurance Program
b. Applicable reference codes
c. Detailed construction schedule
d. Detailed design and shop drawings for all Contractors supplied
materials and other track materials required including fastening system
for the construction of both ballasted track and special track works.
e. Pre-construction inspection reports
f. Qualifications of registered Surveyors
g. Certificate of calibration for specified tools and equipment by
independent testing laboratory accepted by the Engineer
h. Details and arrangement of equipment, materials and personnel to be
used during the various construction stages. Maximum construction
loads shall be identified and submitted to the Engineer for review prior
to any construction equipment being allowed to construction site
i. Details for the protection of rails, special track works, other track
materials and facilities from damage by construction equipment and
road traffic,
j. Production information forms and test reports on welds,
k. Rail laying records,
l. Calculation to determine Neutral Rail Temperature for Depot and
Mainline.
m. Method statement for natural or artificial de-stressing works for
ballasted track and ballasted special track works both Depot and
Mainline.
n. Procedures for handling and anchoring CWR,
o. Procedures for rail grinding and subsequent cleanup including a daily
rail grinding log indicating grinding date, locations, number of passes
of grinder, manufacturer and model number of grinder,
p. And all other documents needed for the completion of the work and
subject for Engineer’s review and approval.
15.2.3.1.3. Electrical Testing The Contractor shall perform all tests of electrical resistance and continuity for
insulated rail joints, running rail, running rail to running rail and track to earth.
Any installations which fail shall be rectified by the Contractor at his own
expense and retested until acceptance by the Engineer.
15.2.3.1.4. Inspection
The Contractor shall inspect the construction area prior to installation of
trackworks for any damages and discrepancies with propose installation plan
and correct said discrepancies authorized by the Engineer.
15.2.3.1.5. Track Laying Construction for Ballasted Tracks
The Contractor shall submit method statement for a systematic rail laying
construction for Engineer’s review and approval.
General ballasted tracks construction shall include the following procedures:
a. Survey and setting out correct tracks and special track alignment.
b. Base preparation
c. Placement of bottom ballasts on an approved base
d. Placement of concrete sleepers or timber ties
e. Placing of rails and fastening to concrete sleepers or timber ties
f. Welding of rails to form continues welded rail
g. Fastening of concrete sleepers or timber ties
h. Placement of top ballasts
i. Initial surfacing and aligning
j. De-stressing work
k. Final surfacing and alignment
l. Test and inspection of finished tracks
m. Site Cleaning
Refer to Table 1 “Track Construction Tolerances” where indicated the
allowable geometric design variation for track work construction.
The Contractor shall assists the Engineer in his inspection of the finished track
with a track geometry measuring device that capable of measuring various
track alignment parameters with accuracy more than the tolerances specified
in Table 1 “Track Construction Tolerances” and submit the print-out for
Engineer’s approval and record. Any data being out of tolerance shall be
rectify by the Contractor and shall be re-inspected by the Engineer.
Before final acceptance by the Engineer, the Contractor shall perform
ultrasonic inspection of all running rails and special track works to detect
flaws in rail, joints and welds.
15.2.3.1.6. Track Laying Construction for Ballasted Special Tracks
Special trackwork construction shall conform to Clause 4.2.3.1.5 Track
Laying Construction for Ballasted Tracks except the use of track geometry
measuring device since geometry alignment for special tracks will be checked
manually.
15.2.3.1.7. Mockup Tracks Not Applicable.
15.2.3.1.8. Final Acceptance Before final acceptance by the Engineer, the Contractor shall perform and
satisfy rail grinding of all rails to remove the corrosion and shall complete
ultrasonic testing inspection to detect flaws for running rails, special
trackworks and welded joints.
15.2.3.2. Ballast
The Contractor shall supply and install ballasts of approved materials required for
the extension of the MRT3 Taft Pocket Track.
15.2.3.2.1. Testing Requirements
a. Grading
Size of Sieve Opening % Passing by Weight
Ballast for MRT 3 (Size 3 AREA
Manual)
63.5 mm 100%
50.8 mm 95-100%
38.1 mm 35-70%
25.4 mm 0-15%
12.7 mm 0-5%
b. Deleterious substances present in prepared ballasts shall not exceed the
following:
c. Percentage of wear shall not exceed 25% after testing in a Los Angeles
abrasion testing machine in accordance with ASTM C535. d. The bulk specific gravity and percentage of absorption shall be 2.60
and 1% respectively in accordance with ASTM C127.
e. The magnesium carbonate content shall be tested and defined in
accordance with ASTM C25. No carbonates shall be allowed.
15.2.3.2.2. Submittals
The Contractor shall submit the following for Engineer’s review and approval:
a. Ballast source certificate of compliance
b. Tests results mentioned in 4.2.3.2.1 Testing Requirements
c. And all other test required to complete the work
15.2.3.3. Special Trackworks
The Work of the Contractor in this section refers only for the relocation of the
existing 1:6 turnout and replacement of timber/switch ties and other associated
fastening system that found defective during the execution of the work. It shall be
in accordance to design, specifications, standards and scope of work.
15.2.3.3.1. Quality Assurance
Shall conform to 4.2.3.1.1 Quality Assurance Program
15.2.3.3.2. Submittals
The Contractor shall submit the following for Engineer’s review and approval:
a. Shop drawings showing details and arrangements of special trackwork
relocation,
b. Proposed welding, joining and test procedures for special trackwork,
c. Contractor’s system specification for marking and identifying sizes,
types and composition of products, as well as identifying parts for the
purpose of proper location during installation,
Material Percent by
Weight Method of Test
Soft Pieces 5% AASHTO - T189
Fine less than No. 200
Sieve 1% ASTM C117
Clay lumps and Friable
Particles 0.5% ASTM C142
Flakiness Index 20% BS 812
d. Certificates of material compliance required by this specifications,
e. Test report of chemical analysis and Brinell hardness of running rail,
electric insulation, and other tests required by this specification.
15.2.3.3.3. Inspection and Acceptance For the inspection of material under this Contract, the terms set forth in
“Materials Inspection, Test and Claims,” under the UIC Specifications for
Special Track Work shall apply, except as listed herein.
The Contractor will make available to the Engineer all the necessary facilities
to examine the work during its progress as well as the finished product to
satisfy him that the materials comply with the Specification. The Contractor
will provide templates and 1 meter straight edges to check flangeways, rail
end, and switch rail planing.
15.2.3.4. Monoblock Concrete Ties
This section specifies the requirement for the supply and installation of pre-
stressed monoblock concrete ties with complete rail fastening system compatible
with the existing system of MRT 3.
15.2.3.4.1. Design Criteria
As specified in 4.2.3.1.4 Inspection
15.2.3.4.2. Marking, Delivery, Storage and Stacking
Mark on top of the ties with indented or raised letters to indicate the
manufacturer, year of manufacture, mould number and project identification.
Contractor must securely brace ties during transportation to prevent from any
movement that could cause damage. During transportation, ties should be in
horizontal position supported with wooden spacer blocks so that the top
surface does not make contact with ties loaded above. Do not stack ties more
than 6 layers during transport.
The Contractor shall store concrete ties in a location that would avoid
additional handling until the final distribution or within the area
designated by the Engineer.
15.2.3.4.3. Quality Assurance and Inspection
Before production commences, the Contractor shall prepare a quality control
manual for approval by the Engineer and shall include details of:
Management organization
Responsibilities of production and quality control personnel
Plant standards
Checks to be carried out by the production personnel
Inspection and testing to carried out by quality control personnel
Procedures for approving sources of materials
Procedures to ensure all measuring equipment is properly calibrated
Procedures to ensure that concrete ties are not shipped until acceptance
load testing is complete
Quality audit procedures
This section shall also conform to 4.2.3.1.1 Quality Assurance Program
15.2.3.4.4. Submittals
a. Quality control program
b. Concrete mix design
c. Concrete curing procedures
d. Method and procedures for concrete ties production
e. Tensile strength test results
f. Rail fastening system technical specifications and drawings
g. Pre-stressing wire technical specification
h. All materials test results needed to complete the work and before
incorporating to concrete ties production
This section shall also conform to 4.2.3.1.2 Submittals
15.2.3.5. Timber Cross and Switch Ties
This section comprises specifications for the supply and installation of new timber
cross ties, switch ties, switch machine ties required for the relocation of MRT3
Taft Pocket Track turnout 1:6 of approved source and shall be compatible with the
existing materials.
15.2.3.5.1. Quality Requirements
Ties shall be free of defects that may impair their strength or durability.
Defects such as decay, large splits, large shakes, excessive grain slope, large
holes and large knots will not be acceptable. All timber ties shall be cut by saw
and the cross section shall be 225mm wide and 140mm deep. Standard cross-
ties shall have a length of 2440 mm. Size and length tolerances shall be as
follows:
a. Width - plus 10 mm/minus0
b. Depth - plus 12 mm/minus 0
c. Length - plus 50 mm/minus 0
Each timber shall be examined on the top, bottom, sides and ends. Cross and
switch tie shall not exceed the following allowable amount of defects:
Type of Warp Allowable Amount
Spring 25 mm
Bow 9 mm
Crook 25 mm
Cup 6 mm
Twist 6 mm
All ends of timber ties shall be cut square and provided by anti-split end
plates. End plates shall be applied flush to the end surfaces of the tie and will
remain securely seated and withstand rail vibration.
The Contractor is required to determine the number and dimensions of switch
ties for each turnout and shall be specified in general turnout arrangement
drawing and shall conform to dimension tolerances stated above.
15.2.3.5.2. Testing and Inspection The Contractor shall assume full responsibility for all required testing and give
the Engineers sufficient notice when testing in any form is proposed so that
Engineers could inspect and witness the tests.
The Engineer may inspect the ties during production process or after delivery
at the job site and or after placement on the grade for track utilization.
Whether or not the Engineer test or inspect any materials, the Contractor will
not be relieved from any responsibility regarding defects or other failures to
meet the contract requirements.
15.2.3.5.3. Marking, Finishing and Workmanship Ties shall be branded or marked permanently with approved materials to show
ownership, manufacturer’s identification and year of production on one end.
Tie machining and workmanship shall follow and conform to the applicable
standards.
15.2.3.5.4. Submittals
The Contractor shall submit the following requirements:
a. Quality control program for all method and procedures to ensure
compliance with standards quality
b. The name of timber and its source for approval,
c. Timber ties Manufacturers specifications
d. Official certificates of inspection in conformance with the reference
standards including data regarding hammer band confirming timber
grading,
e. Data regarding proposed tie machining & stamping,
f. The Inspectors report form duly accomplished (as described by the
reference standards for Inspection of Timber Products) and submit to
the Engineer prior to tie shipment from the production plant,
g. Certification that the manufacturer has a minimum 5 years experience
in manufacturing timber switch ties and as a supplier to major rail
transit system.
h. Completed tests results.
15.2.3.6. Rails
This section specifies the supply and installation of required rails for the extension
of MRT3 Taft Pocket Track in accordance to specification and standards.
15.2.3.6.1. Test Requirements The Contractor shall perform the following tests:
a. Chemical composition analysis
b. Mechanical property
c. Tensile strength
d. Brinell hardness test
e. Shape, dimension and appearance inspection
f. Ultrasonic test
Each rail shall be ultra sonically tested over its full length to determine its
interior conditions prior to delivery to the work site. The rail must be free
from all detrimental defects having unfavorable effect on the strength of the
rail while in service.
The Contractor shall be responsible for all required testing and shall give
Engineer sufficient notice of proposed testing so that Engineer may inspect
and witness the tests in accordance to UIC specifications.
15.2.3.6.2. Quality Assurance and Inspection This section shall also conform to 4.2.3.1.1 Quality Assurance Program
The quality system for rail manufacture shall be certified at least to ISO 9002
and shall be based on precise terms and conditions which ensure compliance
with the various rail specifications.
The Engineer will monitor from time to time the Contractor’s methods,
procedures, and processes for compliance with the accepted program and all
records of test and inspection.
15.2.3.6.3. Marking, Packaging, Handling, Transporting, and Storage
a. Obligatory marks in the UIC 54 rail shall be in accordance with UIC
Code 860 O as follows in-relief marks which shall be very legible in
characters raised on one side of the web indicating:
Identification mark of the mill,
Year of manufacture (last two figures),
Symbol of steel grade, and
Symbol of rail section in kg/m weight
b. The Contractor shall submit for approval a detailed procedure for
marking, packaging, delivery, handling, transporting and storage of
rails. Contractor shall take all necessary precautions to ensure that
rails will not be bent, deformed or damage during handling and
transporting and it shall be kept clear of any standing water during
stacking and storage.
15.2.3.6.4. Submittals
The contractor is required to submit the following:
a. Certification that rail manufacturer has at least 10 years experience in
the large scale manufacture of running rails as specified herein and as a
supplier of rail to major railroads and transit systems.
b. Certification from supplier or manufacturer that all the rails
manufactured and delivered on site are in conformance with UIC
specification and that the required tests were performed as represented
by the submitted test result.
c. Tests Certificates as prescribe in 4.2.3.8.1 Rail Welding
d. Detailed production process of rails
e. Certification of the manufacture’s process in accordance to ISO 9002.
f. And all other documents needed for the completion of work.
Rails shall be guaranteed by the supplier/manufacturer from date of
manufacture plus 5 years to the date of acceptance of works against any
defects attributable to manufacture.
15.2.3.7. Track Appurtenances and Other Track Materials
This section specifies the requirements for the design, supply, and installation of
other track materials required for the extension of MRT3 Taft Pocket Track.
15.2.3.7.1. Submittals
The Contractor shall submit all detailed design drawings for each trackworks
materials in accordance with applicable specifications and subject for
Engineer’s review and approval.
a. Detailed design drawing for each Other Track Materials and
corresponding fastening system
b. Installation methods and procedures
c. Materials manufacturer specifications
d. Material compliance certificate and testing results
e. And other submittals required to complete the work
15.2.3.8. Welding of Rail
Unless specified, this section specifies the furnishing of all labor, material,
equipment and services by the Contractor which are necessary for joining new
UIC 54 rails using alumino-thermic welding process in accordance to approved
specifications, standards and manufacturer specification for materials and
equipment.
15.2.3.8.1. Rail Welding
Welding process shall include the following procedures:
a. Inspection of rail ends
b. Rail cutting and set the required gap
c. Loosening of rail fastenings
d. Rail end preparation and alignment
e. Preheating and welding
f. Finishing and alignment
g. Weld testing
h. Replacement of defective welds
i. Records of thermit welding
Each procedure shall be in accordance with the AREA Manual for Railway
Engineering, the products or welding kit specifications itself and other
applicable standards.
15.2.3.8.2. Quality Assurance
This section shall conform to requirement in 4.2.3.1.1 Quality Assurance
Program
15.2.3.8.3. Weld Testing
All weld testing and submittals shall be performed by a duly accredited
independent testing laboratory in accordance with quality control requirements
and applicable standards. In order to qualify the welding kits, welding crews,
and production welds; the following test shall be carried out:
a. Radiographic testing
b. Ultrasonic testing
c. Slow bend testing
d. Hardness test
e. Rolling load test
f. Magnetic particle test
g. Visual test
15.2.3.8.4. Tolerances
All alumino-thermic welds will be in the suspended portion of rail between
supports. The weld shall not encroach 150mm from tie ends or baseplate
support. Finished weld using 1 meter straight edge shall have the following
tolerances:
a. Rail head surface +0.3 / 0.0 mm
b. Rail gauge face +0.3 / 0.0 mm
15.2.3.8.5. Submittals
The Contractor shall submit the following:
a. Detailed specifications, proposed materials, methods and procedures to
be used for the thermit welding process,
b. Certification from the supplier or manufacturer that the materials
delivered to site conforms to the specifications,
c. Welding supervisor qualifications with a minimum 3 years thermit
welding experience. The welding supervisor shall be replaced only
with the Engineer’s prior approval,
d. All material testing and weld test results,
e. Test equipment certificate and calibration,
f. And all submittals shall be in accordance with 4.2.3.1.2 Submittals
TABLE 1
TRACK CONSTRUCTION TOLERANCES
Notes:
1. Variation is measured between the designed and actual alignment at any point in the
track
2. Horizontal alignment is measured in mm by 10m chord placed at the gauge line of the
rail running face.
3. Vertical alignment is measured in mm by 10m chord at the head of the datum rail.
4. Rail cant may vary between 1 in 18 and 1 in 22
5. Maximum twist is 1 in 1000.
15.3. SIGNALING
15.3.1. Introduction
The Terms of Reference (TOR) for the Pocket Track Extension Project under
Signaling System defines the scope of works to be undertaken in the extension of
pocket track.
The Signaling Upgrade shall not be included in this contract. The upgrade of the
signaling system shall be carried out by the Signaling Provider of the MRT3.
The contractor shall follow the design requirement and specification of the Signaling
system to make the Power & OCS system, Civil Works and Track Works fully
integrated to the Signaling system.
15.3.2. Background
Few months prior to the opening of MRT 3 line (Buendia to Taft station) to the public
on July 2000, the Pocket Track which is linked to the Northbound track of Taft
Avenue was discovered to have insufficient length to accommodate the safe operation
of a 4-car train passing from South side of the Pocket Track. Series of meetings and
Type of Track Gauge
Variation
Cant / Cross
Level
Horizontal
Alignment
Vertical
Alignment
Mainline
Ballasted Track
-2, +3 mm
±3 mm
±3 mm
±3 mm
Depot Ballasted
Track
N/A
N/A
N/A
N/A
discussions have been held between the Contractors, Engineers and Owner to resolve
the issue and finally decided to optimize the pocket track by allowing passage of 3-car
train only. Consequently, the ATP balises were relocated to effectively protect the
train’s operation even considering the worst case scenario of trespassing down the
pocket signal in restricted aspect.
Optimization of pocket track was done through the relocation of balises which
consummates the braking distance of the train. The braking distance calculation was
based on the following data:
Vehicle condition - Empty
Brake Deceleration - 2.09 m/s²
ATP antenna to vehicle face distance - 2.8 m
1st wheel to vehicle face distance - 3m
Gradient - 0.146 %
Over-run speed passing the red signal - 19 KPH
After the relocation of balises, the testing was subsequently undertaken. The 3-car
train operation successfully passed the test. The Contractor henceforth issued a safety
certification that the pocket track is passable to 3-car trains and guaranteed that the
installed ATP was functioning normally whatever the situation or scenario.
The test for the 4-car train operation was also conducted in the pocket track and the
result showed that the fouling point clearance requirement was not able to satisfy the
safety criteria.
15.3.3. Recommendation
In order to meet the requirement for the complete operation of 4-car train
configuration in the pocket track, the only option is to extend the track at the northern
side (going to the direction of Magallanes station), which will include the following
major activities:
a) Re-design / removal / replacement of wall structure.
b) Re-design / removal / replacement of tracks including ballast and installation
of additional rails and accessories.
c) Re-design / removal / replacement of Overhead Catenary Section (OCS)
including posts and installation of additional OCS and post.
d) Re-design / removal / relocation / replacement of Signaling equipment
including hardware/software.
15.3.4. Pocket Track Data
The data presented herein are actual parameters gathered at site which may serve to
aid the Contractor in the conceptual redesign of the pocket track. However, it is the
Contractor’s obligation to confirm the accurate data through site survey before using
them as parameters in the detailed engineering design.
Location of Pocket Track Northbound Track, approx. 300
meters from Taft Avenue
Station
Distance Between Signals 138 m
Straight Track 130 m
3-car Train Length 97 m
IRJ to IRJ Distance 133.8 m
4-car Train Length 127 m
Length Between ATP Antennas (4-car) 121.4 m
Track Circuit TX and RX Distance 1m
from IRJ
15.3.5. Pocket Track Operation
The pocket track is a temporary stabling area for reserve train or even defective train.
Trains can enter in the south side and exit on the north side through route setting.
Train may also exit from the south side going to Taft Avenue station through manual
route setting. Nevertheless, the automaton cannot be used in the pocket track
operation.
15.4. POWER SUPPLY AND OCS
15.4.1. General Requirements With the intention to extend the length of the Taft Pocket Track to accommodate four-
car trains, the OCS for the TPT shall have to be extended as well.
15.4.1.1. Re-Configuration and Extension of the OCS
This Specification defines the minimum requirements to be met by the
Contractor’s proposed reconfiguration and extension of the OCS along the Pocket
Track.
The OCS supplied and erected under this Contract shall be integrated and
compatible with the existing OCS system installed on the MRT 3 line. The new
installation shall satisfy the requirements with respect to vehicle envelope,
pantographs, interface, service life, safety, reliability and maintainability.
All OCS assemblies, fittings and components removed from the existing
installation shall be reused wherever possible for the new installation.
Prior to Contract Award, the Contractor must demonstrate that he has a very clear
understanding of the existing OCS Equipment and Systems. In this connection
visits to MRT 3 are mandatory during the tendering period to ensure that the
Contractor is fully aware of the present ‘as installed’ systems and the necessity for
compatibility and integration with the new equipment and systems.
As the Works under this Contract will involve activities on a ‘live’ railway, the
Contractor shall adopt and adhere to the Operator’s Rules of Procedures at all
times. All works shall be done during non traffic hours.
Under no circumstances, shall the Contractor cause disruption to the revenue
service. All staging works, timing and method statements shall be approved by the
Engineer before any night or day work is permitted to commence.
15.4.2. The Existing OCS System
The existing OCS system is of traditional metro design for a 750 Vdc railway utilizing
pole mounted cantilevers, messenger wires, droppers, contact wires, tensioning
devices, anchor blocks, section insulators, insulators and guy wires. The existing track
length within the Pocket track is 110 m and the extension will add a further 19 m.
The Contractor’s attention is drawn to Section VII Drawings, which shows the present
configuration and linkage to the Mainline.
15.4.3. Scope of Works
The Scope of Works shall include but not limited to:
Detailed design, procurement, delivery, installation, testing and
commissioning.
Integration of the new tension lengths with the existing system utilizing the
same assemblies and components or equivalents as presently installed.
Interfaces with civil, track and signaling works.
Replacement of contact wires, messenger wires and droppers.
Rearrangements of tensioning devices and anchors.
Electrical and Mechanical design calculations.
Submission of material samples for approval by the Engineer inclusive of
corrosion protection such as galvanizing and steel MIL specifications.
Rectification of defects during DLP.
Training of the Owner’s maintenance staff.
O&M manuals inclusive of parts catalogue, repair instructions, maintenance
instructions, test results from commissioning.
As built drawings, schematic drawings, line diagrams, interface drawings and
dimensional/tolerance criteria.
Recommendations for the provision of spares and special tools in
liaison/coordination with the Owner’s Maintenance Provider.
15.4.3.1. Contractor’s Responsibility
The Contractor shall take full responsibility for the detailed design, construction
and performance of the OCS under this section of the overall Contract.
15.4.4. Catenary Conductors
Contact wire shall be made up of 170mm2 solid grooved hard drawn copper
conforming to ASTM B47. The upper lobe of the contact wire shall match the
existing contact wire installed at MRT 3 to assure interchangeability of clips. Other
contact wire particulars include:
Weight : 1.511 kg/m
Breaking Load : 5900 kg
Coefficient of Expansion : 1.7 x 10-5 /0C
Resistance @ 200C : 0.1040 Ω/km
Modulus of Elasticity : 12000 kg/mm2
Conductor tensions shall be in accordance with the requirements of appropriate
ASTM standards. Thirty percent cross-sectional area loss due to wear of the contact
wire and the effect of the temperature change shall be taken into consideration in the
design of the conductor tension and ampacity.
The ampacity of the OCS shall meet the operational requirements of four-car trains
running at 120-second headways with a traction power configuration proposed in the
Concept Design Drawings.
15.4.4.1. Insulators
Insulators shall be porcelain, toughened glass polyester or other material with
proven rail or railway system service. Insulators shall have a single or multiple
sheds designed for minimum maintenance requirements and be self cleaning by
the action of rain. Double insulation is not required as it is not intended to carry
out ‘live line’ work.
15.4.4.2. Splices
Each wire run of contact wire must be continuous from anchor to anchor except in
the case of cut-in insulators. Contact wire splices shall not be permitted. Feeder
wires may have splices as required to connect drum lengths of conductor. The
manufacturer shall warrant that splices are capable of withstanding tensions up to
100% of the breaking load of the conductor.
15.4.4.3. Section Insulators
The OCS Contractor is to provide Section Insulators at locations indicated.
The Section Insulators (SI) shall be designed and installed in such a way that it shall provide a smooth passage to pantographs without any loss of contact and
without the introduction of unreasonable mechanical forces.
The SI shall permit the pantograph on the vehicle to collect the maximum demand
current without interruption during passage across the SI.
16. NORTH TURNBACK
In conjunction with the plan of DOT-MRT3 to connect LRT Line 1 and MRT3 for the
convenience of the riding public, the “Terminal Station” of LRT Line 1 is to be
constructed near Trinoma.
The LRT Line 1 “Terminal Station” is planned to be located adjacently to MRT3 North
Avenue Station. The said station shall have connecting walkways for the easy transfer of
passengers from Line 1 to MRT3 and vice versa.
Consequently in this concept, the area where the existing turn-back facility of MRT3
would be affected by the “Terminal Station” of LRT Line 1, the turn-back facility of
MRT3 at the North Avenue Station will be modified to a double crossover turnout.
The new double cross-over turnout shall be constructed using track slabs methodology.
The track slab is deemed to be the best option considering that there is an existing track
structure at the site where the new turnout will be installed.
16.1. SIGNALING
The Signaling works shall not be included in this contract.
The contractor shall follow the design requirement and specification of the Signaling
Provider to make the Power & OCS system, Civil Works and Track Works fully
integrated to the Signaling system.
16.2. CIVIL WORKS
The turn-back facility of MRT3 shall be transferred to the front-end (north-end) of the
North Avenue Station using a double crossover turnout.
The new double cross-over turnout shall be constructed using track slabs
methodology.
The civil works on the MRT3 North Avenue turn-back facility shall not be included in
this contract.
16.3. TRACK WORKS
A new double cross over turnout utilizing track slab methodology shall be constructed
at the north-end side of the North Avenue Station.
Please refer to Section VII Drawings A.5.1 for the illustration of the said new turnout.
16.4. CIVIL WORKS
16.4.1. General
This applies to the non- ballasted plain line on the structure in the main line and on
the non-ballasted turnouts. The concrete plinth rest on the elevated structure deck and
transmits the train loads to the deck. The integrity of the track structure in retaining
track gauge and security of the rail requires that the plinth do not move on the
concrete deck.
The concrete plinth should not be subjected to extraneous forces from the flexing of
the structure. This is ensured by the plinth being made in discrete lengths and not
being continuous. The lengths of plinths are planned at 4.0 meters for curved track
with 600 mm fastening spacing and 3.55 meters for the 750 mm fastener spacing of
straight track (>600 meter radius).
The design of plain line non-ballasted track structure assumes the following:
continuous welded rail, plinth design with plinth anchors, starter bars and key
concrete surface of the structure, discrete supports (not continuous support),
baseplates anchored to plinth, rail elasticity fastened to baseplate and rail to baseplate
insulated. To ensure the integrity of the track structure, the concrete plinth to the deck
connection needs to be checked for:
a. Lateral shear under lateral holdings
b. Stability against overturning of the plinth
c. Resistance against longitudinal movement of the plinth
The objectives of the non-ballasted track design will be continuous welded rail,
discrete (not continuous) support to enable matching of rail head top and running
faces when changing rails or making repair insertions to worn rail during
maintenance, ability to make alumino-thermic welds during both constructions and
maintenance and ability to accommodate hog, sag and other tolerances to the finished
supporting structure.
The plain line non-ballasted track structure may be different in the case of turnouts.
There will be also local adjustments to the non-ballasted track design for items such
as expansion switches with baseplates. The objectives of non-ballasted track structure
for switch and crossing work will be as for the plain line track with the following
additional points: ability to use the same or eliminate the steelwork components of
switches and crossings, including the baseplates used on ballasted tracks, ability to
attached powered point machines on required side (or either side), ability to make
reliable attachment of stockrails and switches for signaling to ensure closure and
detection of switch toes and ability to accommodate switch machine rodding,
clamplocks etc. as required by the signaling.
16.2.1.1. Scope of Work
This section defines the scope of work of contractor which is design, supply and
installation of new double cross-over turnout with complete ancillaries at the existing
North Avenue Station turnback, such as but not limited to plinth/switch ties fasteners,
switch/guard rails and relocation/installation of existing & new motorized switches
with LOB.
The workmanship shall be in accordance with specification and quality with minimal
disruption to MRT3 operations.
16.2.1.2. Standards and Regulations
The work shall conform to the laws and regulations existing in the Philippines and
shall generally be in the compliance with the Philippines Standards and Codes of
Practices, unless specifically provided for in this document.
In addition, the following standards may be considered as long as they do not
compromise the Employer’s Requirements
ACI - American Concrete Institute
ANSI - American National Standards Institute
ASA - American Standard Association
AREA - American Railway Engineering Association
CEN - Comité Européen de Normalisation
ISO - International Standard Organization
UIC - Union Internationale des Chemins de Fer
JIS - Japanese Industrial Standards
AS - Australian Standards
BS - British Standards
AASHTO - American Association of State Highway &
Transportation Office
ASTM - American Society for Testing and Materials
PCI - Prestressed Concrete Institute
The standards and codes used for the track materials shall be as for the relevant
material specification, such as UIC and JIS.
The standard and codes used for the concrete works shall be as for the civil
engineering works on the project. This shall apply for such items as
Cement
Concrete mixes and finishes
Reinforcement
16.2.1.3. Design Criteria
Loads: a) Vertical Loads
1) Wheel Loads (refer to attached MRT3 axle load and 5.2.1.4)
2) Centrifugal Force (lateral and resultant vertical)
3) Wind (lateral and resultant vertical)
b) Lateral Loads
c) Longitudinal Loads
Concrete Design Strengths: The compressive Strength (fc) at 28 days age shall be 28
Mpa
Reinforcing Steel: The minimum yield strength is 275 Mpa (GRADE 40)
16.2.1.4. Stray Current Control
The detailed design and construction shall coordinate with the detailed design and
construction of the supporting civil engineering works regarding the installation of
precaution and bonded reinforcement controlling the stray currents.
16.2.1.5. Coordination with Design of Support Structure
In additional to the stray current control and materials specifications, the design and
construction shall coordinate with the civil engineering works regarding
Arrangements of starter bars and keying surfaces of concrete
Tolerance of support finishes
Thermal movements of structure and thermal forces of track
Allowances in the design and special fastening for track connection at
particular structure ends where the civil design cannot ensure against uneven
movement of the supporting structure.
16.2.1.6. General Requirement
The design of the track structure shall include the full arrangement of concrete
plinth rail supports and rail fastenings according to the requirement of the design
criteria.
16.2.1.7. Derailment Condition
The design of the plinth widths and heights shall consider the situation of a derailed
vehicle, taking account of axle mounted equipments and under carriage equipment
in limiting movements of a derailed vehicle away from the line and in limiting the
degree of overturning of the derailed vehicle.
16.2.2. Materials Manufacture and/or Supply
16.2.2.1. Materials
The detailed design specification shall list all materials involved and cross reference
or include the required manufacture and supply specification. The list shall be such
as:
Rail
Concrete (and constituents)
Reinforcement
Baseplates and anchors
Pads and insulations
Rail fastening
Holding down bolts or anchors
16.2.2.2. Pre-cast Components
If the plinth (or non-ballasted) track designed contains pre-cast elements, then the
manufacture specification and testing shall be specified.
16.2.2.3. Delivery, Handling and Transportation
This shall be regarded as for concrete works except for any pre-cast elements.
16.2.2.4. Design and Dimension
The contractor shall design and construct a reinforced concrete plinth to support the
rail direct fixation on concrete structures. The height limits of the plinth are set by
top of the rail to top of deck as 410 mm maximum on straight uncanted track in the
planning. The design of the plinth shall use this value as the criterion and the
specification shall give limits for the design for:
Minimum height (desirable and absolute)
Maximum height (desirable and absolute)
The top surface of the plinth shall be self draining (not holding standing water) even
on canted track.
16.2.2.5. Design for Repair
The design of the plinth shall also show possible methods for repair that might be
utilized in the event of failure during operations whether by internal or external
causes. The method shall show temporary support of the rails enabling passage of
traffic and the method of replacing the plinth for alternatives of failed anchoring and
failed plinth.
16.2.2.6. Installation
The installation method shall be specified in the detailed designs that are
appropriate to the complete design of plinth and rail fastening system selected. The
specification shall describe as follows:
16.2.2.6.1. Methods
The methods shall allow for discontinuous construction through the project
and shall minimize disruption to road traffic.
The method shall stipulate:
The checking and accuracy of position of the starter bars provided
The checking and accuracy of the contact concrete surface between the
plinth and support structure;
The cleaning, preparation and condition of contact concrete or keying
surfaces and any measures or techniques used to ensure the correct and
good connection during installation of the plinth;
The protection of the rails and fastenings from concrete spillage;
Ensuring concrete surface beneath baseplates either cast in-situ or placed
afterwards
Ensuring tolerances of rail running faces for line and level, even after
unclipping and refastening or distressing.
Generally, the stipulations shall ensure an effectively produced product with
minimal need of rectification work delaying progress.
16.2.2.6.2. Tolerances
The specification shall set tolerances for both technical and visual objectives
and shall define the measurements used to ensure that these are achieved.
16.2.2.6.3. Inspection
The specifications shall describe inspections and measurement to be taken at
various key stages during the installation and on the final product.
Limit shall be set for corner chipping regarding repair ability and replacement.
Also methods of visual repair shall be stipulated.
The visual appearance shall be a good clean line, regular to the rail in curves
and any longitudinal straight portions in curves not unsatisfactorily apparent to
the eye.
16.2.2.6.4. Tests and Inspections of Finished Work
As described in 6.9.6.3 above, but with certification and particular tests
relevant to the primary acceptance. Tests and Inspections include the
following:
Survey of track location/coordinates to verify conformance to Main Line
Alignment
Measurement of track geometry including track gauge, rail seat cant, grade
line cross level and horizontal alignment to verify conformance to design
tolerances
Dimensional measurement of concrete plinth
Finish concrete works to required standards
16.3. Track Works
16.3.1. General
Trackworks system under this Contract shall conform to the most recent practices of
the American Railway Engineering Association (AREA), Union Internationale des
Chemins de Fer (UIC), International Standards Organizations (ISO) and the
practices and specifications of recently constructed mass transit systems of
equivalent capacity and characteristics constructed within the last five (5) years. It shall be of proven design satisfying the system performance requirements and shall
be compatible with the existing MRT3 system. It shall also satisfy requirements
with regards to train kinematic gauge, service life, reliability, maintainability and
safety.
The works shall include design, supply, installation, test & commission and
obtaining all permission from government authorities and everything whether
permanent or temporary in nature necessary for safe and proper execution of work
and fulfillment of all obligations required under this contract. It shall also include
the training of the Employer maintenance personnel, supply of maintenance and
repair manuals, as-built records and rectification of defects liability period of the
installed cross-over system.
16.3.1.1. Scope of Work
This section specifies the scope of work of the Contractor as follows:
a) Design, plan, supply and installation of all track materials required for the
new double cross-over turnout at North Avenue Station turnback.
b) The workmanship shall be in accordance to specifications and quality
standards and shall be no disruption to MRT3 daily operations.
16.3.1.2. Standards and Regulations
The work shall conform to the laws and regulations existing in the Philippines and
shall generally be in compliance with the Philippine Standards and Codes of
Practices unless specifically provided for in this document.
In Addition, the following standards may be considered as long as they do not
compromise the Employer’s Requirements
ACI - American Concrete Institute
ANSI - American National Standards Institute
ASA - American Standard Association
AREA - American Railway Engineering Association
CEN - Comité Européen de Normalisation
ISO - International Standard Organization
UIC - Union Internationale des Chemins de Fer
JIS - Japan Industrial Standards
AS - Australian Standards
BS - British Standards
AASHTO - American Association of State Highway &
Transportation Office
ASTM - American Society for Testing and Materials
PCI - Prestressed Concrete Institute
16.3.1.3. Special Site Conditions
The Contractor acknowledges that it has thoroughly investigated and satisfied itself
as to all general and local conditions affecting the work. The failure of the
Contractor to accustom himself with such conditions will not relieve him from any
responsibility for completing the works under this contract. The Contractor shall be
fully responsible for any damage caused to the site or other existing facilities due to
his track works equipment movements and transportation and restore these damages
to its original state at his own expense.
16.3.1.4. Design Criteria
The following data will constitute for the design of trackworks for MRT3:
a) Track gauge 1435 mm
b) Train speed 45 kph
c) Concrete tie spacing 750 mm
d) Rail inclination 1:20
e) Axle load 100 kn
f) Rail profile UIC 54
g) Crossover 350 M – 1:12
16.3.2. MATERIALS REQUIREMENTS
Trackworks materials needed for the installation of the new double crossover
turnback shall be complete with all accessories and passed all the required testing in
accordance to specifications and standards and shall be approved by the Engineer
before incorporating to work. The Contractor shall ensure materials availability for
small quantity production intended for maintenance use.
16.3.2.1. Special Trackworks
Unless specified, the materials required for the installation of the new double
crossover turnout at North Avenue Station turnback refers to the supply and
replacement of defective fastening system that will not be suitable for their re-
installation.
16.3.2.1.1. Joints
All special trackwork joints shall either be allumino-thermic welded by an
approved welding materials and procedures for UIC 54 rail or insulated
fishplates of approved materials and specifications.
16.3.2.1.2. Rail Fastening System
Concrete ties associated rail fastening system shall be Pandrol type e-series
elastic rail clip manufactured by Pandrol Australia Pty. Ltd in accordance with
UIC specifications.
16.3.2.2. Rails
Standard rail cross-section shall be UIC 54 (54.43kg/m) of grade 900 A with a
minimum tensile strength of 880 Mpa and shall meet the requirements of the UIC
Standards.
16.3.2.3. Thermit Welding
This refers to the materials and other services required for joining UIC 54 using
alumino-thermic welding process.
16.3.2.3.1. Thermit Welding Kits
Thermit welding materials shall be manufactured by Thermit Australia Pty Ltd
or approved equivalent compatible to the existing welding materials used in
MRT3.
16.3.2.3.2. Thermit Welding Equipment
Welding equipment and accessories required for welding operation shall be
use and installed in accordance to manufacturer’s recommendation, contract
drawings and applicable specifications.
16.3.2.4. Other Track Materials
Other track materials and appurtenances needed to complete the work shall be
approved materials by the Engineer and installed in accordance to manufacturer’s
recommendation, contract drawings and applicable specifications.
16.3.2.4.1. Insulated Rail Joints
Rail joints shall be made up of two rolled steel fishplates designed to fit UIC
54 rail profile and with four holes drilled by an approved drilling machine.
Bolts shall be of high strength provided with spring and flat washers and shall
conform to applicable UIC standards.
16.3.2.4.2. Check Rails
Check rail shall be machined from UIC 33 profile of not harder than grade 900
A rail steel and supported by brackets connected to the rail. Bolt connection
shall utilize steel components conforming to UIC leaflets 864/2.0 and 864/3.0
appertaining to technical specifications for the supply of track bolts and spring
washers respectively.
16.3.2.4.3. Lubricants
The Contractor shall provide a dry film lubricant for application to special
tracks sliding plates. It shall have a low electrical conducting properties and
subject for Engineer’s approval.
16.3.3. CONSTRUCTION REQUIREMENTS
The Contractor shall be responsible for the construction means, methods,
techniques, sequences and procedures for coordinating all portions of the work
under the Contract Documents.
The Contractor shall provide superintendence during the execution of the Work as
may be necessary for the proper fulfillment of the Contractor’s obligations under the
Contract. It shall include the supervision and inspection by qualified professional
personnel experienced in railway construction whose responsibility shall be to
ensure the technical standards and workmanship, materials, and quality are being
maintained in accordance with the Scope of Work.
The Contractor shall design, supply and install an additional cross-over which
satisfies to the minimum requirements of the specification and Employer’s
Requirements. The Contractor shall submit full details of the proposed design to the
Engineer for review and approval and shall not commence until written acceptance
has been received from the Engineer.
16.3.3.1. Special Trackworks
The Work of the Contractor in this section refers only for the installation of the new
double cross-over turnout and replacement of affected plinth/switch ties and other
associated fastening system that found defective during the execution of the work. It shall be in accordance to design, specifications, standards and scope of work.
16.3.3.1.1. Quality Assurance
a. The Contractor shall establish, implement and maintain a quality
assurance program to provide verification of compliance with contract
requirements. The quality assurance program shall consist of detailed
procedures and instructions for monitoring and controlling those
activities related to quality during design, fabrication, delivery,
handling, storage, installation, inspection and testing. The areas which
the quality assurance program shall address include the following:
Review and control quality procedures and instructions,
Calibration of construction measuring and testing tools and
equipment,
Qualification and certification of Personnel
Tests and inspections
Procurement quality assurance,
Identification and control of items, and
Handling, delivery and storage of materials.
b. Adequate records shall be maintained by the Contractor in accordance
with the requirements of his quality assurance program and shall
include the following:
Evaluation of subcontractors’ and suppliers’ qualifications and
past performance,
Results of inspections and tests,
Certificates of compliance,
Qualified procedures for special processes,
Personnel certifications,
Measuring and test equipment calibration certificates, and
Transmittals of contract related information.
c. The appropriate requirements of the Contractor’s quality assurance
program shall be imposed upon subcontractors and suppliers.
d. The quality assurance activities of the Contractors/subcontractors and
suppliers will be subject to Engineer’s verification, inspection and
audit at any time.
16.3.3.1.2. Submittals
The Contractor must submit the following for Engineer’s review and approval:
a) Shop drawings showing details and arrangements of special trackwork
location,
b) Proposed welding, joining and test procedures for special trackwork,
c) Contractor’s system specification for marking and identifying sizes
types and composition of products, as well as identifying parts for the
purpose of proper location during installation,
d) Certificates of material compliance required by this specifications,
e) Test report of chemical analysis and Brinell hardness of running rail,
electric insulation and other tests required by this specififcations.
16.3.3.1.3. Inspection and Acceptance
For the inspection of material under this Contract, the terms set forth in
“Materials Inspection, Test and Claims,” under the UIC Specifications for
Special Trackwork shall apply, except as listed herein.
The Contractor will make available to the Engineer all the necessary facilities
to examine the work during its progress as well as the finished product to
satisfy him that the materials comply with the Specification. The Contractor
will provide templates and 1 meter straight edges to check flangeways, rail
end and switch rail planning.
16.3.3.2. Rails
This section specifies the supply and installation of the new double cross-over
turnout with complete ancillaries at the North Avenue Station turnback in
accordance to specification and standards.
16.3.3.2.1. Test Requirements
The Contractor shall perform the following tests:
a) Chemical composition analysis
b) Mechanical property
c) Tensile strength
d) Brinell hardness test
e) Shape, dimension and appearance inspection
f) Ultrasonic test
Each rail shall be ultra sonically tested over its full length to determine its
interior conditions prior to delivery to the work site. The rail must be free from
all detrimental defects having unfavorable effect on the strength of the rail
while in service.
The Contractor shall be responsible for all required testing and shall give
Engineer sufficient notice of proposed testing so that Engineer may inspect
and witness the tests in accordance to UIC specifications.
16.3.3.2.2. Quality Assurance and Inspection
This section shall also conform to 3.1-5.0
The quality system for rail manufacture shall be certified at least to ISO 9002
and shall be based on precise terms and conditions which ensure compliance
with the various rail specifications.
The Engineer will monitor from time to time the Contractor’s methods,
procedures and processes for compliance with the acceptance program and all
records of test and inspection.
16.3.3.2.3. Marking, Packaging, Handling, Transporting and Storage
a. Obligatory marks in the UIC 54 rail shall be in accordance with UIC Code
860 O as follows in-relief marks which shall be very legible in characters
raised on one side of the web indicating:
Identification mark of the mill,
Year of manufacture (last two figures),
Symbol of steel grade, and
Symbol of rail section in kg/m weight
b. The Contractor shall submit for approval a detailed procedure for marking,
packaging, delivery, handling, transporting and storage of rails. Contractor
shall take all necessary precautions to ensure that rails will not be bent,
deformed or damage during handling and transporting and it shall be kept
clear of any standing water during stacking and storage.
16.3.3.2.4. Submittals
The contractor is required to submit the following:
a. Certification that rail manufacturer has at least 10 years experience in the
large scale manufacture of running rails as specified herein and as supplier
of rail to major railroads and transit systems.
b. Certification from supplier or manufacturer that all the rails manufactured
and delivered on site are in conformance with UIC specification and that
the required tests were performed as represented by the submitted test
result.
c. Tests Certificates as prescribe in 3.1-5.0
d. Detailed production process of rails
e. Certification of the manufacturer’s process in accordance to ISO 9002 and,
f. All other documents needed for the completion of work.
Rails shall be guaranteed by the supplier/manufacturer from date of manufacture
plus 5 years to the date of acceptance of works against any defects attributable to
manufacture.
16.3.3.3. Track Appurtenances and Other Track Materials
This section specifies the requirements for the design, supply and installation of
other track materials required for the installation of new double cross-over
turnout with complete ancillaries at the North Avenue Station turnback.
16.3.3.3.1. Submittals
The Contractor shall submit all detailed design drawings for each trackwork
materials in accordance with applicable specifications and subject for
Engineer’s review approval.
f) Detailed design drawing for each Other Track Materials and
corresponding fastening system
g) Installation methods and procedures
h) Materials manufacturer specifications
i) Material compliance certificate and testing results
j) And other submittals required to complete work
16.3.3.4. Welding of Rail
Unless specified, this section specifies the furnishing of all labor, material,
equipment and services by the Contractor which are necessary for joining new
UIC 54 rails using alumino-thermic welding process in accordance to approved
specifications, standards and manufacturer specification for materials and
equipment.
16.3.3.4.1. Rail Welding
Welding process shall include the following procedures:
k) Inspection of rail ends
l) Rail cutting and set the required gap
m) Loosening of rail fastenings
n) Rail end preparation and alignment
o) Preheating and welding
p) Finishing and alignment
q) Weld testing
r) Replacement of defective welds
s) Records of thermit welding
Each procedure shall be in accordance with the AREA Manual for Railway
Engineering, the products or welding kit specifications itself and other
applicable standards.
16.3.3.4.2. Quality Assurance
This section shall conform to requirement 3.1-5.0
16.3.3.4.3. Weld Testing
All weld testing and submittals shall be performed by a duly accredited
independent testing laboratory in accordance with quality control requirements
and applicable standards. In order to qualify the welding kits, welding crews
and production welds; the following test shall be carried out:
a) Radiographic testing
b) Ultrasonic testing
c) Slow bend testing
d) Hardness test
e) Rolling load test
f) Magnetic particle test
g) Visual test
16.3.3.4.4. Tolerances
All alumino-thermic welds will be in the suspended portion of rail between
supports. The weld shall not encroach 150 mm from tie ends or baseplate
support. Finished weld using 1 meter straight edge shall have the following
tolerances
a) Rail head surface +0.3/0.0 mm
b) Rail gauge face +0.3/0.0 mm
16.3.3.4.5. Submittals
The Contractor shall submit the following:
t) Detailed specifications, proposed materials, methods and procedures to
be used for the thermit welding process,
u) Certification from the supplier or manufacturer that the materials
delivered to site conforms to the specifications,
v) Welding supervisor qualifications with a minimum 3 years thermit
welding experience. The welding supervisor shall be replaced only
with the Engineer’s prior approval,
w) All material testing and weld test results,
x) Test equipment certificate and calibration.
16.4. POWER SUPPLY AND OCS
16.4.1. General Requirements
Due to the planned construction of the Terminal Station of LRT Line 1 which will be
located besides Trinoma and adjacent to MRT3 station, the existing turnback facility
of MRT3 will be modified from simple turnout to double crossover turnout, additional
OCS will be installed as well.
16.4.1.1. Re-Configuration and Extension of the OCS
This Specification defines the minimum requirements to be met by the
Contractor’s proposed reconfiguration and installation of OCS along the double
crossover turnout at North Avenue Station.
The OCS supplied and erected under this Contract shall be integrated and
compatible with the existing OCS system installed on the MRT 3 line. The new
installation shall satisfy the requirements with respect to vehicle envelope,
pantographs, interface, service life, safety, reliability and maintainability.
All OCS assemblies, fittings and components removed from the existing
installation shall be reused wherever possible for the new installation.
Prior to Contract Award, the Contractor must demonstrate that he has a very clear
understanding of the existing OCS Equipment and Systems. In this connection,
visits to MRT 3 are mandatory during the tendering period to ensure that the
Contractor is fully aware of the present ‘as installed’ systems and the necessity for
compatibility and integration with the new equipment and systems.
As the Works under this Contract will involve activities on a ‘live’ railway, the
Contractor shall adopt and adhere to the Operator’s Rules of Procedures at all
times. All works shall be done during non-revenue hours.
Under no circumstances, shall the Contractor cause disruption to the revenue
service. All staging works, timing and method statements shall be approved by the
Engineer before any night or day work is permitted to commence.
16.4.2. The Existing OCS System
The existing OCS system is of traditional metro design for a 750 Vdc railway utilizing
pole mounted cantilevers, messenger wires, droppers, contact wires, tensioning
devices, anchor blocks, section insulators, insulators and guy wires.
16.4.3. Scope of Works
The Scope of Works shall include but not limited to:
Detailed design, procurement, delivery, installation, testing and
commissioning.
Integration of the new tension lengths with the existing system utilizing the
same assemblies and components or equivalents as presently installed.
Interfaces with civil, track and signaling works.
Replacement of contact wires, messenger wires and droppers.
Rearrangements of tensioning devices and anchors.
Electrical and Mechanical design calculations.
Submission of material samples for approval by the Engineer inclusive of
corrosion protection such as galvanizing and steel MIL specifications.
Rectification of defects during DLP.
Training
O&M manuals inclusive of parts catalogue, repair instructions, maintenance
instructions, test results from commissioning.
As built drawings, schematic drawings, line diagrams, interface drawings and
dimensional/tolerance criteria.
Recommendations for the provision of spares and special tools in
liaison/coordination with the Maintenance Provider.
16.4.3.1. Contractor’s Responsibility
The Contractor shall take full responsibility for the detailed design, construction
and performance of the OCS under this section of the overall Contract.
16.4.4. Catenary Conductors
Contact wire shall be made up of 170mm2 solid grooved hard drawn copper
conforming to ASTM B47. The upper lobe of the contact wire shall match the
existing contact wire installed at MRT 3 to assure interchangeability of clips. Other
contact wire particulars include:
Weight : 1.511 kg/m
Breaking Load : 5900 kg
Coefficient of Expansion : 1.7 x 10-5 /0C
Resistance @ 200C : 0.1040 Ω/km
Modulus of Elasticity : 12000 kg/mm2
Conductor tensions shall be in accordance with the requirements of appropriate
ASTM standards. Thirty percent cross-sectional area loss due to wear of the contact
wire and the effect of the temperature change shall be taken into consideration in the
design of the conductor tension and ampacity.
The ampacity of the OCS shall meet the operational requirements of four-car trains
running at 120-second headways with a traction power configuration proposed in the
Concept Design Drawings.
16.4.4.1. Insulators
Insulators shall be porcelain, toughened glass polyester or other material with
proven rail or railway system service. Insulators shall have a single or multiple
sheds designed for minimum maintenance requirements and be self cleaning by
the action of rain. Double insulation is not required as it is not intended to carry
out ‘live line’ work.
16.4.4.2. Splices
Each wire run of contact wire must be continuous from anchor to anchor except in
the case of cut-in insulators. Contact wire splices shall not be permitted. Feeder
wires may have splices as required to connect drum lengths of conductor. The
manufacturer shall warrant that splices are capable of withstanding tensions up to
100% of the breaking load of the conductor.
16.4.4.3. Section Insulators The OCS Contractor is to provide Section Insulators at locations indicated.
The Section Insulators (SI) shall be designed and installed in such a way that it shall provide a smooth passage to pantographs without any loss of contact and
without the introduction of unreasonable mechanical forces.
The SI shall permit the pantograph on the vehicle to collect the maximum demand
current without interruption during passage across the SI.
17. DOCUMENTATION
17.1. CONSTRUCTION DRAWINGS AND MANUALS
17.1.1. Consequent upon Site(s) surveys, Preliminary Engineering Design shall be prepared and
furnished by the Contractor in four (4) hard copies and one (1) electronic CAD File (for
the remaining submittals as of the date of the effectivity of this Contract), for confirmation
of DOT-MRT3. Subsequent to the confirmation of the Engineering Design by the DOT-
MRT3 Engineer, the Construction Drawings shall be prepared and furnished by the
Contractor in four (4) hard copies and one (1) electronic CAD File (for the remaining
submittals as of the date of the effectively of this Contract), for approval of the DOT-
MRT3 PMO,within such time limits as are given in the Project Implementation Schedule.
If additional Construction Drawings or other information are necessary to complete any
part of the Works, such drawings or information shall be prepared by the Contractor and
submitted to DOT-MRT3 PMO for approval. If the DOT-MRT3 PMO does not reject or
comment on any drawings within fifteen (15) days from the date of its submission to the
Employer subject to the agreed schedule, the DOT-MRT3 PMO shall be deemed to have
approved them. All drawings submitted and approved will form part of the Contract.
17.1.2. Any work done prior to the approval of drawings shall be at the Contractor's risk. The
approval of the drawings by the DOT-MRT3 PMO shall not be construed as a complete
check but will indicate only that the general method of construction and detailing is
satisfactory. Approval by the DOT-MRT3 PMO of the Contractor's drawings shall not
relieve the Contractor of the obligation to meet all the requirements of the Contract, or of
the correctness of the Contractor's Drawings, or of the responsibility for correct fit of
assembled parts in final position, or of the responsibility for the adequacy of method of
construction.
17.1.3. The Contractor shall prepare the Project Implementation Plan (Project Management
Document), quality assurance, control plan, health, safety, and environment (HSE) plan
(for design and construction), security plan, traffic management plan, testing and
commissioning plan and training plan.
17.1.4. In case any underground Public Utilities, which are not indicated in the diagram provided
by the DOT-MRT3 PMO, are damaged during the construction, the Contractor shall
arrange necessary measures to minimize further damage and inform the DOT-MRT3 PMO
immediately. The DOT-MRT3 PMO shall beresponsible for taking prompt action to repair
the damaged utilities at its own cost.
17.2. As-Built Drawings
The Contractor shall supply to the DOT-MRT3 PMO As Built Drawings (in A1 or otherwise
agreed by both parties) of the Works, including electronic files (in PDF file and in AutoCAD
File), showing all Works as executed, within sixty (60) days after the Date of Completion. The
PDF file shall be the official and binding electronic copy of the As-Built Plans of the Project.
The AutoCAD File shall be for the exclusive use of the DOT PMO only and shall not be shared
or given to third parties without the prior written consent of the DOT/DOT-MRT3.
17.3. Operation and Maintenance Manual
The Contractor shall prepare and submit to the DOT-MRT3 PMO, ninety (90) days prior to the
scheduled date of training, for its information, operation and maintenance manuals in
accordance with the Contract, and in sufficient detail for the DOT-MRT3 to operate, maintain,
dismantle, reassemble, adjust and repair (as may beforeseeably required) the Works. The Works
shall not be considered to be completed,until such operation and maintenance manuals have
been submitted to DOT PMO.
17.4. Inspection in the Factory
The key equipment for Power Supply and Depot Equipment shall be inspected in the factory by
the DOTMRT3 PMO. The DOTMRT3 PMO shall delegate its Representative to conduct these
inspections. The detailed arrangement including time, plan and numberof DOTMRT3PMO
Representatives will be scheduled by the parties in advance of the inspection. The Contractor
shall be responsible for providing the travel ticket, foodand accommodation of the DOT-
MRT3PMO Representatives.
18. TEMPORARY FACILITIES
The contractor shall supply the following provisions within ten (10) calendar days upon receipt
of Notice to proceed (NTP)
A. SERVICE VEHICLE. This covers the provision of service vehicle of at least 2012 model,
with air-con, in good running condition and updated registration including driver and twelve
(12) liters of fuel per day for the exclusive use of the DOT-MRT3 Engineer supervising the
project for the period of four hundred fifty (450) calendar days. Maintenance and fuel cost for
the service vehicle shall be included under this item.
B. This covers the provision for the supply of the following:
1. Desktop Computers – Five (5) units. 21.5 “LED Flatscreen Monitor, with processor
compatible with i7, hard disk drive 1TB 3.5 SATA, 4GB PC 1600 DDR3 memory card, 2GB
DDR3 128 Bit Video Card, mid tower durable CPU casing, DVDRW IHAS-122 22x SATA
optical drive, standard keyboard, optical mouse, windows 8 operating system and 2013
edition MS Office (Genuine).
2. Printer (continuous ink system) - Two (2) unit with continuous ink system (4 color/set)
19. PROJECT DURATION
19.1 The Contractor agrees and obligates itself to perform and complete all works provided under
the Contract and Bidding Documents within:
1. Four Hundred Fifty (450) Calendar Days from the Start Date.
2. The Stabling Trackjs in the SEpot must be completed witin One Hundred Eighty (180)
Calendar Days form the Start Date.
3. The Upgrade of Traction Power must be completered within Three Hundred (300)
CalendarDays from the Start Date.
19.2 Working window time is from 12:00MN to 3:59AM including mobilization and clearing of
mainline.
19.3 Failure to Relinquish Mainline Track Possession
In the event the Contractor fails to complete the works and relinquish its track possession
unless such failure is made is due to a fault for which DOTC-MRT3 is responsible, the
Contractor shall be liable to DOTC-MRT3 for revenue losses resulting from this delay using
the following penalty rates:
1. 4:00 AM to 5:00 AM PhP 1,000 per minute
2. 5:01AM to 11:59PM PhP 5,000 per minute
PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners)
Procurement of Infrastructure Project
MRT3 Capacity Expansion
Project Lot 2: Upgrade of
Ancillary Systems (Rebid)
Government of the Republic of the Philippines
VOLUME III: DRAWINGS
Fourth Edition
December 2010
MRT3 Design Drawings.
The above drawings are for reference only.
MRT3 Design Drawings.
The above drawings are for reference only.
MRT3 Design Drawings.
The above drawings are for reference only.
MRT3 Design Drawings.
The above drawings are for reference only.
CONTROL CENTER LAYOUT
MRT3 Design Drawings.
The above drawings are for reference only.
AS-BUILT DRAWING
AS-BUILT DRAWING
AS-BUILT DRAWING
AS-BUILT DRAWING
AS-BUILT DRAWING
AS-BUILT DRAWING
AS-BUILT DRAWING
AS-BUILT DRAWING
AS-BUILT DRAWING
AS-BUILT DRAWING
Itf rb cE Eru!-EUs/,,. ta !a.9t arh orq lr|1lo
utul
'1!l!01$u.Irltu
11f t - rlrxurnrs-l
! t_EzK I
i***
,t-.cLoltrt,gra
CVvjllf I
lqj| $z*'" i
iA*iI E'nrltmss I
ta Llr
f--- - ','r',r'sllIlltslI i (!u0 muoutssslYI
llr! |.r. I
-lirrn -$!(avr||v I
!moLa*L)
q:SE
t!trt&ttI
-tE'5 ta tl
Ii't*
i
t
@i9.'r I_3aJ
!a ta.lr s os DrrD !a !a.lt ||t ItE tttlo
alnlr
F\lI
,,iEsila.*i
.\ Fr
,.',,r '.5
:i*.+t-
:4t,'t''
' -1'-m !'Aj !rGrg -.-:rt-\ nll!s$r6r ;'Y';J .r. !*lvllli1.:/.::.''
)h B' '+-i-i-#- 5-lm : iEt
a---l
'- Hj* rr,fr,r
rl
, coltrtehi ta lbtt d8et rad rl t lrogrlrto?ttithtr In th! Inlontloo tt cmtrtu lrlon! toth8 m. lt lr I Bldttlm of t!. tugDlt cflilr dEmni. ta driar' tm tht tf,srclDlot rbrll lckl tt l! eltd!@ ed rhlt
, Ft dsDtlcat! cr cltlrrlr! ?GDrldr li lai 160l. rlthqn tts rtito coamt of fb l.tr.- .
a\6ts9
rD srrlltr6 ru
n:L[
gItEt'|'
ru2
t
ffi
rE.r!.-JFsEprr--'._!.-,
urfltu IsALRIT TINB. ftASEI
PilUECTstm-t rnt Dtrcw 0F nAcTtoil Pml& r[ il,L PolEt 0il Dililu
NRDO I ]O
'$ort*
t?bs'.*Egllrl9v5
\4F \lfg nillrlAlf""llts." | - llli!i'" Li)ax'"E | /A ii
Smctt ullt DIAGRfi 0r n^crloN PolilI AC AUX. Prfl ilN D$ilt)
@FIr. uL- 6. lG-tssE ol- ,-tsslftDlI-
la as
--ElNmssl
I
J
!aa9vE OUtllIo
l--- llalturun:s llrrllr^ll
l\''n
ta trlr rE tE ElrD
4..+
*
ta trgla& oEll|rl0
ntlu
iln mtrt lrsIlrE ovEt[Ero crExAnY colsl$ As rolton.
*svt''
o:Tl-2 - . c0HTACr llRE l?gSQrlST3-13 ' ITESSENGER HIRE l59SQr2
'AUX. FEEDER 25sSQr2
@ST2-3 'C0NTACT flRE l?8SQrlMESSENGER tlRE l5sSQr2
'AUX. FETDER 250SQr1
THE LOCATIO,I' mO -OU,tXrrrr
rs ion lEcTlq srlTCHES
rnE HOT DECIDED AT DEPOT TRNSFER LINE.
THE TRACTIO,I POIER POSITIVE FEEDER_CABLES(FI-F4) AllE 4-IC-25ONTNI
riio iiiii'iimriir reeoen CABLES ARE 5-lC-250nn'uNLEss oTHERwlsE
INDICATED.
IIrtEEN
__J
lColrrieht ta tblr dccll ud .ll Ito8tldort. flSbir lo th! laloarts lt 4t3lu l!ld! tctb. ril. lt rr r sdltld cf . tb roDlt of
I thtr d!c@L la drt.6t tcn t[.i t[arclplut rhrll lcla lt l! colldsE ud drllFt d!otl6t! or otbtrlx t.atidE 1l l!rf,cl! rtibcrl $! rl.tLo c!!.att cf th L.
.
(l') trlqatrst
DT(KVA)
AT(KVA)
(a Depot S,zS Fol t une
DT(KVA)
AT(KVA)
300
(3) ST3
sTl
Fol I ure
DT(KVA)
lTepoTl
s,/s
NorE x,6bt,
Cl rcul t Breoken Ct osed
nl --.,l ! D-- - l.-- n- -.
l,'.:1,..!!'."
- )-'" 'l: :-
l100 '!cd 7.S ?Ut
/\A1000
urrouTso, _;._ _x
AT(KVA)
MRT3 Design Drawings.The above drawings are for reference only.
MRT3 Design Drawings.The above drawings are for reference only.